CLEBURNE INDEPENDENT SCHOOL DISTRICT SPECIFICATIONS BID PROPOSAL INSTRUCTIONS AND CONTRACT DOCUMENTS SUMMER PAINT PROGRAM

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

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

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

INSTRUCTIONS TO BIDDERS

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

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

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

REQUEST FOR PROPOSALS (RFP) CITY OF RHOME OLD SCHOOL WINDOW AND DOOR REPLACEMENT

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

INVITATION TO BID. (713) Phone BEC Project No.: (832) Fax April 24, 2013

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

INSTRUCTIONS TO BIDDERS

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

SECTION NOTICE TO BIDDERS

MUNICIPAL COMPLEX PAINTING

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

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

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

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

REQUEST FOR PROPOSAL

INSTRUCTIONS TO BIDDERS

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

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

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

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

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

B. The Bid is made in compliance with the Bidding Documents.

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

BAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor

City Of Hammond Purchasing Department PROVIDE LABOR TO FURNISH WATER METER READING SERVICES FOR THE CITY OF HAMMOND. RFP 15-40

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

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

East Central College

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways

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

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

ADVERTISEMENT FOR BIDS

SUBCONTRACT AGREEMENT

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

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

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

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

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

INSTRUCTIONS TO BIDDERS

GENERAL SPECIFICIATIONS TABLE OF CONTENTS

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

BID PROPOSAL FORM FOR SALE AND REMOVAL OF A HOUSE DATE OF BID PROPOSAL:

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

525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave)

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM

REQUEST FOR SEALED BID PROPOSAL

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

INSTRUCTIONS TO BIDDERS

Trailer Mounted 250KW Diesel Generator Contract # 18C

SECURITY CAMERAS PURCHASE AND INSTALLATION BID: # BOE

Convert Six East/West Tennis Courts to a North/South Orientation

INSTRUCTIONS TO BIDDERS

REQUEST FOR SEALED BID PROPOSAL

PAVING BID: # BOE

COMPOSITE BID CONSISTING OF

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

2017 TRAIL PAVING TENDER DOCUMENT FOR. THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87

CITIES OF BOYNE CITY AND CHARLEVOIX. INVITATION TO BID Pavement Marking Services

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

OFFICIAL BID SHEET. DATE: May 3, 2018

Invitation To Bid. for

City Of Hammond Purchasing Department. Tree Removal Services RFP Sealed Bids Shall Be Received by the Purchasing Department, City of Hammond

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

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR

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

City of Corpus Christi Housing and Community Development

INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS. HCPS STANDARDS DOCUMENT. No.: APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

CONTRACT DOCUMENTS SPECIFICATIONS. For. Historic City Hall Storm Windows. For the CITY OF FORT MORGAN, COLORADO. October 12, 2011

13164 University Elementary School - Roof Replacement NOTICE TO BIDDERS

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

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR

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

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

~ INVITATION TO BID ~ JOHNSTON COMMUNITY SCHOOL DISTRICT 5608 MERLE HAY ROAD JOHNSTON, IA 50131

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN

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

South Madison Community School Corporation Project #1052 Pendleton Elementary School March 2014 Intermediate Renovation Phase II NOTICE TO BIDDERS

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

REQUEST FOR BID POLE BUILDING CONSTRUCTION

NOTICE INVITING SEALED BIDS Parking Lot Renovations

City of Charlevoix ADVERTISEMENT FOR BIDS. Tree Trimming

NOTICE OF REQUEST FOR BIDS

OPERABLE PARTITION WALLS PREVENTATIVE MAINTENANCE CONTRACT

NETWORK UPGRADE BID: # BOE

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

Transcription:

CLEBURNE INDEPENDENT SCHOOL DISTRICT SPECIFICATIONS BID PROPOSAL INSTRUCTIONS AND CONTRACT DOCUMENTS SUMMER PAINT PROGRAM February 2017

