Town of Centreville 101 Lawyers Row Centreville, MD Request for Bid (RFB) Crossroads Community, Inc. Building Renovation

Size: px
Start display at page:

Download "Town of Centreville 101 Lawyers Row Centreville, MD. 21617. Request for Bid (RFB) Crossroads Community, Inc. Building Renovation"

Transcription

1 Town of Centreville 101 Lawyers Row Centreville, MD Request for Bid (RFB) Crossroads Community, Inc. Building Renovation MD-15-CD-36 Town of Centreville, Maryland Sub-recipient Crossroads Community, Inc. SUBMIT BID TO: Town of Centreville 101 Lawyers Row Centreville, MD 21617

2 Table of Contents GENERAL INFORMATION... 2 STATEMENT OF WORK BID REQUIREMENTS BID PROCEDURES SCHEDULE EVALUATION METHOD BID PREPARATION GENERAL CONDITIONS BIDDER S GENERAL INSTRUCTIONS ATTACHMENTS

3 I. GENERAL INFORMATION A. INTRODUCTION The Bid shall be evaluated in accordance with the evaluation criteria set forth in this Request for Bid (RFB). All questions pertaining to the format of this RFB shall be directed to: Town of Centreville 101 Lawyers Row Centreville, Maryland T: F: ALL QUESTIONS MUST BE SUBMITTED IN WRITING. A written response will be faxed or ed to all potential vendors. Award shall be made to the responsible bidder whose Bid is determined, in writing, to be the most favorable for Town of Centreville and / or Crossroads Community, Inc., taking into account all the evaluation criteria set forth in this RFB. The Town of Centreville and / or Crossroads Community, Inc. reserve the right to reject any and all Bids submitted in response to this RFB. II. STATEMENT OF WORK A. General Information This Request for Bid seeks a qualified contractor to perform certain and specific building renovation work for the Crossroads Community, Inc. main administrative services building. This work is funded through a Community Development Block Grant (CDBG). Crossroads Community, Inc. is the sub-recipient of the grant. The location for the work is as follows: 120 Banjo Lane, Centreville, MD The Scope of the Work under Base Bid includes the renovation of six (6) restrooms at Crossroads Community building as indicated below. All work shall be in accordance with the Manufacturer s / RFB specifications, and shall be completed within sixty (60) calendar days of the notice to proceed. The selected Contractor will be responsible for providing all the labor, materials, equipment, and services necessary to perform the activities defined in the scope of work. Contractors are welcome to examine the property. The Contractor is responsible to be completely familiar the work under this specification, and for identifying all field conditions or other factors / adjacencies that would affect the work, and for identifying the quantity of materials required. Failure to do so will not relieve the Contractor from the obligations of the contract. 2

4 Plans, specifications and other contract documents may be obtained from Crossroads Community, Inc., 120 Banjo Lane, Centreville, Maryland 21617, during the pre-bid site meeting (see next section below). In lieu of obtaining RFB at pre-bid meeting, Contractor(s) may secure RFB at this location as indicated by contact information below. A non-mandatory pre-bidders site meeting will be conducted at 10:00 a.m., on Wednesday, March 18, 2015, at the site, 120 Banjo Lane, for the purpose of reviewing the specifications and site conditions. Although not mandatory, it is strongly recommended that prospective Contractors schedule a representative to attend this meeting. Additional site visits as required for bidding purposes may be scheduled by prospective Contractors by contacting John Plaskon, Executive Director, x 123, who will provide building access. The Town of Centreville and / or Crossroads Community, Inc. reserve the right to reject any or all bids or to accept any bid or portion thereof, when in their judgment the public will be better served, or otherwise in the best interest of the Town of Centreville or Crossroads Community, Inc. B. Scope of Work / Base Bid All work under this specification Base Bid is anticipated to be completed as part of one contract with the Contractor. Selected work items related to the overall project may be required to be completed by sub-contractors as applicable under general supervision of the Contractor, however, all requirements of the specification / RFB apply to all sub-contractors. 1. Restrooms Each of six (6) restrooms to be renovated; four (4) restrooms to remain ADA compliant and therefore require specialized fixtures, code compliant dimensions, etc.; work to include, but is not limited to, the following: a. Toilet and Sink: Remove existing and replace with American Standard, or approved equal flush toilet fixture with Sloan automatic flush valve; sink to receive appropriately matched ProFlo or equal chrome sink faucet set / ADA compliant as required; existing grab bars and all other existing dispensing accessories / lighting to remain for reuse; new installations to be tested for proper operation / leak-free upon completion of work. b. Mirror: Remove existing / replace with standard commercial grade fixture, chrome frame. c. Wall Covering: Supply and install Plas-Tex / PolyWall, or approved equal, commercial grade vinyl wall covering embossed Matte textured surface panels and molding, installed to height of light switch, for ease of maintenance in the space; remaining wall surfaces to be painted with base coat and finish coats to provide adequate coverage. 3

5 Contractor is responsible to field survey all site conditions to verify all conditions of the job site that may affect the work; in addition, plumbing contractor is responsible to coordinate the installation of new toilet fixtures with the flooring contractor who will be installing vinyl sheet flooring in these restrooms, under the supervision of Crossroads Community, Inc. Contractor is responsible for obtaining, scheduling, and paying for all permits, and inspection fees as required, and meeting code requirements of the Town of Centreville, and of all other regulations / guidelines of agencies having jurisdiction, as applicable. The building is anticipated to be occupied while work is in progress, therefore, at least one (1) ADA restroom and one (1) standard restroom must remain functional while demolition / new installation work is phased. All reasonable steps are to be taken to maintain work areas in a safe state. Site maintenance and daily clean-up shall be maintained by the Contractor. All work shall be conducted in such a manner as to minimize the disruption to building occupants. Contractor is responsible for all clean-up, and removal of debris away from Community Crossroads, Inc. property. Contractor to dispose of demolition materials in accordance with all jurisdictions having authority. All construction and demolition materials as applicable must be disposed of at a permitted solid waste acceptance facility or recycled if possible. A copy of the landfill scale receipt must be provided to the Town of Centreville and / or Crossroads Community, Inc. In addition to clean-up, Contractor is responsible for all patching and restoration of interior finishes impacted by the work. Although anticipated to be minimal, Contractor to make every effort to limit the impact of the work on interior finishes. As applicable, Contractor must be an EPA certified renovator and shall follow safe work practices per COMAR C. Additional Requirements Contractor must not be subject to debarment or suspension to participate in Federal assistance programs and shall attest to same. Federal Section 3 hiring rules apply to this project (see section below). Contractor must be licensed by the State of Maryland to perform all work specified in the bid proposal and must have an established place or shop of business. The contract shall be fixed firm price. This RFB and the Bid shall become part of the contract. Contractor must comply with current publication of Davis-Bacon (prevailing wage) requirements, and maintain and provide such payroll 4

