Requests for Bid Proposal May 18, Asbestos Removal Services 1825 SW Byers Ave & 1604 NW 50 th Pendleton, Oregon 97801

Size: px
Start display at page:

Download "Requests for Bid Proposal May 18, Asbestos Removal Services 1825 SW Byers Ave & 1604 NW 50 th Pendleton, Oregon 97801"

Transcription

1 CITY OF PENDLETON Requests for Bid Proposal May 18, 2016 Asbestos Removal Services 1825 SW Byers Ave & 1604 NW 50 th Pendleton, Oregon Facilities Department 500 S.W. Dorion Avenue Pendleton, Oregon Telephone (541) FAX (541) Website: The Facilities Department is accepting Bid proposals for asbestos removal services prior to demolition. See attached report and photos. Bid proposals must be returned by May 31th, 2016 by 2 PM to the Facilities Manager Glenn Graham 500 Southwest Dorion Avenue Pendleton, Oregon (Clearly marked envelope) Sealed Bid proposal Asbestos Removal Services RFP ) & Fax is not accepted Specifications: 1. Job to be completed by June 29 th 2016 after award of bid. 2. Site visit not required. 3. Removals of3, 125 square feet asbestos in residential Trailer Houses & House see attached laboratories reports. A. House at 1604 NW 50th ,700 ft. 2 asbestos exterior roofing beneath metal roofing silver & black and in utility room white painted 12x12 asbestos floor tiles 125 sq. ft. B. Trailer house 1960 at 1825 SW Byers Ave 1,300 ft. 2 asbestos Gray & Black asbestos roofing Roofing tar. Contractor must be licensed and gualified er-oregon DEQ/CCD regulations. 4. Comply with Oregon OSHA regulations pertaining to asbestos. 5. Contractor responsible for removal of all asbestos and associated debris. Properly dispose in a approve DEQ landfill and provide documentation to the City of Pendleton. 6. Provide removal documentation of asbestos containing materials as outlined in survey. And necessary documentation for City or Contractor to proceed with demolition following removal of asbestos materials. 7. Asbestos contractor shall obtain all DEQ permits required for removal and disposal of asbestos per- Oregon DEQ and OSHA regulations. And coordinate with local DEO officials in Pendleton. 8. The contractor shall "Relieve" The City of Pendleton of any and all liability during the asbestos removal service of said structure. Contractor shall provide certification of insurance and workers' compensation coverage for any employee on the job site. 9. The structure is located in a residential area within the city limits of Pendleton; contractor shall secure from unauthorized entry to the impacted area during asbestos removal procedures at all times. I 0. Contractors shall Obtain City of Pendleton business license and provide IRS W9 tax form. 11. There is no utilities available onsite. City shalj award bid or reserve the right to reject any or alj proposals, to postpone the award of the bid for a period not to exceed thirty (30) days, and to accept the proposal or any portion of the Proposal which is to the best interest of the City of Pendleton, Oregon. Facilities Manager gr a h a m@c i.p e ndl?'lro#?e of the World Famous Pendleton Round-Up...

2 BUILDING A. BUILDING IDENTIFICATION 1. Address 2. City State 4. Zip 5. Type of Building 6. Building Size Year Built/Remodel 8. Building Inspector 9. Business Affiliation Address 11. City 12. State 13. Zip 14. Telephone 15. Accreditations 16. Signature residence 1604 NW 50th Pendleton Oregon Wood framed "'1, 700 sq. feet 1940's Steven M. Paulsen Paulsen Environmental Consulting, Inc Graham Boulevard Vale Oregon sr;;

3 BUILDING INSPECTIONS A. BUILDING 1. Date of inspection: 2. Purpose: 3. Scope: 1604 NW 50th April 15, 2016 To determine the presence of ACBM Asbestos building inspections prior to demolition For Professional use, not an abatement specification B. HOMOGENEOUS AREA (SURFACING MATERIALS) NO ASBESTOS CONTAINING SURFACING MATERIALS LOCATED C. HOMOGENEOUS AREA (THERMAL SYSTEM INSULATION) NO ASBESTOS CONTAINING THERMAL SYSTEM INSULATION LOCATED D. HOMOGENEOUS AREA (MISCELLANEOUS MATERIAL) Location Identification Scheme Photographs Identity of Material Quantity of Material Sampling Scheme Abatement method Exterior Roof beneath metal silver and black N/A asbestos roofing 1,700 sq. ft. Random OSHA trained workers, proper disposal

4 E. HOMOGENEOUS AREA (MISCELLANEOUS MATERIAL) Location Identification Scheme Photographs Identity of Material Quantity of Material Sampling Scheme Abatement method Utility room white painted 12" x 12" floor tile Attached this page asbestos floor tile ;::125 sq. ft. Random OSHA trained workers, proper disposal F. BULK SAMPLING Data Sheets Sketches/Sample Loe. Laboratory Information Sample Analysis/Method Attached this Section. Attached this Section. Attached this Section. Polarized Light Microscopy Dispersion Staining Technique.

5 HOMOGENEOUS AREAS/BULK SAMPLE SUMMARY Area Approx. Sq. 's/ Asbestos? Description or Lin. Ft. # of Samples Yes/No white sheet vinyl 100 sq. 14/1 no bath beige sheet vinyl 100 sq. 15/1 no kitchen brown mastic 225 sq. 15a, 16a/2 no 12" x 12" floor tile 125 sq. 16/1 YES tar paper 125 sq. 16b/1 no linoleum 505 sq. 17/1 no sheetrock 600 sq. 18,19a/2 no sprayed wall and 5,900 sq. 19,20,21,22/4 no ceiling texture gray shingles 1,700 sq. 23/1 no black roofing 1,700 sq. 23a/1 YES