BID NOTICE The Board of Trustees for the Cleburne Independent School District will receive sealed bid proposal at 505 N. Ridgeway, Cleburne, Texas until 10:00 a.m. on February 23, 2017 Bids will be opened and read aloud at 10:05 for painting services as follows: Base Bid: 1. Paint the Interior Gerard Elementary 1212 S Hyde St. - Interior to include walls, doors, trim and frames, Exterior to include Walkway covers, Handrails, 2. Paint the Interior - Coleman Elementary 920 W Westhill Dr. - Interior to include walls, ceilings in halls, trim, painted cabinet, lockers in classrooms that have been painted, doors and frames - interior and exterior. 3. Paint the Interior - Cooke Elementary 902 Phillips - Interior to include walls, ceilings in halls, trim, painted cabinet, lockers in classrooms that have been painted, doors and frames - interior and exterior. Interested Bidders are required to attend the pre-bid meeting at the Cooke Elementary 902 Phillips Cleburne Texas 76033, at 9:00 a. m. on, February 20, 2017 for pre-bid facilities tour. Any questions should be directed to Kurt Benson, Director of District Maintenance for Cleburne I. S. D., 817-202-1182. In addition, specifications may be picked up at the Cleburne ISD Maintenance Building located at 2403 North Main Street, Cleburne, Texas. The Board of Trustees reserves the right to reject any an all proposals, to waive any formalities and/or irregularities, and to award any or all of the bid items in the best interest of the District. Cleburne Times Review Please run February 5, 2017 and February 12, 2017.

INFORMATION FOR BIDDERS 1. RECEIPT AND OPENING OF BIDS The Cleburne Independent School District, herein called "District" invites bids on the form enclosed herewith. All blanks appropriate to items being bid must be filled in. Bid Proposals will be received by the Cleburne Independent School District, at the Administration Building, at 505 N. Ridgeway, Cleburne, Texas, until 10:00 a.m., February 23, 2017. At that time, all bid proposals will be opened and read aloud. All envelopes containing bids, MUST be sealed and addressed to the Cleburne Independent School District, to the attention of Heidi Todd, 505 N. Ridgeway, Cleburne, Texas 76033, and designated as "Bid Proposal for Paint Opening Date: February 23, 2017." The District reserves the right to consider informal any bid not prepared and submitted in accordance with the provisions hereof and may waive any informalities and may reject any or all bids Bid proposals may be withdrawn prior to the above scheduled time for opening of bids. Any bids received after that time and date specified shall not be considered. 2. PRE-BID MEETING The District will conduct a pre-bid meeting on February 20, 2017 at 9:00 a.m. A tour of the facilities will be held following the meeting. All interested painting contractors are required to attend this informational meeting to start at the Cooke Elementary 902 Phillips Cleburne TX, 76033. 3. PREPARATION OF BID Each bid must be submitted on the prescribed form. All blanks pertaining to the bid must be filled in completely in ink or typewritten, in both word and figures as they apply. The Bid Form may be removed from the document for preparation, but must be reinserted in the proper place and the entire document submitted as the Bid. 4. BID MODIFICATIONS Any bidder may modify his bid any time prior to bid opening time. No facsimile (fax), telephone, email, or other written or verbal communication can be used to modify a bid. To modify a bid proposal, bidder must request, in person, the bid be returned to him by the District's designated representative and may resubmit a revised bid before the bidding deadline. 5. QUALIFICATION OF BIDDER