6 and other records as necessary to document compliance. for all involved trades as required for the work under this specification, as published in current Davis-Bacon requirements. (Wage rates are attached). Contractor must possess at least $1 million in general public liability insurance; Worker s Compensation Insurance; and Auto Liability Insurance. (Copy of paid insurance certificate shall serve as proof). Contractor will be responsible for all materials prior to installation. Contractor must have a minimum of five (5) years experience doing comparable work. The Contractor shall provide references as required by the bid documents. Contractor will submit for approval exact specifications of materials and installation methods, including manufacturers name, model numbers, gauge, weight, features, as applicable, and warranty in advance of any installation. Contractor will provide all warranty information and documentation to the Town of Centreville and Crossroads Community, Inc. upon completion of work. Warranty / guarantee information shall include Contractor s labor and materials in addition to manufacturer s documentation. Contractor will provide all product technical specifications / catalog cuts, training concerning cleaning techniques and other materials to Crossroads Community, Inc. upon completion of work. Such instruction and materials shall be clearly marked as such and include any serial numbers or other identifying information on the products and / or equipment installed and dates of installation. Contractor must be able to qualify for and provide the Town of Centreville and Crossroads Community, Inc. with the manufacturer s full warranties. Contractor shall warranty the repairs and alterations separate from the manufacturer s warranties for a period of twelve (12) months from completion and acceptance of work. Contractor must complete all work in accordance with all authorities having jurisdiction over such work. The contract shall be in the form as specified by the Town of Centreville and / or Crossroads Community Inc. III. BID REQUIREMENTS A. Required elements 1. Coversheet with Contractor s name, address, phone, fax, , state license number and contact information. 5

7 2. Bid price The bid price shall clearly identify the Work Items and the Total Bid Amount. Total Bid Amount to reflect Contractor s overhead and profit. The contractor must comply with Davis-Bacon requirements. 3. 5% Bid Bond 4. Proof of Insurance coverage as required in this Request for Bids. 5. References: A list of five (5) corporate references including name, address, phone number, fax number and address, if available. 6. W-9 (IRS) Form - Request for Taxpayer Identification number and certification. 7. Debarment - The Contractor must not be subject to debarment or suspension to participate in Federal assistance programs. Provide a signed statement to attest to same. 8. Section 3 Compliance bid statement B. Section 3 Clause 1. The work to be performed under this contract is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C (Section 3). The purpose of Section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD-assisted projects covered by Section 3, shall, to the greatest extent feasible, be directed to low-and very low-income persons, particularly persons who are recipients of HUD assistance for housing. 2. The parties to this contract agree to comply with HUD s regulations in 24 CFR Part 135, which implement Section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 135 regulations. 3. The contractor agrees to send to each labor organization or representative or workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers representative of the contractor s commitments under this Section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. 4. The notice shall describe the Section 3 preference, shall set forth minimum number of job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. 5. The contractor agrees to include this Section 3 clause in every subcontract subject to compliance with regulations in 24 CFR Part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this Section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR Part 135. The 6

8 contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR Part The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR Part 135 require employment opportunities to be directed, were not filed to circumvent the contractor s obligations under 24 CFR Part Noncompliance with HUD s regulations in 24 CRF Part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. 8. With respect to work performed in connection with Section 3 covered Indian housing assistance, Section 7 (b} of the Indian Self-Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7 (b) requires that the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii} preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian-owned Economic Enterprises. Parties to this contract that are subject to the provisions of Section 3 to the maximum extent feasible, but not in derogation of compliance with Section 7(b). 9. Parties to this contract that are subject to the provisions of Section 3 to the maximum extent feasible, but not in derogation of compliance with Section 7(b). IV. BID PROCEDURES A. Schedule DATE ACTION Friday, March 13, Invitation to Bid / Bid Specs Available Wednesday, March 18, Pre-Bid Conference Wednesday, April 1, Bids Due Thursday, April 2, Notice of Award B. Evaluation Method All properly submitted bids will be considered using the following point-system evaluation: 1. Cost 70 The Contractor with the lowest price shall receive the maximum price points. All other proposals shall 7

9 receive a proportionately lower total score. Formula: (Lowest price proposal / Proposal being evaluated) * weight 2. Contractor Qualifications / References / Compliance with the Scope of Work and the Additional Requirements outlined in Section II. A and B. This section includes the ability to comply with Davis-Bacon reporting requirements and evidence of Equal Opportunity employment practices. 30 TOTAL 100 C. Bid Preparation Instructions General Format When completed, Bids are to be assembled exactly as described in Section III. NOTE: Each element must be labeled as above. Submission Deadline All sealed bids must arrive at the Town of Centreville, 101 Lawyers Row, Centreville, Maryland by 2:00 p.m., Wednesday, April 1, 2015 to be considered. Requests for extensions of this date or time will not be granted. Offerors mailing proposals should allow sufficient mail and internal delivery time to ensure timely receipt at the Issuing Office. Proposals or unsolicited amendments to proposals arriving after the closing date and time will not be considered. Bidders are cautioned that bids mailed, shipped express, or hand delivered to arrive the day of the bid opening must be in the hands of the Town of Centreville Staff no later than 2:00 p.m. on the date specified above. Proposals must be mailed, shipped, or hand delivered to the address below: Town of Centreville 101 Lawyers Row Centreville, Maryland BIDS WILL NOT BE ACCEPTED AT ANY OTHER LOCATION. THE TOWN WILL NOT BE RESPONSIBLE FOR ANY BIDS DELIVERED TO ANY OTHER LOCATION WHETHER SUCH OTHER LOCATION IS A TOWN OFFICE OR OTHERWISE. All proposals must be in a sealed envelope with the following information clearly printed on the outside: CROSSROADS COMMUNITY, INC. Building Renovation 8