6 UAN LABORATORIES 2033 HERITAGE PARK DR, OKLAHOMA CITY, OK Polarized Light Microscopy Asbestos Analysis Report QuanTEM Lab No Account Number: B041 Date Received: 04/18/2016 Received By: Peyton Awbrey Date Analyzed: 04/21/2016 Analyzed By: Gayle Ooten Methodology: EPA/600/R-93/116 Project: Converted House Client: Paulsen Environmental Consulting 2019 Graham Blvd. Vale, OR Project Location: 1604 NW 50th Pendleton, OR Project Number: NIA QuanTEM Client Composition Color I Description Asbestos (%) Non-Asbestos Fiber(%) Non Fibrous Homogeneous White Sheet Vinyl Cellulose 25 Vinyl Beige Sheet Vinyl Cellulose 25 Vinyl 002a Brown Mastic Glue Binder White Floor Tile Asbestos Present Chrysotile 4 Vinyl CaC03 003a Brown Mastic Glue Binder 003b Black Tar Paper Cellulose 60 Tar Homogeneous Gray Linoleum Cellulose 25 Tar Unless otherwise noted, upon receipt the condition of the sample was acceptable for analysis. QuanTEM is a NVLAP accredited PLM laboratory (Lab Code: ). This report relates only to the specific items tested. NVLAP accreditation applies only to analysis performed utilizing EPA/600/M and EPA/600/R-93/116 methods. This report may not be used to claim product endorsement by NVLAP or any agency of the US Government. This report may not be reproduced except in full, without the written approval of the laboratory. Page 1 of 3

7 2033 HERITAGE PARK DR, OKLAHOMJ\ CITY, OK I I 650 Polarized Light Microscopy Asbestos Analysis Report QuanTEMLab No Account Number: Date Received: Received By: Date Analyzed: Analyzed By: Methodology: B041 04/18/2016 Peyton Awbrey 04/21/2016 Gayle Ooten EPA/600/R-93/116 Project: Converted House Client: Paulsen Environmental Consulting 2019 Graham Blvd. Vale, OR Project Location: 1604 NW 50th Pendleton, OR Project Number: NIA,.. QuanTEM Client Composition Color I Description Asbestos (%) Non-Asbestos Fiber(%) Non Fibrous Homogeneous White Sheetrock Cellulose 20 Gypsum Paint White Texture CaC03 Paint 006a White Sheetrock Cellulose 25 Gypsum Homogeneous White Texture CaC03 Paint Homogeneous White Texture CaC03 Paint Homogeneous White Texture CaC03 Paint Unless otherwise noted, upon receipt the condition of the sample was acceptable for analysis. QuanTEM is a NVLAP accredited PLM laboratory (Lab Code: l ). This report relates only to the specific items tested. NVLAP accreditation applies only to analysis performed utilizing EP N600/M and EP Af600/R-93/116 methods. This report may not be used to claim product endorsement by NVLAP or any agency of the US Government. This report may not be reproduced except in full, without the written approval of the laboratory. Page 2 of 3

8 LIAN LABORATORIES 2033 HERITAGE PARK DR, OKLAHOMA CITY, OK Polarized Light Microscopy Asbestos Analysis Report QuanTEM Lab No Account Number: Date Received: Received By: Date Analyzed: Analyzed By: Methodology: B041 04/18/2016 Peyton Awbrey 04/21/2016 Gayle Ooten EP A/600/R-93/116 Client: Paulsen Environmental Consulting 2019 Graham Blvd. Vale, OR Project: Converted House Project Location: 1604 NW 50th Pendleton, OR Project Number: NIA QuanTEM Client Composition Color I Description Asbestos (%) Non-Asbestos Fiber(%) Non Fibrous Gray Shingle Glass Fiber 20 Sand Tar 010a Black Roofing Asbestos Present Chrysotile 15 Cellulose 40 Tar Gayle Ooten, Analyst 4/21/2016 Date of Report Unless otherwise noted, upon receipt the condition of the sample was acceptable for analysis. Quan1EM is a NVLAP accredited PLM laboratory (Lab Code: ). This report relates only to the specific items tested. NVLAP accreditation applies only to analysis performed utilizing EPA/600/M and EPA/600/R-93/116 methods. This report may not be used to claim product endorsement by NVLAP or any agency of the US Government. This report may not be reproduced except in full, without the written approval of the laboratory. Page 3 of 3

9 / / '.J,i-\ I' ifl " LABORATORIES 0 company: Paulsen Environmen_tal Consulting Contact: Account#: SAMPLED.. Bv:. Steve Paulsen 2033 Heritage Park Drive, Oklahoma City, OK (800) a (405) Fax: (405) rage of I For Lab Use Orily LEGAL DOCUMENT - PLEASE PRINT LEGIBLY Project Information ,.-'---, '----i. ReporfResults (0 one box)' Phone: Project Name: Yltld-41. D QuanTEM Website Cell Phone: (541) D Other pau!sen@qwestoffice.net Project 10: Date:. PLM Bulk Analysis (EPA 600/R-93/116) Vermiculite Attic Insulation Air-AHERA Bulk-Prese.nce / Absence EPA600/R-93/116 Rush D (EPA 600/R--04/004) 400 Point Count Bulk-Quantitative [weight%} Chatfield 1000 Point Count D Other Air NIOSH 7402 Same Day Air-ISO Dust Presence / Absence 24- Hour Gravimetric Preparation Drinking Water EPA Dust- Quantitative [fibers/sq.cm]-astm D5755 -Day Particle ID 5-Day SATURDAY SAMPLE DELIVERY -CALL TO SCHEDULE Use this address for Satu day Delivery only: 4220 N. Santa Fe Ave., Oklahoma City, OK 7310S 8S17 Mark Package "Hold for Saturday Pickup"

10 BUILDING A. BUILDING IDENTIFICATION 1. Address 2. City 3. State 4. Zip 5. Type of Building 6. Building Size 7. Year Built/Remodel 8. Building Inspector 9. Business Affiliation 10. Address 11. City 12. State 13. Zip 14. Telephone 15. Accreditations 16. Signature residence 1825 SW Byers Avenue Pendleton Oregon Wood framed sq. feet 1960's Steven M. Paulsen Paulsen Environmental Consulting, Inc Graham Boulevard Vale Oregon Al j 8024 / /....

11 BUILDING INSPECTIONS A. BUILDING 1. Date of inspection: 2. Purpose: 3. Scope: 1825 SW Byers April 15, 2016 To determine the presence of ACBM Asbestos building inspections prior to demolition For Professional use, not an abatement specification B. HOMOGENEOUS AREA (SURFACING MATERIALS) NO ASBESTOS CONTAINING SURFACING MATERIALS LOCATED C. HOMOGENEOUS AREA (THERMAL SYSTEM INSULATION) NO ASBESTOS CONTAINING THERMAL SYSTEM INSULATION LOCATED

12 D. HOMOGENEOUS AREA (MISCELLANEOUS MATERIAL) Location Identification Scheme Photographs Identity of Material Quantity of Material Sampling Scheme Abatement method Exterior Roof silver and black Attached this page asbestos roofing ::e 1,300 sq. ft. Random OSHA trained workers, proper disposal E. BULK SAMPLING Data Sheets Sketches/Sample Loe. Laboratory Information Sample Analysis/Method Attached this Section. Attached this Section. Attached this Section. Polarized Light Microscopy Dispersion Staining Technique.