Bidder must be thoroughly familiar with all aspects required in this bid package. Bidder shall furnish the number of year s experience for providing these types of services required. In addition, Bidder shall furnish a list of locations where he has performed this type of service, giving the name of the company, location address, telephone number, contact person and the year installed. The District may make such investigations and inquiries, as it deems necessary to determine the qualifications of any Bidder to perform the work outlined. The Bidder shall furnish to the District all information and data for this purpose as the District might request. The District reserves the right to reject any bid if its investigation of the Bidder's qualifications fails to satisfy the District that the Bidder is fully qualified to carry out the obligations of the contract. No conditional bid will be accepted. All bids submitted by Bidder barred by the Cleburne Independent School District will be rejected. 6. AWARD OF CONTRACT The District reserves the right to reject any and all bids, to waive any formalities and/or irregularities, and to award any or all of the bid in the best interest of the District. 7. CONDITIONS OF WORK Each Bidder shall inform himself fully of the conditions relating to the construction of the project. He should carefully examine specifications, visit the job site, and familiarize himself with all conditions relating to construction costs. Failure to do so will not relieve the successful Bidder of his obligation to furnish all materials and labor necessary to carry out the provisions of the contract. If a Bidder should find discrepancies in the specifications, or in any other document relating to the project, he should at once ask for clarification from the District. Failure to receive written clarification from the District prior to submitting the bid will not relieve the successful Bidder of the obligation to carry out the provisions of the contract. An addendum to the Plans and Specifications, if so needed, will be sent to all prospective Bidders known who have met bidding requirements. Requests for clarification or interpretation should be made to the District and no other party. 8. TIME OF BEGINNING AND COMPLETION The successful bidder must complete all work during summer break starting no sooner than May 26, 2017 and must complete work July 9, 2017. If approved successful bidder is eligible to work in the month of May weekends starting Friday 3:30PM to Sunday 10:00 PM, but will have allow for school to resume on Mondays without interference. The bidder shall complete the following statement: Successful bidder can commence work within days from date of Notice to Proceed. The BIDDER will complete all work within calendar days

after the date of Notice to Proceed. This information can be a factor in awarding of the bid. 9. LIQUIDATED DAMAGES A. For each calendar day that any work shall remain incomplete after the time specified in the proposal and the contract, or the increased time granted by the District, the sum per day given in the following schedule will be deducted from the monies the Bidder, not as a penalty, but as liquidated damages: Amount of Contract Amount of Liquidated Damages per Day Less than $5,000.00 $ 60.00 $5,000.00 to $14,999.99 $ 80.00 $15,000.00 to $24,999.99 $100.00 $25,000.00 to $49,999.99 $120.00 $50,000.00 to $99,999.99 $160.00 $100,000.00 to $499,999.99 $240.00 More than $500,000.00 $500.00 B. This sum of money thus deducted for such delay, failure or noncompletion is not to be considered as a penalty, but it shall be deemed, taken and treated as reasonable liquidated damages, since it would be impractical and extremely difficult to fix the actual damages, and the District may withhold from the Bidder's compensation such liquidated damages. 10. PERFORMANCE AND PAYMENT BONDS PERFOMANCE BOND: For a contract in excess of $100,000, a performance bond shall be executed in the amount of the contract conditioned on the faithful performance of the work according to the plans, specifications, and contract documents. The bond is solely for the protection of the District. Gov t Code 2253.021(b) PAYMENT BOND: For a contract in excess of $25,000, a payment bond shall be executed in the amount of the contract solely for the protection and use of payment bond beneficiaries who have a direct contractual relationship with the prime contractor or a subcontractor to supply public work labor or material. Gov t Code 2253.021(c) Performance Bond Payment Bond 100% of contract price 100% of contract price

In the event that the total cost submitted, including alternatives, is less than Twenty-Five Thousand Dollars ($25,000.00) the successful Bidder is not required to furnish a Performance Bond and Payment Bond. However, the successful Bidder will be required to furnish good and sufficient proof that all claimants who have furnished labor or materials have been paid in full prior to acceptance by the District. 11. BID BOND Each bid shall be accompanied by a cashier s check or certified check made payable to Cleburne ISD, or a bid bond, duly executed by the bidder as principal and having surety thereon as a surety company approved by Cleburne ISD, in the amount of five (5%) percent of the total bid. The bid security must be enclosed in the same envelope as the bid. 12. INSURANCE Bidder, performing as an independent contractor hereunder, shall be fully responsible for providing Workman's Compensation, Commercial General Liability, and Automobile Liability coverage as follows: Type of Insurance Workman's Compensation Limits of Liability (Minimum) Statutory The District shall have no responsibility of liability for such insurance coverage. Bidder shall provide a certificate of Insurance compliance within fifteen (15) calendar days after notification of award. The District shall be listed as an additional insured (to the extent Bidder is indemnified pursuant to the Indemnity Provisions herein) in all certificates of insurance to read as follows: "Cleburne Independent School District, a public school system, its trustees, officers and employees, are an additional insured for work performed, and must be notified thirty (30) days in advance of insurance cancellation or termination." Certificates must include: name and address of insurance company (must be authorized by the State of Texas to transact business in the State of Texas or be named on the approved listing of non-admitted insurers), policy number, and liability coverage and amounts. Certifications should be submitted to: Cleburne Independent School District Attention: Kurt Benson, Director of Maintenance 2403 North Main Street Cleburne, Texas 76033