10 Please note that if a bid is mailed, sent by messenger service, or delivered by commercial carrier (e.g. FEDEX, UPS, etc.). THE OUTSIDE ENVELOPE, AS WELL AS THE INSIDE ENVELOPE, IF ANY, MUST CONTAIN THE LEGEND SHOWN ABOVE. Town staff receives many items by such services and if the legend does not appear, a response may be misrouted or delayed in opening. The bidder takes full responsibility for the legend and THE TOWN WILL NOT DEEM A BID AS TIMELY RECEIVED, EVEN IF RECEIVED ON TIME, IF OPENED LATER THAN THE DEADLINE DUE TO LACK OF THE APPROPRIATE LEGEND ON THE MAILER / OUTSIDE ENVELOPE. Bidders are asked to submit two (2) original copies of each Bid signed by the vendor s contractually-binding authority. V. GENERAL CONDITIONS The release of this RFB does not constitute an acceptance of any offer, nor does such release in any way obligate the Town of Centreville and / or Crossroads Community, Inc. to execute a contract with any bidder. The Town of Centreville and / or Crossroads Community, Inc. reserve the right to accept, reject, or negotiate any or all offers received in response to this request, to negotiate with all qualified sources, or to cancel, reject, alter, modify or amend in part, or in its entirety, this RFB, if to do so is in the best interest of the Town of Centreville and / or Crossroads Community, Inc.. The final decision to execute a contract with any bidder rests solely with the Town of Centreville and / or Crossroads Community, Inc. 1. Before preparing Bids, the bidder should note that: a. The Town of Centreville and / or Crossroads Community, Inc. will not be liable for any costs associated with the preparation of Bids or negotiation of contract incurred by any bidder; b. All Bids, in their entirety, will become the property of the Town of Centreville and / or Crossroads Community, Inc. upon submission; c. The award of a contract for any proposed service(s) is contingent upon the following favorable evaluation of the Bid; reasonableness of cost; approval of the Bid by the Town of Centreville and / or Crossroads Community, Inc.; successful negotiation of any changes to the Bid required by the Town of Centreville and / or Crossroads Community, Inc.; available and appropriate funding. d. Submitted prices are irrevocable for up to ninety (90) days after Bid submission. This period may be extended only with the Bidder s written agreement. 2. The Town of Centreville and / or Crossroads Community, Inc. reserves the right to negotiate the final terms of all contracts with successful bidders. Items that may be negotiated include, but are not limited to, type and scope of services, costs and prices, delivery and installation, warranty and maintenance, and training and service levels. 9

11 3. Likewise, the Town of Centreville and / or Crossroads Community, Inc. reserve the right to accept any Bid as submitted for contract award, without substantive negotiation of offered terms, services, or prices. Therefore, bidders are advised to propose their most favorable terms initially. 4. Bidders will be required to assume full responsibility for all specified services and may subcontract only with the express written approval of the Town of Centreville and / or Crossroads Community, Inc. (Sub-Contractors are subject to debarment check approval). 5. In submitting a Bid, the bidder certifies as to its legally-constituted organization and that in connection with this Bid: a. the prices in the Bid have been arrived at independently without consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; and, b. unless otherwise required by law, the prices which have been quoted in the Bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to award, directly or indirectly, to any other bidder or to any competitor; and, c. no attempt has been made by the bidder to induce any other person or firm to submit or not to submit a Bid for the purpose of restricting competition. 6. Person(s) signing the Bid certify that person(s) in the bidder's organization who are legally responsible within that organization for the decision as to the price being offered in the Bid have not participated, and will not participate, in any action contrary to 5a, b, or c. 7. Bids will be exempt from disclosure until the evaluation and selection process has been completed. If a Bid contains any information that the bidder considers proprietary and does not want disclosed to the public or used for any purpose other than evaluation of the offer, all such information must be indicated by marking the top margin of each page considered proprietary with "proprietary." 8. The bidder shall keep and maintain at all times in the life of this agreement General Business & Liability Insurance which shall include insurance for personal injury, property damage, liability for the vehicles and equipment operated by it, as well as other general business liability insurance to ensure against any or all of the claims which may arise by virtue of its operations pursuant to this agreement. 9. The bidder must agree to submit and maintain a Certificate of Insurance containing the policy or binder number, name of the insurance company, limits of liability and types of insurance to maintain the same on file with the Town at all times. 10. In addition to the insurance contemplated in this paragraph, the bidder agrees to maintain a Certificate of Insurance containing the policy or binder number, the name of the insurance company and any limit of liability, or in lieu thereof, an appropriate Certificate indicating that it has Worker s Compensation insurance in compliance with the laws of the State of Maryland. The minimum limit for general liability insurance shall 10

12 be one million dollars ($1,000,000.00) which said limit shall also include as an insurance requirement for the personal injury and property damage liability insurance on the vehicles and equipment to be operated by the bidder in the performance of this contract. 11. The Town of Centreville and Crossroads Community, Inc., and Crossroads Community Inc., its employees and agents, shall be named as an additional insured on all insurance policies. The Town shall be furnished with satisfactory evidence that the forgoing insurance is in effect within ten (10) days after written notice of award is given to the bidder. 12. The Town shall be notified thirty (30) days prior to the cancellation or material change of any coverage. 13. The bidder will provide a 100% performance bond at time of contract execution. 14. The bidder will provide a 100% payment bond at time of contract execution. 15. Appeals - Areas that are disputable: Substitutions or equivalents, ancillary or supportive services to a core program, conflict of interest, sole source awards not approved by the state, requirements that restrict competition, misapplication of the RFB procedures. Procurement decisions made by the Town of Centreville and / or Crossroads Community, Inc. based on MOST ADVANTAGEOUS are NOT DISPUTABLE. Filing a Claim All claims regarding disputes must be made in writing. Claims must be filed no later than thirty (30) days from the onset of the disputed activity. For example, a claim regarding the awarding of a training contract based on an RFB solicitation must be filed within thirty (30) days of the start date of the awarded contract. A claim for purchased goods or services must be filed within thirty (30) days of the initial bid solicitation. The written claim, clearly stating the area of dispute, must be filed with: The Town of Centreville 101 Lawyers Row Centreville, MD V. BIDDERS GENERAL INSTRUCTIONS 1. INSTRUCTIONS: (a) All Bids must be submitted by 2:00 p.m. on Wednesday, April 1, (b) Any bidder finding discrepancy in or omission from the specifications, or is in doubt as to their meaning, can contact the Town of Centreville and / or Crossroads Community, Inc., in writing, not less than three (3) days prior to the 11

13 scheduled submittal date; exceptions taken in no way obligate the Town of Centreville and / or Crossroads Community, Inc. to change the specifications. The Town of Centreville and / or Crossroads Community, Inc. will notify all bidders in writing, by addendum duly issued, of any interpretations made of specifications or instructions. (c) The Town of Centreville and / or Crossroads Community, Inc. will assume no responsibility for oral instruction or suggestion. All official correspondence in regard to this solicitation's specifications should be directed to and will be issued by the Town of Centreville. 2. AWARD OF CONTRACT: (a) (b) In no instance will the Town of Centreville and / or Crossroads Community, Inc. award a contract based on the most favorable evaluated bid earlier than April 2, The most favorable bid will be evaluated by responsiveness to the specifications in the scope of work and the terms and conditions further specified in these instructions and the Request for Bid. 3. SPECIFICATIONS: Provide all materials, accessories, labor and warranties as described 4. RESERVATIONS: (a) The Town of Centreville and / or Crossroads Community, Inc. reserves the right to reject any and all bids, to waive any informalities in bids received, and to accept or reject any items of any bid. All bids when filed will be irrevocable for ninety (90) days following the closing date for submission of bids. (b) The Town of Centreville and / or Crossroads Community, Inc. may waive minor differences in specifications provided these differences do not violate the specification intent nor materially affect the operation for which the item or items are being purchased nor increase the estimated maintenance and repair cost. 5. DELIVERY: (a) (b) (c) Bidders shall guarantee delivery of services and materials in accordance with such delivery scheduled as may be provided in their Bid. All items shall be delivered F.O.B. destination and delivery costs and charges included in the bid unless otherwise noted in Special Conditions. The Town of Centreville and / or Crossroads Community, Inc. reserves the right to charge the contractor or vendor Fifty Dollars ($50.00) per working day for each day the materials, supplies or services are not delivered in accordance with the delivery schedule. The per diem charge may be invoked at the discretion of the Town of Centreville and / or Crossroads Community, Inc. 12