13 HOMOGENEOUS AREAS/BULK SAMPLE SUMMARY Area Approx. Sq. 's/ Asbestos? Description or Lin. Ft. # of Samples Yes/No yellow carpet 500 sq. 1/1 no mastic beige sheet vinyl 200 sq. 2/1 no kitchen cream mastic 200 sq. 2a/1 no yellow mastic 220 sq. 3,4a,5a/3 no white sheet vinyl 220 sq. 3a/1 no closet/laundry white mastic closet 20 sq. 3b/1 no beige sheet vinyl 100 sq. 4/1 no bath tan sheet vinyl 100 sq. 5/1 no laundry beige sheet vinyl 100 sq. 6/1 no bath white ceiling tile 1,300 sq. 7/1 no roofing 1,300 sq. 8/1 YES

14 M LABORATORIES 2033 HERIT/\GE PARK DR, OKL/\HOMA CITY, OK Polarized Light Microscopy Asbestos Analysis Report QuanTEM Lab No Account Number: B041 Date Received: 04/18/2016 Received By: Peyton Awbrey Date Analyzed: 04/21/2016 Analyzed By: Gayle Ooten Methodology: EP A/600/R-93/116 Project: City of Pendleton Client: Paulsen Environmental Consulting 2019 Graham Blvd. Vale, OR Project Location: 1825 Byers Av. Pendleton, OR Project Number: NIA QuanTEM Client Composition Color I Description Asbestos (%) Non-Asbestos Fiber(%) Non Fibrous 001 Homogeneous Yellow Carpet Mastic Glue Foam Beige Cellulose 20 Vinyl Sheet Vinyl 002a Cream Glue Mastic Yellow Glue Mastic 003a White Sheet Vinyl Cellulose Synthetic Vinyl 003b White Mastic Glue Binder Beige Cellulose 20 Vinyl Sheet Vinyl Unless otherwise noted, upon receipt the condition of the sample was acceptable for analysis. QuanTEM is a NVLAP accredited PIM laboratory (Lab Code: ). This report relates only to the specific items tested. NVLAP accreditation applies only to analysis performed utilizing EPA/600/M and EPA/600/R-93/116 methods. This report may not be used to claim product endorsement by NVLAP or any agency of the US Government. This report may not be reproduced except in full, without the written approval of the laboratory. Page 1 of 3

15 2033 HERITAGE PARK OR, 0KLAHOM,\ CITY, OK Polarized Light Microscopy Asbestos Analysis Report QuanTEM Lab No Account Number: Date Received: Received By: Date Analyzed: Analyzed By: Methodology: B041 04/18/2016 Peyton Awbrey 04/21/2016 Gayle Ooten EPA/600/R-93/116 Project: Project Location: Project Number: Client: Paulsen Environmental Consulting 2019 Graham Blvd. Vale, OR City of Pendleton 1825 Byers Av. Pendleton, OR NIA QuanTEM Client Composition Color I Description Asbestos (%) Non-Asbestos Fiber(%) Non Fibrous 004a Yellow Mastic Glue Tan Sheet Vinyl Cellulose 20 Vinyl 005a Yellow Mastic Glue Homogeneous Beige Sheet Vinyl Vinyl Foam Homogeneous White Ceiling Tile Cellulose 75 Paint Homogeneous Black/Gray Roofing Asbestos Present Chrysotile 15 Sand Tar Unless otherwise noted, upon receipt the condition of the sample was acceptable for analysis. QuanTEM is a NVLAP accredited PLM laboratory (Lab Code: IO ). This report relates only to the specific items tested. NVLAP accreditation applies only to analysis performed utilizing EPN600/M and EPN600/R-93/116 methods. This report may not be used to claim product endorsement by NVLAP or any agency of the US Government. This report may not be reproduced except in full, without the written approval of the laboratory. Page 2 of 3

16 LIAN LABORATORIES 2033 HERITAGE PARK OR, OKLAHOMA CITY, OK Polarized Light Microscopy Asbestos Analysis Report QuanTEM Lab No Account Number: B041 Date Received: Received By: Date Analyzed: Analyzed By: Methodology: 04/18/2016 Peyton Awbrey 04/21/2016 Gayle Ooten EPA/600/R-93/116 Client: Paulsen Environmental Consulting 2019 Graham Blvd. Vale, OR Project: City of Pendleton Project Location: 1825 Byers Av. Pendleton, OR Project Number: NIA QuanTEM Client Composition Color I Description Asbestos (%) Non-Asbestos Fiber(%) Non Fibrous Gayle Ooten, Analyst 4/21/2016 Date of Report Unless otherwise noted, upon receipt the condition of the sample was acceptable for analysis. QuanTEM is a NVLAP accredited PLM laboratory (Lab Code: ). This report relates only to the specific items tested. NVLAP accreditation applies only to analysis performed utilizing EPA/600/M and EPA/600/R-93/116 methods. This report may not be used to claim product endorsement by NVLAP or any agency of the US Government. This report may not be reproduced except in full, without the written approval of the laboratory. Page 3 of 3

17 ... ; //.\... \ 1 v 1t i:t, :.'. LABORATORIES ".. :,.,,,,,...,.. : '<: \.-:S{'COntad.lnfor'matio ' 2033 Heritage Park Drive, Oklahoma City, OK (800) co (405) Fax: (405) LEGAL DOCUMENT - PLEASE PRINT LEGIBLY -- == = Company: Paulsen Environmental Consulting Phone: (541) / Page of Projett lriforr.riati6ii :?., Report'Results (0 one box} QuanTEM Website Contact Steve Paulsen Cell Phone: ( 541) Other Account#: D 2 D 3 D 4 D 5 D 6 D 7 D 8 D 9 D 10 D SATURDAY SAMPLE DELIVERY - CALL TO SCHEDULE Use this address for Saturday Deflvery only: 4220 N. Santa Fe Ave., Oklahoma Crty, OK 7310S-8S17 Mark Package "Hold for Saturday Pickup n