GENERAL CONDITIONS 1. DEFINITIONS District - Shall be understood as referring to the Cleburne Independent School District, or its designated representative. Working Day - Shall refer to a calendar day, not including Saturdays, Sundays, or days in which weather conditions prohibit work as determined by District. Bid, proposal Shall refer to the Bid Proposal Contractor - Shall refer to a general contractor. Bidder - Shall refer to The Bidder. Man, men, he - Shall refer to members of the human race and is not a reference to members of a specific gender. 2. WORK COVERED BY CONTRACT DOCUMENT The Bidder shall provide all labor, materials and equipment to construct/remodel or make improvements to the subject project as herein described. 3. BIDDER'S DUTIES Bidder will meet all PREVAILING WAGE REQUIREMENTS as enacted by the Legislature of the State of Texas; Section 2, Chapter 45, General Law, Acts of the 43rd Legislature, Regular Session, 1933 (Article 5159a, Vernon's Texas Civil Statutes), as amended in House Bill No. 560. (General Prevailing Wage Rates in Johnson County as determined by the City of Cleburne). Provide and pay for all supervision, labor, materials, tools, construction equipment, machinery, water, utilities, and other facilities and services necessary for the proper execution and completion of the work. All taxes that might lawfully be assessed against the District in the execution and performance of the proposed Contract and work covered thereby, are to be paid by the Bidder. The bid price shall include the total cost of all such taxes. Secure and pay for, as necessary, all fees, permits and licenses for proper execution and completion of the work, and as applicable to the time of receipt of bids. The District shall secure the general permit, if necessary. Give required notices. Both the business address of the Bidder and the Bidder's office in the vicinity of the work are hereby designated as the places to which all notices, letters

and other communications to the Bidder will be mailed or delivered. All notices, letters and other communications to the District shall be mailed or delivered to the Office of Kurt Benson, Director of Maintenance 2403 North Main Street Cleburne, Texas 76033. Either party may change his address at any time by an instrument in writing delivered to the other party. Comply with codes, ordinances, rules, regulations, orders and other legal requirements of public authorities, which bear any performance of other work. Reference to the standards of any technical society, organization, or association, or to codes of local and state authorities shall mean the latest standard, code specification, or tentative specification adopted and published at the date of taking bids, unless specifically stated otherwise. Properly submit to District notice of observed variance of contract documents from legal requirement. Employ only competent workmen for the execution of this work and all such work shall be performed under direct supervision of the Bidder or his company's site foreman. With execution and delivery of the Contract, the Bidder shall furnish and file with the District the surety bonds as required by the District. The Bidder shall provide all barricades, traffic cones, flagmen, and signs required to protect his employees and the general public and the materials in place. The Bidder shall be accountable for any damage resulting from his operations. He shall be fully responsible for the protection of all persons, including members of the public, employees of the District, and employees of contractors or subcontractors, and all public and private property including structures, utilities, fences, trees, shrubs, and ground cover, above and below ground. The Bidder shall, upon completion of the project or as the project progresses, remove any rubbish and debris caused by his trade and dispose of legally. The Bidder shall arrange for a suitable storage of the materials necessary for the completion of this project. Any materials that may be damaged by the elements or by vandalism or by other means or whose quality is questionable shall not be incorporated in the work. The Bidder may be granted an extension of time due to Acts of God, Acts of War, strikes, or non-delivery of materials, provided he submits in writing to the District a request for such extension five (5) working days prior to the date provided in the Contract. All materials and workmanship and all equipment required under this contract shall be subject to testing and inspection by the District, District's architect, or District officials. 4. WARRANTY