14 6. COMPETITION, LITERATURE, SAMPLES: (a) (b) (c) (d) (e) To better insure fair competition and to permit a determination of the lowest bidder, Bids may be rejected if they show any omission, irregularities, alteration of forms, additions not called for, conditional or unconditional unresponsive bids, or bids obviously unbalanced. The name of any manufacturer, trade name, or manufacturer or vendor catalogue number mentioned in specifications is for the purpose of designating a standard of quality and type and for no other. Even though a particular manufacturer's name or brand is specified, bids will be considered on other brands or on the product of other manufacturers. On all such bids the bidder shall indicate clearly the comparison to be made with the particular brand or manufacturer specified, in order to clearly establish approved equal, to be determined by the Town of Centreville and / or Crossroads Community, Inc. Catalogue cuts and descriptive data shall be attached to the original copy of the bid where applicable. Failure to submit the above information may be sufficient grounds for rejection of the bid. No bidder will be allowed to offer more than one price on each item even though the bidder may feel that the bidder has two or more types or styles that will meet specifications. Bidders must determine for themselves which to offer. If said bidder should submit more than one price on any item, all prices for that item may be rejected at the discretion of the Town of Centreville and / or Crossroads Community, Inc. Specifications provided are based on the Town of Centreville and / or Crossroads Community, Inc. needs and uses, estimated costs of operation and maintenance, and other significant and / or limiting factors to meet the Town of Centreville and / or Crossroads Community, Inc. requirements. Minimum specifications, where included, are not established arbitrarily to limit competition or to exclude otherwise competitive bidders. 7. DEVIATIONS FROM SPECIFICATIONS: In addition to the above requirements, all deviations from the specifications must be noted in detail by the bidder, in writing, at the time of submittal of the formal bid (see attached exceptions to bid form). The absence of a written list of specification deviations at the time of submittal of the bid will hold the bidders strictly accountable to furnish material, equipment or services in full accordance with the specifications as written, and will be grounds for rejection upon delivery of any item(s) not fully meeting specifications. 8. INSPECTION: All materials, supplies and / or services delivered or performed for the Town of Centreville and / or Crossroads Community, Inc. shall be subject to final inspection and testing. If the result of such inspection, or one or more of such tests indicates that any part of the materials or supplies are deficient in any respect, the Town of Centreville and 13

15 / or Crossroads Community, Inc., in its absolute discretion, may reject all or any part of the materials and supplies to be provided under this contract. Variances in materials, supplies and / or services may be waived upon approval by the Town of Centreville and / or Crossroads Community, Inc. 9. DISPUTES: In cases of disputes as to whether or not an item or service quoted or delivered meets specifications, the decision of the Town of Centreville and / or Crossroads Community, Inc. or authorized representatives, shall be final and binding on both parties. 10. LAWS AND REGULATIONS: The Contractor shall protect and indemnify the Town of Centreville and / or Crossroads Community, Inc. and its agents or employees against any claim or liability arising from or based on the violation of any such laws, ordinances or regulations, whether by the Contractor or their employees. 11. EQUAL OPPORTUNITY: It is the policy of the Town of Centreville to assure all persons Equal Employment Opportunity, and also to assure that Minority Business Enterprises / Women Owned Businesses/Section 3 businesses have the maximum opportunity to participate in the performance of all the Town of Centreville contracts for supplies and services. Every contractor or vendor doing business with the Town of Centreville must agree not to discriminate in any manner against any employee or applicant for employment because of race, color, sex, religion, national origin, age, marital status, political affiliation, mental or physical disability and shall be obligated to include a similar requirement in any and all sub-contracts. They must further agree to comply with all applicable federal, state and local laws and executive orders and regulation relating to Equal Employment Opportunity and Minority Business Enterprises / Women Owned Businesses/Section 3 businesses (reference section IV.B). 12. ASSIGNMENT The Contractor shall not assign whole or any part of the work or any moneys due hereunder without written consent of the Town of Centreville and / or Crossroads Community, Inc. 13. INDEMNITY: If a contract is awarded, the successful bidder will be required to indemnify and hold the Town of Centreville and / or Crossroads Community, Inc. harmless from and against all liability and expenses, including attorney's fees, howsoever arising or incurred, alleging damage to property or injury to, or death of, any person, arising out of or attributable to the bidder's performance of the contract awarded. 14

16 Any property or work to be provided by the bidder under this contract will remain at the bidder's risk until written acceptance by the Town of Centreville and / or Crossroads Community, Inc.; and the bidder will replace, at bidder's expense, all property or work damaged or destroyed by any cause whatsoever. 14. TERMINATION/EXTENSION OPTIONS Termination for Convenience: The Town of Centreville and / or Crossroads Community, Inc. reserves the right to reduce or terminate this contract should funding be withdrawn or rescinded. VII. ATTACHMENTS 1. Five (5) Pages - Bid Submission Sheets 2. Davis-Bacon Wage Rates 3. One (1) Page - Building Schematic Floor Plan (for informational purposes only, not a design drawing to be provided at pre-bid site meeting, or available for Contractor(s) conducting individual site visit). 15

17 Town of Centreville / Crossroads Community, Inc. 101 Lawyers Row Centreville, MD MD-15-CD-36 Bid Proposal Page 1 of 1 I. Base Bid - Contractor agrees to provide all labor and materials necessary to supply and install selected bathroom fixtures and accessories in selected areas of building under Base Bid as specified herein, for the lump sum of: Total Labor & Materials Base Bid: Amount in Words: Amount in Numbers: $ Company Name Date / / Address Telephone FAX Name of Bidder Title Signature of Bidder address 16

18 Town of Centreville / Crossroads Community, Inc. 101 Lawyers Row Centreville, MD MD-15-CD-36 EXCEPTIONS TO BID REQUIREMENTS Bidder shall provide any exceptions to the specific requirements stated in this bid document; if none, so state: Company Name Date / / Address Telephone FAX Name of Bidder Title Signature of Bidder address 17

19 Town of Centreville / Crossroads Community, Inc. 101 Lawyers Row Centreville, MD MD-15-CD-36 PROJECT REFERENCES Contractor to furnish five (5) references for work of the same general character as that specified herein: 1. Name of Firm Contact Person Telephone 2. Name of Firm Contact Person Telephone 3. Name of Firm Contact Person Telephone 4. Name of Firm Contact Person Telephone 5. Name of Firm Contact Person Telephone Company Name Date / / Address Telephone FAX Name of Bidder Title Signature of Bidder address 18