18 THIS PAGE MUST BE COMPLETED AND SUBMITTED AS A PART OF YOUR PROPOSAL REFERENCES: Indicate below three agencies for which you have provided asbestos removal services within the past three years: Firm Contract: Name: Phone Number: Firm Contract: Name: Phone Number: Firm Contract: Name: Phone Number: Page 2

19 COST PROPOSAL FROM Asbestos contractor and all accordance with the specifications herein is listed as follows: A. House at 1604 Northwest 50 th $ B. Trailer House 1825 S.W Byers Ave. $ Total for all asbestos removal Not to exceed $ The City of Pendleton will award this contract on a lump sum basis, Review and be familiar with the enclosed bid proposal specifications. Failure to review the specifications will not relieve the successful contractor of an obligation to furnish all products, services and labor necessary to carry out the provisions of the bid proposal. All qualified proposals/bids will be evaluated and award made to the firm(s) whose proposal/bid is deemed to be in the best interest of the City of Pendleton, all factors considered. The City of Pendleton reserves the unqualified right to reject any and all offers if determined in its best interest. Request for bids proposals Project: asbestos removal for demolition PROPOSER S CERTIFICATION AND STATEMENT OF NON-COLLUSION I certify that this proposal is made without prior understanding, agreement or connection with any corporation, firm or person submitting a proposal for the same services and is in all respects fair and without collusion or fraud. I understand that collusive bidding is a violation of state and Federal law and can result in fines, prison sentences and civil damages awards. I certify that this proposal has been prepared independently and the price submitted will not be disclosed to another person. I certify that there has been no contact or communication by the proposer or the proposer s associates with any City staff, or elected officials since the date this RFP was issued. The City reserves the right to reject the proposal submitted by any proposer violating this provision. I agree to abide by all conditions of this proposal and certify that I am authorized to sign this proposal. COMPANY ME: Authorized Representative (Signature) Date: Authorized Representative Title: (Print or Type) THIS PAGE MUST BE COMPLETED AND SUBMITTED AS A PART OF YOUR PROPOSAL Page 3

20 CITY OF PENDLETON Public Contracts Addendum THIS PAGE MUST BE COMPLETED AND SUBMITTED AS A PART OF YOUR PROPOSAL The contract to which this addendum is attached shall be governed by the additional terms and conditions set forth herein: 1. The Contractor shall make payment promptly, as due, to all persons supplying to such Contractor labor or materials for the prosecution of the work provided in the contract. 2. The Contractor shall provide workers' compensation insurance coverage for all individuals, others than those exempt under ORS , who perform labor under the contract before labor under the contract commences. Contractor shall pay all contributions or amounts due for Workers' Compensation coverage from the Contractor incurred in the performance of the contract. 3. The contractor will not permit any lien or claim to be filed or prosecuted against the City on account of any material or labor furnished to the Contractor. 4. The Contractor will pay to the Oregon Department of Revenue all sums withheld from employees pursuant to Oregon Statutes. 5. If the Contractor fails, neglects, or refuses to make prompt payment of any claim for labor or services furnished to the Contractor or a subcontractor by any person in connection with this contract as such claim shall become due, the proper officer or officers representing the City may pay such claim to the person furnishing the labor or service and charge the amount of the payment against funds due or to become due to the Contractor by reason of this contract. 6. The payment of a claim in this manner authorized by this paragraph shall not relieve the Contractor or the Contractor's surety from obligation with respect to any unpaid claim. 7. No person shall be employed for more than eight hours in any one day, or forty hours in any one week, except in case of necessity, emergency, or where the public policy absolutely requires it, and in such cases the laborer shall be paid at least time and a half for all overtime worked in excess of 40 hours in any one week, except for individuals under this contract who are excluded under ORS to or under 29 U.S.C. sections 201 to 209 from receiving overtime. 8. The Contractor shall promptly, as due, make payment to any person, copartner ship, association or corporation, furnishing medical, surgical and hospital care or other needed care and attention, incident to sickness or injury, to the employees of such Contractor, of all sums which the Contractor agrees to pay for such services and all moneys and sums which the Contractor collected or deducted from wages of employees pursuant to any law, contract, or agreement for the purpose of providing or pay for such service. 9. Any and all employees of Contractor or his contractors while engaged or performing any work or services required by him under this agreement shall be considered his employees only and not employees of the City and any claims that may arise under the Workers' Compensation Act on behalf of the said employees while so engaged in any and all claims made by third parties as a consequence of any act or omission on the part of him or his employees while so engaged on any of the work or services provided to be rendered herein shall be the sole obligation responsibility of Contractor and/or his contractors. The parties to this agreement recognize that Contractor and his employees, officers, agents and subcontractors are providing professional services as independent contractors and are not providing services as employees of the City and are therefore not entitled to the benefits provided by the City to his employees, including but not limited to Page 4

21 10. Workers' Compensation benefits, group health insurance, social security, pension plans, or any other benefit accruing to City employees. Contractor hereby agrees to hold the City harmless from, and shall process and defend at his own expense, all claims, demands, or suits of whatever nature, brought against him arising from his performance under this agreement. Contractor shall advise his officers, agents, employees and subcontractors of this provision 11. Liability and Indemnity a. Indemnification. Contractor shall indemnify and defend City from, and reimburse City for, any cost, claim, loss, or liability suffered directly or from a third-party claim arising out of or related to any negligent activity of Contractor on the in the execution of this contract. City shall have no liability to Contractor for any injury, loss, or damage caused by Contractor or third parties. b. Liability Insurance. Before beginning execution of the contract, Contractor shall obtain and thereafter during the term of the contract shall continue to carry the following liability insurance at Contractor s cost: comprehensive general liability insurance in a responsible company with limits of not less than $200,000/500,000 for injury to one person, $500,000 for injury to two or more persons in one occurrence, and $50,000/$500,000 for damage to property. Such insurance shall cover all risks arising directly or indirectly out of Contractor s activities. Such insurance shall protect Contractor against the claims on account of the obligations assumed by Contractor under Section 11;.a, and shall name City as an additional insured. Certificates evidencing such insurance and bearing endorsements requiring 10 days written notice to City before any change or cancellation shall be furnished to City before Contractor begins execution of the Contract. 12. Contractor certifies that: a. Contractor is free from direction and control over the means and manner of providing the labor or services, subject only to the right of City to specify the desired results; b. Contractor is responsible for obtaining all assumed business registrations or professional occupational licenses required by state law or local governmental ordinances; c. Contractor furnishes the tools or equipment necessary for performance of the contracted labor or services; d. Contractor has the authority to hire and fire employees to perform the labor or services; e. Payment for the labor or services is made upon completion of the performance of specific portions of the project or is made on the basis of a periodic retainer; f. Contractor is registered under ORS chapter 701 (Construction Contractors), if Contractor provides labor or services for which such registration is required; g. Federal and state income tax returns in the name of the business or a business Schedule C or farm Schedule F as part of the personal income tax return were filed for the previous year if the contractor performed labor or services as an independent contractor in the previous year; and h. Contractor represents to the public that the contractor is an independently established business. Except where Contractor files a Schedule F as part of the personal income tax return and the contractor performs farm labor or services that are reportable on Schedule C, Contractor is considered to be engaged in an independently established business when four or more of the following circumstances exist: [Initial those that apply] i The labor or services are primarily carried out at a location that is separate from the residence of contractor or are primarily carried out in a specific portion of the residence, which portion is set aside as the location of the business; ii Commercial advertising or business cards as is customary in operating similar businesses are purchased for the business, or the contractor has a trade association membership; Page 5