The Bidder shall guarantee the equipment, materials, and workmanship furnished under this Contract to be as specified and to be free from defects for a period of one (1) year after the date of final payment. Upon notification, the Bidder shall promptly make all adjustments, repairs, or replacements which, in the opinion of the District, arose out of defects and became necessary during the guarantee period. The cost of all materials, parts, labor, transportation, supervision, special tools, and supplies required for replacement or repair of materials and for correction of defects shall be paid by the Bidder or by the surety. This guarantee shall be extended to cover all repairs and replacements furnished under the guarantee to cover and the period of guarantee of each such repair or replacement shall be one (1) year after installation or completion. In the event of an emergency where, in the judgment of the District, delay would cause serious loss or damage, repairs or adjustments may be made by the District, or a third party chosen by the District, without advance notice to the Bidder, and the cost of the work shall be paid by the Bidder, or by the surety. 5. ADDENDA All Addenda shall be incorporated in and become part of the Contract documents for this project. No other explanation or interpretation will be considered official or binding. 6. PAYMENT OF BILLS Invoice by the Bidder shall be submitted in writing to the District or his agent upon the completion and acceptance of the project. If progress payments are to be made for this project, the draw schedule must be approved by the District prior to the signing of the Contract. All draws must be invoiced in writing and are subject to 10% retainage. The final payment and all retainings will be paid to the Bidder upon the completion and acceptance of the project. 7. PROJECT MANAGER AND SITE FOREMAN The Bidder shall provide in writing at least five (5) days prior to commencing work, the name of the project manager and a telephone number by which he can be reached during normal working hours. The Project Manager shall be thoroughly familiar with the plans and specifications for all phases of construction. The Project Manager and Site Foreman shall be capable of reading, writing, speaking and understanding English fluently. 8. SILENCE OF SPECIFICATIONS

The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of these specifications shall be made on the basis of this statement. 9. CONTACT PERSON Should you have any questions concerning this bid proposal, you may contact Kurt Benson - Director of Maintenance at kbenson@c-isd.com or 817-202-1182. 10. SPECIAL INSTRUCTIONS See Minimum Specifications attached.

MINIMUM SPECIFICATIONS SPECIFICATIONS FOR PAINTING The following are the minimum specifications for painting services to be provided as follows: CAMPUSES AND AREAS TO BE PAINTED 1. Paint the entire Gerard Elementary 1212 S Hyde St. - Interior/Exterior to include walls, doors and frames (Interior and Exterior), Walkway cover, Handrails, 2. Paint the entire Coleman Elementary 920 W Westhill Dr. - Interior to include walls, doors and frames - interior and exterior. 3. Paint the entire Cooke Elementary 902 Phillips - Interior to include walls, trim, painted classroom cabinet, painted classroom lockers, doors and frames - interior and exterior. Part 1 GENERAL 1.01 DELIVERY AND STORAGE: A. Deliver all materials to the site in original, new and unopened packages and containers bearing manufacturer's name and label. Provide labels on each container with the following information: Name or title of material. Manufacturer's stock number and date of manufacturer. Manufacturer's name. Contents by volume, for major pigment and vehicle constituents. Thinning instructions. Application instructions. Color name and number. 1.02 PROJECT CONDITIONS: A. Do not apply paint in snow, rain, fog or mist, or when the relative humidity exceeds 85%, or to damp or wet surfaces. PART 2 PRODUCTS 2.01 ACCEPTABLE MANUFACTURES:

A. Provide paint materials as manufactured by the following: Sherwin- Williams ProMar 200 Interior Water based paint for walls 2.02 MATERIAL QUALITY: A. Materials of best quality grade and manufactured by Sherwin-Williams are representative of the standard of quality required. Materials not displaying the manufacturer's identification as a standard, best-grade product will not be acceptable. B. Provide undercoat paint produced by the same manufacturer as the finish coats. Use only thinners approved by the paint manufacturer, and use only within recommended limits. PART 3 - EXECUTION 3.01 SURFACE PREPARATION: A. General: Clean surfaces to be painted before applying paint or surface treatments. Remove oil, grease, and loose paint, prior to applications of new paint. 3.02 APPLICATION: A. Apply paint in accordance with the manufacturer's directions. Use applicators and techniques best suited for the type of material being applied to acquire a uniform even finish. B. Apply additional coats when undercoats, other finishes and or conditions show through the final coat of paint. Final finish paint is to be of uniform finish, color and appearance. C. Opaque Finishes: Completely cover to provide and opaque, smooth surface of uniform finish, color, appearance, and coverage. Cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness, and other surface imperfections will not be acceptable. 3.03 CLEAN-UP AND PROTECTION: A. Clean-Up: During the process of the work, remove from the project daily all discarded paint materials, rubbish, cans, and rags. Upon completion of painting work, clean all window glass and other paint-spattered surfaces.