20 Town of Centreville / Crossroads Community, Inc. 101 Lawyers Row Centreville, MD MD-15-CD-36 FINANCIAL REFERENCES Contractor to furnish name of bank or other financial institution as reference to the financial responsibility of the bidder: Name of Firm Contact Person Telephone Company Name Date / / Address Telephone FAX Name of Bidder Title Signature of Bidder address 19

21 Town of Centreville / Crossroads Community, Inc. 101 Lawyers Row Centreville, MD MD-15-CD-36 HOLD HARMLESS CERTIFICATE 1. The Contractor agrees to defend at its own risk and expense any and all suits, actions, or legal proceedings which may be brought or instituted against the Town of Centreville and / or Crossroads Community, Inc., its agents, officers, or employees for any such claim, demand, or cause of action, and the Contractor shall pay and satisfy any judgment or decree which may be rendered against the Town of Centreville and / or Crossroads Community, Inc., its agents, officers, or employees in any such suit, action, or other legal proceeding, for anything related to the contract and services provided by the contractor. 2. If the persons or property of the Town of Centreville and / or Crossroads Community, Inc. and of others sustain loss, damage or injury resulting from the negligence or carelessness of the Contractor, or its subcontractors, in the performance of the contract and including any loss, damage or injury resulting from the use of equipment belonging to Contractor, or from the failure to comply with any of the provisions of this contract or of law, the Contractor shall indemnify and hold the Town of Centreville and / or Crossroads Community, Inc. harmless for any and all claims and judgments and damages and from costs and expenses to which the Town of Centreville and / or Crossroads Community, Inc. may be subjected or which it may suffer or incur by reason thereof. Company Name Date / / Address Telephone FAX Name of Bidder Title Signature of Bidder address 20

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE ) PROPOSAL DOCUMENT CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVEBEVERLY HILLS, CALIFORNIA 90210(310) 285-2440 LEGAL NOTICE - PROPOSALS WANTED Sealed proposals are requested on the list

More information

ATTACHMENT B GENERAL TERMS AND CONDITIONS FOR NEIGHBORHOOD STABILIZATION PROGRAM CONSTRUCTION PROJECTS

ATTACHMENT B GENERAL TERMS AND CONDITIONS FOR NEIGHBORHOOD STABILIZATION PROGRAM CONSTRUCTION PROJECTS ATTACHMENT B GENERAL TERMS AND CONDITIONS FOR NEIGHBORHOOD STABILIZATION PROGRAM CONSTRUCTION PROJECTS The work to be performed under this bid/contract is financed by a Federal grant and the following

More information

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS Allegany County will receive sealed bids until 10:00

More information

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING

More information

Town of Islip Housing Authority Bid Specifications Cesspool Cleaning & Servicing

Town of Islip Housing Authority Bid Specifications Cesspool Cleaning & Servicing Town of Islip Housing Authority Bid Specifications Cesspool Cleaning & Servicing Scope of Work The Contractor shall provide labor and equipment for the efficient removal and disposal of the contacts of

More information

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,

More information

The University of Procurement Services Department, N.S.F.A.A.F.A.F.F.F.F.F.F.A.F.F.A.

The University of Procurement Services Department, N.S.F.A.A.F.A.F.F.F.F.F.F.A.F.F.A. MONTCLAIR STATE UNIVERSITY STANDARD CONTRACT TERMS AND CONDITIONS I. The contractor certifies that it understands and agrees that the following terms and conditions (collectively the "University s Standard

More information

QSP INFORMATION AT A GLANCE

QSP INFORMATION AT A GLANCE QSP INFORMATION AT A GLANCE CONTACT PERSON FOR QUESTIONS/INTERPRETATIONS: HOW TO OBTAIN THE QSP DOCUMENTS: HOW TO FULLY RESPOND TO THIS QSP BY SUBMITTING A QUOTE: NON-MANDATORY JOB WALK: PROJECT LOCATION:

More information

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE SPECIFICATIONS AND BID FORMS FOR RFP VOICE OVER IP PHONE SYSTEM MANDATORY WALK-THRU ON THURSDAY, MARCH 13 th from 1:00 P.M. to 3:00 P.M. LOCATION TO BE DETERMINED. BID: #14-012- BOE Due on or before 11:00

More information

Request for Proposals

Request for Proposals City of Sonora Request for Proposals City of Sonora Microenterprise Technical Assistance Program Lead Technical Assistance Consultant City of Sonora Community Development Department 94 N. Washington Street

More information

Page 1 of 12 Document Effective Date Solicitation Terms & Conditions 08/08/2008 Purchase Order Terms and Conditions 01/01/2009 Special Provisions 01/01/2009 STATE OF COLORADO SOLICITATION INSTRUCTIONS/

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION Nutrition Services Solicitation Number: QT1604 Description: Kitchen Appliances for Nutrition Services Date: September 30, 2015 SUBMIT OFFER BY: October 14, 2015 by 2:00 PM PROCUREMENT

More information

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 CITY OF FLORENCE Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 REQUEST FOR QUALIFICATIONS NO. 2014-08 ARCHITECTURAL SERVICES FOR COMMUNITY GYMNASIUM DESIGN PROPOSAL

More information

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor Department of Public Services REQUEST FOR QUOTES FOR On-Call Plumbing Contractor November 2013 One Detjen Drive Crestwood, Missouri 63126 314-729-4720 Fax 314-729-4729 http://www.ci.crestwood.mo.us 1 Request

More information

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

a. Proposals shall be submitted in a sealed envelope and addressed as follows: 1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL PLUMBING SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and

More information

REQUEST FOR PROPOSALS LIBRARY SECURITY CAMERA SYSTEM NOVEMBER 3, 2015

REQUEST FOR PROPOSALS LIBRARY SECURITY CAMERA SYSTEM NOVEMBER 3, 2015 REQUEST FOR PROPOSALS LIBRARY SECURITY CAMERA SYSTEM NOVEMBER 3, 2015 PROJECT NAME: Library Security Camera System Request for Proposals ISSUANCE DATE: November 3, 2015 CLOSING DATE: December 1, 2015 INTRODUCTION

More information

Request for Proposal Hewlett Packard Network Switches and Peripherals

Request for Proposal Hewlett Packard Network Switches and Peripherals Request for Proposal Hewlett Packard Network Switches and Peripherals Vernon Public Schools, Connecticut BID # VPS-FY16-003 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov

More information

Town of Maiden. Request for Proposals For Sign Replacement Project

Town of Maiden. Request for Proposals For Sign Replacement Project Town of Maiden 19 N. Main Avenue Maiden, NC 28650 (828) 428-5000 Request for Proposals For Sign Replacement Project Section I Introduction and Intent of RFP: Pursuant to the General Statutes of North Carolina

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ARTICLE 1 PROPOSAL REQUIREMENTS AND CONDITIONS 1.1 Contract Documents The documents that comprise the Contract Documents are set forth in the Agreement and the definition of "Contract