22 iii Telephone listing and service are used for the business that is separate from the personal residence listing and service used by contractor; iv Labor or services are performed only pursuant to written contractors; v Labor or services are performed for two or more different persons within a period of one year; or vi Contractor assumes financial responsibility for defective workmanship or for service not provided as evidenced by the ownership of performance bonds, warranties, errors and omission insurance or liability insurance relating to the labor or services provided. 13. The Contractor must obtain a City of Pendleton Business License. 14. If the City does not appropriate funds for the next succeeding fiscal year to continue payments required by this contract, this contract will terminate at the end of the last fiscal year for which funds have been appropriated. The City will notify Contractor of such non-appropriation not later than thirty days before the beginning of the year within which funds are not appropriated. This provision does not permit the City to terminate this contract in order to provide similar services for the purpose for which this contract has been entered into. 15. If any action is instituted in connection with any claim or controversy arising out of this agreement, attorney fees may not be awarded by the court of competent jurisdiction and each party shall bear its own expenses of such action. 16. This agreement and the parties rights under it shall be construed and regulated by the laws of the State of Oregon and venue for any dispute hereunder shall lie in Pendleton, Umatilla County, Oregon. DATED:, 2016 Contractor: By: Taxpayer ID No. Page 6

23 THIS PAGE MUST BE COMPLETED AND SUBMITTED AS A PART OF YOUR PROPOSAL EXECUTION OF BID PROPOSAL By submitting this proposal, the potential contractor certifies the following: An authorized representative of the firm signs this proposal. It can obtain insurance certificates as required within 10 days after notice of award. The cost and availability of all equipment, materials, and supplies associated with performing the services described herein have been determined and include in the proposed cost. All labor costs, direct and indirect, have been determined and included in the proposal cost. The potential contractor has read and understands the conditions set forth in this RFP and agrees to them with no exceptions. The contractor has in effect $1,000, in general liability insurance and Workers Compensation on all employees. Therefore, in compliance with this Request for Proposal, and subject to all conditions here, the undersigned offers and agrees, if this proposal is accepted within 60 days from the date of the opening, to furnish the subject services at the cost on the Cost Proposal section of this document. OFFEROR: ADDRESS: CITY STATE ZIP: TELEPHONE NUMBER: CELL FEDERAL EMPLOYER IDENTIFICATION NUMBER: BY: TITLE: DATE: (Signature) (Typed or printed name) THIS PAGE MUST BE SIGNED AND INCLUDED IN YOUR BID PROPOSAL. UNSIGNED PROPOSALS WILL NOT BE CONSIDERED!!! ACCEPTANCE OF PROPOSAL CITY OF PENDLETON BY: TITLE: DATE: Sealed bid proposals, subject to the terms and conditions made a part hereof will be received until 2:00 p.m. May 26 Th 2016 for furnishing the services described herein. A pre-bid conference will not be held. No Site visit required. Questions or requests for a site visit may be directed to Glenn S. Graham Facilities Manager at SEND ALL BID PROPOSALS DIRECTLY TO THE ADDRESS SHOWN ABOVE. IMPORTANT NOTE: Indicate firm name and RFP number on the front of each sealed proposal envelope or package, (Asbestos removal services per above RFP ) fax/ is not acceptable. City shall award bid or reserve the right to reject any or all proposals, to postpone the award of the bid for a period not to exceed thirty (30) days, and to accept the proposal or any portion of the Proposal which is to the best interest of the City of Pendleton, Oregon. The City reserves the right to delete a portion of the project without renegotiating the lump sum bid, if funding is not available. Sincerely, Glenn S. Graham Facilities Manager Page 7 End

Airport owl building:

Airport owl building: 11. Minimum 20-25 year warranty. 12. Provide all materials necessary to meet are exceeded specifications below. Convention Center: 13. Provide Firestone UltraPlyTM TPO is a flexible Thermoplastic Polyolefin

More information

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC This is a Federally Funded project. The Surveyor and Subcontractors on this project must comply with HUD contract provisions 24CFR

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: MAY 17, 2013 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 PAGE 1 OF 12 PAGES BIDS DUE: JUNE

More information

AIA Document A101 TM 2007

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

More information

Tacoma Power Conservation Contractor Agreement

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

More information

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

ATTENTION BIDDERS. Be sure to clearly identify the name and address of a contact person within your firm.