B. Protection: Protect work of other trades, whether to be painted or not, against damage by painting and finishing work. Provide "Wet Paint" signs as required to protect newly painted finishes. 3.04 TIME FRAME FOR PERFORMANCE OF WORK PRIOR TO COMMENCEMENT OF WORK ON PROJECTS A. Bidder shall provide an anticipated schedule. Work may commence on or after May 26, 2017 work shall be completed on or before July 9, 2017. Any deviation from this schedule must be approved in writing by the District. 3.05 RESPONSIBILITY OF DISTRICT A. The District shall be responsible for the removal of any decorative items from the wall. Additionally the District shall be responsible to provide a clear path to the wall of 3 feet. 3.06 SCOPE OF WORK Base Bid: The Board of Trustees of the Cleburne Independent School District reserves the right to reject any and all proposals, to waive any formalities and/or irregularities, and to award any or all the bid items in the best interest of the school district. A. Prep all walls, doors, door jambs, window frames and columns that were previously painted (excluding aluminum storefronts). B. Fill all holes, repair wall board cracks, and remove all foreign objects on walls. C. Remove all electrical switch, and outlet plate covers and plate wall covers. D. Paint all door and window frames (excluding aluminum storefronts). E. All cut-ins should be done first and cut-in brush mark should be rolled out wet to less than ½ or less. F. Paint over all artwork (Will determine at walk-through) G. Paint exterior trims and flashings. H. Paint the entire interior.

I. Paint color selections will be approved by Cleburne ISD prior to starting the project. J. No painting required on any stained wood areas. K. Tape and cut in around existing cove base. L. Use block filler primer on areas that have not previously been painted in stairwells, and entry corridors. M. Prime areas currently painted a dark color to ensure no bleed through as required. N. Paint all metal doors, jambs and window frames with oil base enamel. O. Paint all walls with Sherwin Williams or Equal acrylic gloss interior paint (color determined by the district). P. Provide a payment and performance bonds for the full amount as required by district policy. Q. Provide bid bond. R. The project will start after May 26, 2017 and be complete by July 9, 2017. All other schedule painting time will be approved first by the CISD s representative before proceeding.

B I D F O R M Opening Date: February 23, 2017 Opening Time: 10:00 a.m. Proposal of, doing business as a Corporation organized and existing under the laws of the State of, or a Partnership consisting of and, or an individual trading as. To the Superintendent of Schools and the Board of Trustees of the Cleburne Independent School District The Undersigned, in compliance with the Advertisement of Bid and the Information for Bidders, hereby proposes to furnish the materials and labor necessary to produce the herein specified product (s) or services (s), all in accordance with the specifications in the kind and for the amounts shown in the following statement: For furnishing all equipment, vehicles, labor, materials, etc., for the. Gerard Base Price $ Coleman Base Price $ Cooke Base Price $ TOTAL BASE PRICE $ Total written as: Dollars and Cents SPECIFY PAINT PRODUCT TO BE USED TOTAL ALTERNATE 1 PRICE $

Acknowledgement I have examined the specifications and instructions included herein and agree, provided I am awarded a contract within sixty (60) days of April 23, 2016 to provide the specified items and/or services or Work as described in the specifications and instructions for the sum in accordance with the terms stated herein. All deviations from specifications and terms are in writing and attached hereto. Name of Firm: Mailing Address: City: State: Zip Code: Date: Telephone: Authorized Signature: Typed As: Title: CONTRACTOR By: Signature Printed Name and Title Date Address City/State/Zip Telephone Number