More information

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS BID PACKAGE CITY OF BEVERLY HILLS INFORMATION TECHNOLOGY DEPARTMENT 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED Sealed proposals are requested on the list of materials,

More information

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD MASONRY RESTROOM FACILITIES FOR

More information

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

Retaining Wall Replacement at the Currituck County Veterans Memorial Park CONTRACT DOCUMENTS FOR Retaining Wall Replacement at the Currituck County Veterans Memorial Park Coinjock, NC May 24, 2016 NOTICE TO BIDDERS Bids will be received until 4:00 pm on June 17, 2016 at the

More information

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642 COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP Issue Date: August 22, 2008 RFP #: 1642 Title: Applicant Tracking Software Classification Code: 20851 Issuing Agency: Using Agency And/Or Location Where

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Purchasing Director REQUEST FOR E-QUOTE NUMBER: 15RD99627B PROJECT TITLE: Barracuda Web App Firewall 460Vx Support and Licenses Information

More information

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011 GALVESTON COUNTY HEALTH DISTRICT Request For Proposal Health Insurance Broker Services RFP 15-011 INTRODUCTION The Galveston County Health District (GCHD) is requesting Proposals for health insurance broker

More information

Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence

Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence Sealed request for quotes will be received by Brian Tocheri, CAO/Clerk at 341 10 th St. Hanover, Ontario, N4N 1P5 until 2:00 pm,

More information

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule

More information

DUE DATE: August 23, 2011-2:00 p.m.

DUE DATE: August 23, 2011-2:00 p.m. REQUEST FOR PROPOSALS CREDIT CARD MERCHANT SERVICES RFP 11-08 DUE DATE: August 23, 2011-2:00 p.m. CITY OF LEAGUE CITY 300 W Walker League City, TX 77573 281-554-1001 www.leaguecity.com 1 TERMS AND CONDITIONS

More information

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS SECOND ADDENDUM TO RFP DOCUMENTS REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS 11/9/2015 To All Potential Bidders: This

More information

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009 DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2008 Achievement of Excellence in Procurement Award National Purchasing Institute Jerome Noble, Director REQUEST FOR QUOTE NUMBER: 09RD65575YB

More information

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES The City of Novi will receive sealed proposals for Consultant - Architectural Façade Services according to the

More information

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments COUNTY OF SARPY, NEBRASKA SPECIFICATIONS VOIP Phones For the Various County Departments PROPOSALS DUE: Thursday, 2:00 p.m., June 13, 2013 1 P age P:\VOIP Phones\RFP_VOIP.docx General Information Notice

More information

REQUEST FOR QUOTATIONS. For

REQUEST FOR QUOTATIONS. For 818 S. FLORES ST. SAN ANTONIO, TEXAS 78204 www.saha.org Procurement Department REQUEST FOR QUOTATIONS For Install Window Air Conditioning Units at Various SAHA Properties For HOUSING AUTHORITY OF THE CITY

More information

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas Request For Proposal Furnish Schneider Business Park Signs Design Build Services For the Cibolo Economic Development Corporation Cibolo, Texas The City of Cibolo, Texas Economic Development Corporation

More information

CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI 48071 INVITATION TO BID

CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI 48071 INVITATION TO BID CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI 48071 INVITATION TO BID ITB # 1002 ITEM: Storage Area Network Equipment, Installation & Support DEADLINE: Friday, February

More information

3/5/2014. Section 3 Handbook Presque Isle County Home Improvement Program

3/5/2014. Section 3 Handbook Presque Isle County Home Improvement Program 3/5/2014 Section 3 Handbook Presque Isle County Home Improvement Program Section 3 Handbook Presque Isle County Home Improvement Program Introduction Section 3 is the legislative directive from the U.S.

More information

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND PHARMACY BENEFITS MANAGER BID PACKAGE All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint

More information

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 Pursuant to Florida Statutes, Chapter 287, The City of Bonita Springs hereinafter referred to as the City, will accept sealed Responses for Qualifications and

More information

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m. DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2009 Achievement of Excellence in Procurement Award National Purchasing Institute Cecil S. Moore, Director REQUEST FOR QUOTE NUMBER: 10RD75957YB

More information

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS Jail Boiler Replacement Project For the Facilities Management Department PROPOSALS DUE: 2:00 p.m., Thursday, November 20, 2014 1 P age P:\Jail Boiler Replacement

More information

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078 Request for Proposal Uintah High School Yearbook Publishing & Printing Services Uintah School District 635 West 200 South Vernal Utah, 84078 Deadline for Submittal June 18, 2014 2:00 p.m. Uintah School

More information

TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM

TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM BID NUMBER: 12-07 BID OPENING: 2:30 P.M. October 27, 2011 LOCATION: Purchasing Office, Groton Town Hall ADDRESS: 45 Fort Hill Road, Groton, CT 06340

More information

Lawrence University Procurement Policy for Federally Sponsored Projects

Lawrence University Procurement Policy for Federally Sponsored Projects Lawrence University Procurement Policy for Federally Sponsored Projects PURPOSE Federal grants are taxpayer dollars entrusted to Lawrence University for the advancement of public good. It is incumbent

More information

RFQ No. 4856B-0-2016/MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM

RFQ No. 4856B-0-2016/MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM REQUEST FOR QUOTATION City of Norfolk (Please include your company name and address below) Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM Mail or fax reply to: Office of the Purchasing Agent Attn:

More information

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No. MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.] THIS CONTRACT (the Contract ) is made as of the day

More information

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID INVITATION TO BID Sealed bid proposals, plainly marked "Plumbing Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,

More information

THE GLOCESTER SCHOOL DEPARTMENT Request for Proposals G-2015-01 Architectural Services RIDE 5 Year Capital Plan

THE GLOCESTER SCHOOL DEPARTMENT Request for Proposals G-2015-01 Architectural Services RIDE 5 Year Capital Plan The Glocester School Department is accepting sealed proposals for Architectural Services RIDE 5 Year Capital Plan. Proposals for Architectural Services -RIDE 5 Year Capital Plan are due at the Treasurer

More information

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois INTERACTIVE WHITEBOARDS (SMARTBOARDS) AND DIGITAL PROJECTORS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School

More information

Borough of Jamesburg

Borough of Jamesburg Borough of Jamesburg Sale of Cellular Communications Tower Lease Bid Specifications Borough of Jamesburg 131 Perrineville Road Jamesburg, NJ 08831 July, 2012 Bid Opening August 16, 2012 11:00am Borough

More information

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: MARTIN COUNTY BOARD OF COUNTY COMMISSIONERS, a political subdivision

More information

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM 200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM

More information

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES The Trustees of the Governor William Stoughton Trust (hereinafter the Trustees ) issue this

More information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information Memorandum Important information related to requirements of state or local laws to include additional provisions in residential construction contracts Potentially Affected AIA Contract Documents AIA Document