ATTENTION BIDDERS. Be sure to clearly identify the name and  address of a contact person within your firm. ATTENTION BIDDERS If you download this Invitation to Bid from this website, it is your responsibility to advise WOU's Planning Office that you have done so. This will allow us to add you to the Respondent

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

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

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

More information

Proposal and Contract for HOME BUILDING and HOME REPAIR;

Proposal and Contract for HOME BUILDING and HOME REPAIR; Proposal and Contract for HOME BUILDING and HOME REPAIR; Date of Proposal: Attachments Comprising the Contract: [ ] General Conditions of Contract [ ] Plans and specifications [ ] Allowances Sheet [ ]

More information

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864) City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal for Removal of Asbestos Materials October 30,

More information

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

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

More information

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

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

More information

Invitation for Bid. House Sale & Removal. University of Arkansas - Fort Smith (listed properties)

Invitation for Bid. House Sale & Removal. University of Arkansas - Fort Smith (listed properties) BID NUMBER: AX 19-003 Invitation for Bid BID NAME: House Sale & Removal ISSUE DATE: August 26, 2018 LOCATION: University of Arkansas - Fort Smith (listed properties) BID OPENING DATE/TIME: September 25,

More information

If Applicable Bidder acknowledges, by initialing, receipt of the following Addendums:

If Applicable Bidder acknowledges, by initialing, receipt of the following Addendums: ATTACHMENT A COVER SHEET FOR PROPOSAL Proposals must include this cover sheet (or this sheet reproduced on company letterhead) or PAGE 1 of the proposal. This attachment is provided as a fillable form.pdf

More information

PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019

PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019 REPLACEMENT OF INTERIOR AND EXTERIOR DOORS AT KORTE ELEMENTARY SCHOOL RFP# 2019-PUR-006 PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019 Please mark your sealed envelope RFP #2019-PUR-006

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

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

PROPOSALS MUST BE RECEIVED BY: 10:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019

PROPOSALS MUST BE RECEIVED BY: 10:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019 CARPET AND COVE BASE FOR DISTRICT BUILDINGS RFP# 2019-PUR-002 PROPOSALS MUST BE RECEIVED BY: 10:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019 Please mark your sealed envelope RFP #2019-PUR-002 District Buildings

More information

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25 City of Henderson PO Box 716 Henderson, Kentucky 42419 September 14, 2014 REQUEST FOR PROPOSALS # 14-25 Social Media Services for the City of Henderson s Community Visionary Plan and Comprehensive Plan

More information

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847)

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847) GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS 60025 (847) 657-3215 DATE: March 8, 2019 SPECIFICATIONS FOR: Spin Bikes and Software BIDS RECEIVED UNTIL: March 27, 2019 2:00pm at Park Center

More information

CITY OF SHENANDOAH REQUEST FOR PROPOSALS. for the SPECIAL EVENT TENTS CITY OF SHENANDOAH I-45 NORTH SHENANDOAH, TEXAS 77381

CITY OF SHENANDOAH REQUEST FOR PROPOSALS. for the SPECIAL EVENT TENTS CITY OF SHENANDOAH I-45 NORTH SHENANDOAH, TEXAS 77381 CITY OF SHENANDOAH REQUEST FOR PROPOSALS for the SPECIAL EVENT TENTS CITY OF SHENANDOAH 29955 I-45 NORTH SHENANDOAH, TEXAS 77381 RESPONSES DUE MONDAY, SEPTEMBER 19, 2016 @ 10:00 AM 1 CITY OF SHENANDOAH

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

CONSTRUCTION AGREEMENT/CONTRACT

CONSTRUCTION AGREEMENT/CONTRACT Contract Number: Office Use Only 2233 Citygate Drive Columbus, Ohio 43219 614.418.7725 tel 614.418.7720 fax www.creativehousing.org CONSTRUCTION AGREEMENT/CONTRACT Between: For the Project: Creative Housing,

More information

The City of Moore Moore, Oklahoma

The City of Moore Moore, Oklahoma The City of Moore Moore, Oklahoma BID #1516-007 Construction Services Asbestos Removal for Royal Park Development Tract City of Moore Office of City Clerk, Purchasing Division 301 N. Broadway Avenue, Suite

More information

Northside Development Corporation 410 Magnolia Street Spartanburg, SC 29303

Northside Development Corporation 410 Magnolia Street Spartanburg, SC 29303 Northside Development Corporation 410 Magnolia Street Spartanburg, SC 29303 Legal Notice Request for Proposal for Removal of Asbestos Materials in various residential structures in the Northside Neighborhood

More information

INVITATION TO BID Install Spray Foam Polyurethane Roof

INVITATION TO BID Install Spray Foam Polyurethane Roof November 7, 2016 RFP-1617-404 INVITATION TO BID Install Spray Foam Polyurethane Roof The Danville Public Schools Maintenance Department is requesting sealed bids for furnish and install Polyurethane Seamless

More information

Citylink Bus Maintenance Facility Exterior Maintenance

Citylink Bus Maintenance Facility Exterior Maintenance Invitation to Bid Project No. ID-2016-012-00, 2014/2015 Tribal Transit Program Bids will be received by the Citylink Public Transit System at the Citylink Bus Maintenance Facility, located at 420 12 th

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 COMMERCIAL FLOORING CONTRACTORS

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS FACILITIES COORDINATOR 800 Church Street, Suite B60, Waycross, GA 31501 Phone: 912 287 4480 Cell: 912 281 9964 Fax: 912 287 4482 Email: sbaxley@warecounty.com INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

More information

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

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

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL Cleveland County REQUEST FOR PROPOSAL DESCRIPTION: DORAN MILL ASBESTOS ABATEMENT AND DEMOLITION DATE OF ADVERTISEMENT: February 21, 2018 PRE-BID MEETING: March 8, 2018, 10:00am at the Doran Mill, 404 Polkville

More information

EXHIBIT C - Contract for Residential Fire Sprinkler Demonstration Trailer

EXHIBIT C - Contract for Residential Fire Sprinkler Demonstration Trailer EXHIBIT C - Contract for Residential Fire Sprinkler Demonstration Trailer CONTRACTOR: 20 East Main Street Ashland, Oregon 97520 Telephone: 541/488-6002 Fax: 541/488-5311 DATE AGREEMENT PREPARED: BEGINNING

More information

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

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

More information

SANDHILLS COMMUNITY COLLEGE REQUEST FOR PROPOSALS RFP #

SANDHILLS COMMUNITY COLLEGE REQUEST FOR PROPOSALS RFP # SANDHILLS COMMUNITY COLLEGE REQUEST FOR PROPOSALS RFP # 02182019 TITLE: USING AGENCY: Steed Hall Greenhouse Renovations Sandhills Community College ISSUE DATE: February 18, 2019 ISSUING AGENCY: Sandhills

More information

INVITATION TO BID Retaining Wall

INVITATION TO BID Retaining Wall INVITATION TO BID Retaining Wall DEPARTMENT OF PARKS AND RECREATION The City of Des Peres is soliciting bids from qualified contractors to remove existing block wall and construct one concrete block retaining