More information

Robla School District

Robla School District Robla School District e-rate Y14 2011-2012 RFP 2011-02 CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS November 3, 2010 Robla School District 5248 Rose St. Sacramento, CA 95838 SUMMARY The Robla School

More information

COUNTY OF TANEY, MISSOURI

COUNTY OF TANEY, MISSOURI COUNTY OF TANEY, MISSOURI REQUEST FOR BID For WORKERS COMPENSATION INSURANCE Taney County, Missouri RFB# 201202-168 Workers Compensation Insurance Release Date: February 25, 2012 Submittal Deadline: March

More information

REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING

REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING Revised to 4/28/2015 REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING The Borough of Naugatuck is seeking responses from architectural/engineering

More information

REQUEST FOR QUOTATIONS. For. Roof Repair at HB Gonzalez For HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS AND AFFILIATED ENTITIES

REQUEST FOR QUOTATIONS. For. Roof Repair at HB Gonzalez For HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS AND AFFILIATED ENTITIES 818 S. FLORES ST. SAN ANTONIO, TEXAS 78204 www.saha.org Procurement Department REQUEST FOR QUOTATIONS For Roof Repair at HB Gonzalez For HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS AND AFFILIATED

More information

U.S. Department of Housing and Urban Development Office of Public and Indian Housing SECTION 8 PROJECT-BASED VOUCHER PROGRAM

U.S. Department of Housing and Urban Development Office of Public and Indian Housing SECTION 8 PROJECT-BASED VOUCHER PROGRAM U.S. Department of Housing and Urban Development Office of Public and Indian Housing SECTION 8 PROJECT-BASED VOUCHER PROGRAM PBV AGREEMENT TO ENTER INTO HOUSING ASSISTANCE PAYMENTS CONTRACT NEW CONSTRUCTION

More information

Stephenson County, Illinois

Stephenson County, Illinois Stephenson County, Illinois REQUEST FOR PROPOSALS For EXTERIOR CLEANING OF STEPHENSON COUNTY COURTHOUSE Bids Due: Sealed proposals are due and must be received in the Stephenson County Administrator s

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Interim Director REQUEST FOR E-QUOTE NUMBER: 12CT86224YA PROJECT TITLE: Maintenance contract for MicroStation Software for Water

More information

To receive consideration, bids must be submitted in accordance to the following instructions:

To receive consideration, bids must be submitted in accordance to the following instructions: CITY OF COOS BAY Invitation to Bid For On Call Plumbing Services The City of Coos Bay is soliciting bids to contract with up to two qualified licensed plumbing contractors to perform a full range of as

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16RD101910B PROJECT TITLE: Motorola Radio Batteries Sheriff Department DUE DATE: 3/14/2016 WILL

More information

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE SPECIFICATIONS AND BID FORMS FOR RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE Due on or before 11:00 A.M. ON FRIDAY, MARCH 7, 2014 at the: OFFICE OF THE PURCHASING COORDINATOR CENTRAL OFFICE WESTON

More information

5. Preparation of the State and Federal Single Audit Reports.

5. Preparation of the State and Federal Single Audit Reports. THE CITY OF GROTON REQUEST FOR PROPOSAL FOR AUDITING SERVICES RFP 15-01 (Revised 5/28/15) 1. Introduction The City of Groton, Connecticut (the City) is soliciting proposals for purpose of obtaining the

More information

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement THIS INDEPENDENT CONTRACTOR SERVICES AGREEMENT (this Agreement ) is made this day of, 20 (the Effective Date ), regardless of the date of execution, by and between Sierra Field Services, Inc., a Nevada

More information

SAMPLE SERVICES CONTRACT

SAMPLE SERVICES CONTRACT SAMPLE SERVICES CONTRACT The parties to this contract are the SAN DIEGO COUNTY WATER AUTHORITY, a county water authority, (the Water Authority) and, [a / an], having its principal place of business at

More information

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

a. Proposals shall be submitted in a sealed envelope and addressed as follows: 1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL HVAC SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and qualified

More information

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION

More information

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT APPENDIX A ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT DATED AS OF ASBESTOS/LEAD SURVEY AND CONSULTING

More information

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES THIS AGREEMENT is made as of December 1, 2003, by and between the San Francisquito Creek Joint Powers Authority, a body corporate and politic

More information

REQUEST FOR QUOTES (RFQ)

REQUEST FOR QUOTES (RFQ) REQUEST FOR QUOTES (RFQ) Lincoln County Public Works is requesting quotes (RFQ) through its Small Works Roster Process. Quotes are being requested for a project to replace the roof on the Crew Headquarters/Truck

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS ROWAN COUNTY 130 West Innes Street Salisbury, NC 28144 Tel: (704) 216-8174 Email: david.sifford@rowancountync.gov REQUEST FOR PROPOSALS FOR REPLACEMENT OF COMMERCIAL ROOFTOP AIR CONDITIONING UNIT Issued

More information

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 Bill.Kroll@snco.us

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 Bill.Kroll@snco.us SECTION I Shawnee County is requesting qualifications/proposals for the renovation of 2600 SW East Circle Drive, Topeka, Kansas 66606 which will be utilized by the Shawnee County Health Agency per the

More information

GENERAL SPECIFICATIONS REHABILITATION RESIDENTIAL CONTRACTORS HANDBOOK

GENERAL SPECIFICATIONS REHABILITATION RESIDENTIAL CONTRACTORS HANDBOOK GENERAL SPECIFICATIONS REHABILITATION RESIDENTIAL CONTRACTORS HANDBOOK CITY OF GRAND PRAIRIE, TEXAS HOUSING AND NEIGHBORHOOD SERVICES COMMUNITY DEVELOPMENT (CDBG) DIVISION 205 WEST CHURCH GRAND PRAIRIE,

More information

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT Contract #: Total Obligation: AGREEMENT BETWEEN: The Georgia Department of Transportation s location identified in Paragraph 101A

More information

BENTON COUNTY PERSONAL SERVICES CONTRACT

BENTON COUNTY PERSONAL SERVICES CONTRACT BENTON COUNTY PERSONAL SERVICES CONTRACT This is an agreement by and between BENTON COUNTY, OREGON, a political subdivision of the State of Oregon, hereinafter called COUNTY, and, hereinafter called CONTRACTOR.