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

West Ridge Park Ballfield Light Pole Structural Assessment

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

More information

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT The City of Des Peres is soliciting bids from qualified vendors to remove, furnish and install new flooring in activity rooms A and

More information

CONSTRUCTION CONTRACT EXAMPLE

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

More information

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

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid. To the Board of County Commissioners of Olmsted County, Minnesota: Bidders: In accordance with the advertisement of Olmsted County inviting proposals for the furnishing and application of dust control

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

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

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed INVITATION TO BID Sealed bids will be received by the Kent County Road Commission, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Thursday, November 29, 2018, 8:30 AM deadline, at which time

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

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

INVITATION TO BID Acoustical Ceiling Tile

INVITATION TO BID Acoustical Ceiling Tile October 10, 2016 REVISED 11/07/2016 RFP-1617-402 INVITATION TO BID Acoustical Ceiling Tile The Danville Public Schools Maintenance Department is requesting sealed bids for removal, furnish and install

More information

Front Porch Roof Replacement Scope of Work

Front Porch Roof Replacement Scope of Work Front Porch Roof Replacement Scope of Work The Hotel Roanoke and Conference Center is seeking qualified firms to remove and replace the EPDM section of roofing identified as the Front Porch as highlighted

More information

REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN GENERAL INFORMATION LOOMIS PARK MASTER PLAN

REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN GENERAL INFORMATION LOOMIS PARK MASTER PLAN REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN Issue Date: August 1, 2016 Proposal Receipt Date: Issuing Office: August 29, 2016, 3:00 PM Parks and Recreation The City of Jackson, Michigan is requesting

More information

Workforce Management Consulting Services

Workforce Management Consulting Services Request for Proposal #40604 Workforce Management Consulting Services For Grand River Dam Authority PROPOSALS TO BE SUBMITTED TO: Grand River Dam Authority Central Purchasing Unit 226 West Dwain Willis

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

Human Services Building Roof Project (4 flat roofs)

Human Services Building Roof Project (4 flat roofs) Request for Proposal Human Services Building Roof Project (4 flat roofs) The Lincoln County Maintenance Department is seeking to contract with an individual or entity to reroof four (4) flat roofs located

More information

PRODIGY. CONTRACTING GROUP INC. CommerCial residential industrial

PRODIGY. CONTRACTING GROUP INC. CommerCial residential industrial Dear Subcontractor; Please find enclosed our Subcontractor Insurance/Hold Harmless agreement and Master Agreement for your signature and return. It is the company s policy and our insurance program s requirement

More information

SECTION NOTICE TO BIDDERS

SECTION NOTICE TO BIDDERS SECTION 00 0030 NOTICE TO BIDDERS MAQUOKETA COMMUNITY SCHOOL AG LEARNING CENTER MAQUOKETA, IA NOTICE IS HEREBY GIVEN: Sealed bids for a Lump Sum Bid under a Single Construction Contract for the Maquoketa

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

REQUEST FOR PROPOSAL FOR Hazardous Material Survey 3rd Party Abatement Monitoring and Air Monitoring

REQUEST FOR PROPOSAL FOR Hazardous Material Survey 3rd Party Abatement Monitoring and Air Monitoring THE CITY OF BRENTWOOD 2348 S. Brentwood Blvd. Brentwood, MO 63144 REQUEST FOR PROPOSAL FOR Hazardous Material Survey 3rd Party Abatement Monitoring and Air Monitoring 8751 Eulalie 8758 Rosalie 8754 Rosalie

More information

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921 THIS IS NOT AN ORDER!! DATE: April 19, 2013 REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921 R.F.Q. NO. 14-02 Return quotes to: Tanya Adams, Recycling Coordinator

More information

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

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

More information

LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS

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

More information

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

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

More information

PROPOSAL LIQUID CALCIUM CHLORIDE

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

More information

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE TOWN OF HOPKINTON PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS

More information

GENERAL: WITNESSETH: That the said Contractor and the said District, for consideration hereinafter named agree as follows: DESCRIPTION OF WORK:

GENERAL: WITNESSETH: That the said Contractor and the said District, for consideration hereinafter named agree as follows: DESCRIPTION OF WORK: GENERAL: This Contract made and entered into this day of, 2013, by and between the Sundown Sanitary Sewer District, hereinafter called "District", and, hereinafter called "Contractor", duly authorized

More information

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation TOWN OF BERLIN VERMONT July 7, 2015 Request for Proposal Landscape Design and Installation Table of Content PART 0- INSTRUCTIONS TO THE BIDDERS 2 INVITATION TO BID 2 THE DATE OF SOLICITATION: 2 THE PROJECT:

More information

COUNTY OF PRINCE EDWARD, VIRGINIA

COUNTY OF PRINCE EDWARD, VIRGINIA COUNTY OF PRINCE EDWARD, VIRGINIA Invitation for Bids For Stripping and Waxing of VCT Floors in County Courthouse Issue Date: Monday, April 20, 2009 Due Date and Time: Send Proposals To: All inquiries:

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

MONTANA STATUTES : (1) MONTANA CODE: TITLE 39: LABOR CHAPTER 71: WORKERS COMPENSATION

MONTANA STATUTES : (1) MONTANA CODE: TITLE 39: LABOR CHAPTER 71: WORKERS COMPENSATION MONTANA STATUTES : (1) MONTANA CODE: TITLE 39: LABOR CHAPTER 71: WORKERS COMPENSATION Terms References Industrial Hygiene 1 Industrial Hygienist 0 Certified Industrial Hygienist - CIH 0 Certified Associate

More information

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE 1. DEFINITIONS 1 2. COMPOSITION OF THE ARCHITECT-ENGINEER 1 3. INDEPENDENT CONTRACTOR 1 4. RESPONSIBILITY OF THE ARCHETECT-ENGINEER

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

FIXTURING/INSTALLATION AGREEMENT

FIXTURING/INSTALLATION AGREEMENT Dept Index Contract No. Requisition No. FIXTURING/INSTALLATION AGREEMENT This FIXTURING/INSTALLATION AGREEMENT by and between THE UNIVERSITY OF NORTH FLORIDA BOARD OF TRUSTEES, a public body corporate

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

University of Maine System Supplementary Requirements to AIA Document B Standard Form of Agreement Between Owner and Architect

University of Maine System Supplementary Requirements to AIA Document B Standard Form of Agreement Between Owner and Architect APPENDIX A University of Maine System Supplementary Requirements to AIA Document B102 2007 Standard Form of Agreement Between Owner and Architect NOTE: B102 2007 AS MODIFIED WITH UNIVERSITY OF MAINE SYSTEM

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

ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A

ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A105-2007 The following addendum modifies or supplements the standard form

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

ASBESTOS/HAZARDOUS MATERIALS ABATEMENT AGREEMENT

ASBESTOS/HAZARDOUS MATERIALS ABATEMENT AGREEMENT ASBESTOS/HAZARDOUS MATERIALS ABATEMENT AGREEMENT Form XIII-17 THIS AGREEMENT ( Agreement ) is dated, 2011 by and between ( Contractor ), and County Land Reutilization Corporation ( Owner/Agent ). WHEREAS,

More information

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT West Valley Sanitation District PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT 1. INTRODUCTION A. West Valley Sanitation District of Santa Clara County (District) is accepting proposals for janitorial

More information

SUBCONTRACT (SHORT FORM)

SUBCONTRACT (SHORT FORM) SUBCONTRACTOR: PHONE SUBCONTRACT (SHORT FORM) PROJECT: LOCATION: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC. (Contractor) and (Subcontractor) which are

More information

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm NOTE: OUR ADDRESS HAS CHANGED TO 69 STATE STREET, 8 th Fl., ALBANY, NY 12207

More information

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES October 2, 2015 HUMAN RESOURCES DEPARTMENT 200 AVERY AVENUE MORGANTON, NORTH CAROLINA REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES GENERAL INFORMATION Burke County is located in western

More information

AIA Document A101 TM 2017 Exhibit A

AIA Document A101 TM 2017 Exhibit A AIA Document A101 TM 2017 Exhibit A Insurance and Bonds This Insurance and Bonds Exhibit is part of the Agreement, between the Owner and the Contractor, dated the day of «November» in the year «2017» (In

More information

Proposal No:

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

More information

PROPERTY MANAGEMENT AGREEMENT

PROPERTY MANAGEMENT AGREEMENT PROPERTY MANAGEMENT AGREEMENT In consideration of the covenants herein, (hereinafter referred to as Owner(s) ), and Bay Management Group, LLC, (hereinafter referred to as Manager ), agree to this Property

More information

AGC TEXT COPY THE ASSOCIATED GENERAL CONTRACTORS OF AMERICA AGC DOCUMENT NO. 603 STANDARD SHORT FORM AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR

AGC TEXT COPY THE ASSOCIATED GENERAL CONTRACTORS OF AMERICA AGC DOCUMENT NO. 603 STANDARD SHORT FORM AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR THE ASSOCIATED GENERAL CONTRACTORS OF AMERICA AGC DOCUMENT NO. 603 STANDARD SHORT FORM AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR (Where Contractor Assumes Risk of Owner Payment) The original text

More information

CITY OF EL PASO DE ROBLES The Pass of the Oaks

CITY OF EL PASO DE ROBLES The Pass of the Oaks CITY OF EL PASO DE ROBLES The Pass of the Oaks TO: FROM: SUBJECT: INTERESTED INDIVIDUALS OR FIRMS ANGELICA FORTIN, CITY LIBRARIAN INVITATION TO SUBMIT STATEMENTS OF QUALIFICATIONS AND PROPOSALS TO THE

More information

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch The St. Charles City-County Library is accepting bids pursuant to this Invitation for Bid from qualified

More information

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL Alabama State Port Authority Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL INVITATION TO BID The Alabama State Port Authority is accepting Sealed Bids on approximately two (2) 27 deep

More information

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-03 Window Washing

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-03 Window Washing DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL RFP09-03 Window Washing 2 THE DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL TABLE OF CONTENTS TABLE OF CONTENTS Page ANNOUNCEMENT 3 1.

More information

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918)

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918) BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK 74012 PHONE (918) 259-5700 FAX (918) 259-4344 Request for Bid Foundation Repair North Intermediate High School #B12-29 Time and Date to be Returned:

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

JEKYLL ISLAND STATE PARK AUTHORITY Request For A Sealed Quotation. Date Released June 30, 2016 Bid Opening: Tuesday July 26, :00PM ET

JEKYLL ISLAND STATE PARK AUTHORITY Request For A Sealed Quotation. Date Released June 30, 2016 Bid Opening: Tuesday July 26, :00PM ET JEKYLL ISLAND STATE PARK AUTHORITY Request For A Sealed Quotation Date Released June 30, 2016 Bid Opening: Tuesday July 26, 2016 3:00PM ET Request for Quotation RFQ #328 For the Project: Golf Carts & Utility

More information

2. Attachments a) Design Drawings Drawing(s) Revision Revision Date Specifications (T1.1-T2.8) N/A N/A A /06/17 A1.1 N/A N/A A2.

2. Attachments a) Design Drawings Drawing(s) Revision Revision Date Specifications (T1.1-T2.8) N/A N/A A /06/17 A1.1 N/A N/A A2. contractor ract and Scope of Work 8.812 ract To: contractor: LBA Construction LLC 2733 Ross Clark Circle Dothan, Alabama 36301 Scope: Window Film: Provide and install 7 mil shatter resistant window film

More information

SUBCONTRACTOR AGREEMENT

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

More information

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

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

More information

Please ensure that the following information is enclosed in your subcontract package:

Please ensure that the following information is enclosed in your subcontract package: SUBCONTRACT PROCESS PLEASE READ ENTIRELY: CONTAINS IMPORTANT INFORMATION Please ensure that the following information is enclosed in your subcontract package: Preliminary Information Subcontract Agreement

More information

Subcontract Agreement

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

More information

Document A Exhibit A Insurance and Bonds

Document A Exhibit A Insurance and Bonds Document A101 2017 Exhibit A Insurance and Bonds This Insurance and Bonds Exhibit is part of the Agreement, between the Owner and the Contractor, dated the day of in the year (In words, indicate day, month

More information

MASTER SUBCONTRACTOR AGREEMENT

MASTER SUBCONTRACTOR AGREEMENT The Builders Association of Minnesota, its local associations, and Fredrikson & Byron, P.A. disclaim any liability resulting from the use of these sample forms, and remind you that no single form is appropriate

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