More information

Sidewalk Rehabilitation Program

Sidewalk Rehabilitation Program REQUEST FOR PROPOSALS FOR ENGINEERING AND CONSTRUCTION MANAGEMENT SERVICES Sidewalk Rehabilitation Program City of Maywood Building and Planning Department 4319 E. Slauson Avenue Maywood, CA 90270 Deadline:

More information

LEARNING CENTER WELCOME VIDEO

LEARNING CENTER WELCOME VIDEO REQUEST FOR QUOTATIONS (RFQ) LEARNING CENTER WELCOME VIDEO Solicitation No. 16-033 32-505 Harry Oliver Trail Thousand Palms, CA 92276 ATTN: Contracts Assistant Phone: (760) 343-3456 Fax: (760) 343-3845

More information

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS The Competitive Solicitation Acknowledgement Form must be completely filled in. This may be done on line then printed or you may

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Interim Director REQUEST FOR E-QUOTE NUMBER: 16FB101644C PROJECT TITLE: Electronic Signature Pads DEPARTMENT: Finance DUE DATE: March

More information

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1 Invitation to Bid Asphalt Restoration and Spot Repairs For Hardin County Water District No. 1 Prepared by: Hardin County Water District No. 1 1400 Rogersville Road Radcliff, KY 40160 Phone: 270-351-3222

More information

PEST CONTROL SERVICES AGREEMENT REQUEST FOR QUOTE (RFQ)

PEST CONTROL SERVICES AGREEMENT REQUEST FOR QUOTE (RFQ) PEST CONTROL SERVICES AGREEMENT REQUEST FOR QUOTE (RFQ) The Town of Purcellville is inviting quotes for the provision of Pest Control Services. Pest Control firms are invited to submit a quote in accordance

More information

How To Do Business With Omaha Public Schools

How To Do Business With Omaha Public Schools O PS How To Do Business With Omaha Public Schools SCHOOL Business Services Department Purchasing Division 3215 Cuming Street Omaha, Nebraska 68131-2024 Phone (402) 557-2214 Introduction This pamphlet

More information

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS Contracting for Independent Contractor services with the University of Utah may require completion of the following: Employee/Independent

More information

... 10 ... 2 ... 4 ... 8 ... 9 ... 11

... 10 ... 2 ... 4 ... 8 ... 9 ... 11 ... 1... 2... 4... 8... 9... 10... 11... 11 SHA Solicitation No. 811326 Page 1 of 14 SHA Solicitation No. 811326 Page 2 of 14 SHA Solicitation No. 811326 Page 3 of 14 SHA Solicitation No. 811326 Page 4

More information

PURCHASE ORDER TERMS AND CONDITIONS

PURCHASE ORDER TERMS AND CONDITIONS PURCHASE ORDER TERMS AND CONDITIONS This purchase order is subject to the following terms and conditions. The terms and conditions herein set forth constitute an offer by Purchaser and may be accepted

More information

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

Request For Price. Work Schedule The project shall commence within a reasonable time of the request. Request For Price The Town of Somers is soliciting two (2) year contract proposals for emergency and non-emergency plumbing work at the following locations in Somers, New York 10589: Somers Town House,

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS The Town of Ayer s Department of Planning & Development seeks proposals from qualified consultants to provide the following services in the Town of Ayer: INFRASTRUCTURE PROJECT CONSULTANT

More information

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND MEDICAL INSURANCE CARRIER CLAIM AUDIT All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint

More information

Aitkin County Land Department ------------------------------------------------------------------ 209 2 nd St. NW Room 206 Aitkin, MN 56431

Aitkin County Land Department ------------------------------------------------------------------ 209 2 nd St. NW Room 206 Aitkin, MN 56431 Aitkin County Land Department ------------------------------------------------------------------ 209 2 nd St. NW Room 206 Aitkin, MN 56431 218-927-7364 December 28, 2015 Request for Quotes Aitkin Campground

More information

COVENTRY PUBLIC SCHOOLS PHOTOGRAPHY BID

COVENTRY PUBLIC SCHOOLS PHOTOGRAPHY BID COVENTRY PUBLIC SCHOOLS PHOTOGRAPHY BID PROJECT: To Provide Photography Services for School Pictures to Coventry Public Schools. The School District is comprised of (5) Elementary Schools with total enrollment

More information

COUNTY OF YUBA REQUEST FOR PROPOSAL SOUTH ANNEX BUILDING ASBESTOS ABATEMENT. Due Date: November 13, 2009 Time: 2:00 PM, PST.

COUNTY OF YUBA REQUEST FOR PROPOSAL SOUTH ANNEX BUILDING ASBESTOS ABATEMENT. Due Date: November 13, 2009 Time: 2:00 PM, PST. COUNTY OF YUBA REQUEST FOR PROPOSAL SOUTH ANNEX BUILDING ASBESTOS ABATEMENT Due Date: November 13, 2009 Time: 2:00 PM, PST. October 19, 2009 To: All Interested Vendors Re: Request for Proposals, County

More information

Small Public Work Contract

Small Public Work Contract City of Bellevue 450 110 th Ave. NE Bellevue, WA 98004 Small Public Work Contract City of Bellevue Contract Identification Information: Contract Title: This CONTRACT is entered into the date

More information

REQUEST FOR PROPOSALS SPEC. # 4995

REQUEST FOR PROPOSALS SPEC. # 4995 Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2057 New Rochelle, NY 10801 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR PROPOSALS SPEC. # 4995 NEW RO WORKS!

More information

Terms and Conditions of Offer and Contract (Works & Services) Conditions of Offer

Terms and Conditions of Offer and Contract (Works & Services) Conditions of Offer Conditions of Offer A1 The offer documents comprise the offer form, letter of invitation to offer (if any), these Conditions of Offer and Conditions of Contract (Works & Services), the Working with Queensland

More information

Lake County, Oregon Request for Proposal VoIP Telephone Communications System

Lake County, Oregon Request for Proposal VoIP Telephone Communications System Lake County, Oregon Request for Proposal VoIP Telephone Communications System Issue Date: April 5, 2012 Due Date: 5 p.m. (Pacific Standard Time), May 11, 2012 REQUEST FOR PROPOSALS Notice is hereby given

More information

NPSA GENERAL PROVISIONS

NPSA GENERAL PROVISIONS NPSA GENERAL PROVISIONS 1. Independent Contractor. A. It is understood and agreed that CONTRACTOR (including CONTRACTOR s employees) is an independent contractor and that no relationship of employer-employee

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION Solicitation Number: QT1608 Description: Band Instruments for Stall High School Date: January 8, 2016 SUBMIT OFFER BY: February 2, 2016 by 2:00 PM PROCUREMENT OFFICIAL CONTACT: Procurement

More information

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

EXHIBIT B CRITERIA AND BILLING FOR EXTRA SERVICES EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES The following Extra Services to the Agreement shall be performed by Architect if needed and if authorized or requested by the District: 1. Making revisions

More information

AGREEMENT FOR INDEPENDENT CONTRACTOR SERVICES (NAME OF PROJECT) PROJECT # 101

AGREEMENT FOR INDEPENDENT CONTRACTOR SERVICES (NAME OF PROJECT) PROJECT # 101 AGREEMENT FOR INDEPENDENT CONTRACTOR SERVICES (NAME OF PROJECT) PROJECT # 101 THIS AGREEMENT FOR INDEPENDENT CONTRACTOR SERVICES is made this day of, 2013, and entered into by and between the City of Meridian,

More information