LEGAL ADVERTISEMENT CITY OF BERKLEY, MICHIGAN INVITATION TO BID

Size: px
Start display at page:

Download "LEGAL ADVERTISEMENT CITY OF BERKLEY, MICHIGAN INVITATION TO BID"

Transcription

1 LEGAL ADVERTISEMENT CITY OF BERKLEY, MICHIGAN INVITATION TO BID Heating, Ventilation, and Air Conditioning (HVAC) Equipment Preventive Maintenance Program The City of Berkley is accepting sealed bids for a HVAC Equipment Preventive Maintenance Program at various City owned facilities. Bids will be received by the City Clerk s Office, 3338 Coolidge Highway, Berkley, Michigan until 12:00 P.M. June 30, Bid specifications under which the work is to be done may be picked up at City Hall located at 3338 Coolidge Highway, Berkley, Michigan or downloaded from the City website at The City reserves the right to reject any or all proposals or to accept the proposal which will, in the City s judgment, be to the best advantage for the City of Berkley, and to waive any irregularities. Jane Bais-DiSessa City Manager Berkley, Michigan (248)

2 CITY OF BERKLEY, MICHIGAN Heating, Ventilation, and Air Conditioning (HVAC) Equipment Preventive Maintenance Program INSTRUCTIONS TO BIDDERS Sealed bids will be received until 12:00 P.M. on June 30, 2014, by the City of Berkley, at the office of the City Clerk, 3338 Coolidge Highway, Berkley, Michigan for a HVAC Equipment Programmed Preventive Maintenance Program in accordance with the specifications and contract documents furnished by the City of Berkley. Submit five (5) copies of the proposal, using the forms furnished by the City of Berkley, in a sealed envelope marked HVAC Equipment Preventive Maintenance Bid on the outside thereof. At 12:00 P.M., of said day, the Clerk of the City of Berkley, or a duly authorized agent of the City of Berkley, will open, and publicly read aloud all such bids. No bids will be accepted after 12:00 P.M. of said day. No bidder may withdraw his/her proposal between the date set for the opening and forty-five (45) calendar days after the bid opening. Each bidder shall have the responsibility to fully acquaint themselves with all aspects of the conditions surrounding the scope of work, including the building locations and layouts. Failure or omission of any bidder to examine any form, instrument, or other document, visit the site and acquaint themselves with the existing conditions, shall in no way relieve them from any obligation with respect to their bid or to the contract, or entitle them to additional compensation. The City reserves the right to accept or reject any or all bids. The City also reserves the right to waive any formal defects in bids when deemed in the best interest of the City, and to accept a bid higher than the lowest bid, if in the opinion of the City of Berkley, the public interest will be better served. Contract documents are to consist of the Invitation to Bid, Instruction to Bidders, General Specifications, Non-collusive Affidavit, Conflict of Interest Disclosure, Technical Specifications, References, Proposal Form, and Inventory of Equipment. BASE BID The City of Berkley would like to receive bids for a Preventive Maintenance Program for Heating, Ventilation, and Air Conditioning (HVAC) Equipment, at the City Hall Offices (3338 Coolidge Highway), Public Safety Facilities (2395 Twelve Mile Road), Community Center (2400 Robina), and the Department of Public Works Facilities (3238 Bacon). The City of Berkley reserves the right to award/reject any portion of the bid. ALTERNATE #1 (REQUIRED) The City of Berkley would also like to receive separate bids for a Preventive Maintenance Program for Heating, Ventilation, and Air Conditioning (HVAC) Equipment at the Library (3155 Coolidge Highway). The City of Berkley reserves the right to award/reject any portion of the bid. 1

3 CITY OF BERKLEY, MICHIGAN GENERAL SPECIFICATIONS CONFORMITY TO SPECIFICATIONS Proposals must be made in full conformity to all conditions as set forth in the specifications and instructions to bidders. All work performed under this contract shall meet all applicable requirements of the Michigan Mechanical Code, latest revision, as well as boiler regulations. The boiler code consists of P.A. 290 of 1965, as amended, the ASME Boiler and Pressure Vessel codes, 2007 edition with 2008 addenda, and the National Board Inspection Code, 2007 edition. MANDATORY FACILITY TOUR: Mandatory Building Facility Tours available as noted below. Alternate dates will not be scheduled. City Hall / District Court 9:30 AM Public Safety 10:00 AM Library 10:45 AM Public Works 11:30 AM Parks & Rec 12:00 PM Responses due: June 30, 2014 at 12:00 P.M. Recommendation presented to City Council: July 21, 2014 INSURANCE The Contractor shall comply with the requirements of the Michigan Workmen's Compensation Law, and shall maintain Commercial General Liability insurance, as specified below Proof of insurance coverage shall be provided to the City Clerk prior to commencing work. All required insurance shall name as Additional Insured s the City of Berkley, including all elected and appointed officials, employees and volunteers. Such insurance shall include an endorsement that 30 days advance written notice of cancellation or non-renewal of, or material change in, any such insurance shall be provided to the City. The Contractor shall secure and maintain, during the life of this contract, Worker s Compensation Insurance as required by Michigan State Law, for all employees performing work under this contract. The Contractor shall secure and maintain, during the life of this contract, Commercial General Liability Insurance on an Occurrence Basis with limits of liability not less than $1,000,000 per occurrence and/or aggregate combined single limit, Personal Injury, Bodily Injury and Property Damage. Coverage shall include the following extensions: (A) Contractual Liability; (B) Products and Completed Operations; (C) Independent Contractors Coverage; (D) Broad Form General Liability Extensions or equivalent; (E) Deletion of all Explosion, Collapse and Underground (XCU) Exclusions, if applicable; (F) Per contract aggregate. The Contractor shall procure and maintain during the life of this contract Motor Vehicle Liability Insurance, including all applicable no-fault coverage, with limits of liability not less than $500,000 per occurrence combined single limit Bodily Injury and Property Damage. Coverage shall include all owned vehicles, all non-owned vehicles and all hired vehicles. The Contractor shall secure and shall maintain during the life of this contract, Owner s and Contractor s Protective Public Liability and Property Damage Insurance in the name of the City of Berkley, in an amount not less than $1,000,000 for injuries, including accidental death, to each person; and subject to the same limit for each person, in an amount not less than $1,000,000 on account of each accident and property damage in an amount not less than $200,000 each accident and $200,000 aggregate. 2

4 RIGHT TO ACCEPT, REJECT AND WAIVE DEFECTS The City reserves the right to accept any proposal, to reject any and all proposals, and to waive any defect or irregularity in any proposal if it is deemed to be advantageous to the City to do so. In particular, any alteration, erasure, or interlineation in the specifications which are made a part, specifically of the instructions or of the form of proposal, shall render the accompanying proposal irregular and subject to rejection by the City. In case any explanation, additions or alterations are to be offered, they shall be indicated on separate sheets attached to the proposal and referred to therein. The City reserves the right to award the contract for the scope of work in its entirety, or to award any part or parts of the contract. The City also reserves the right to award the any part or parts of the contract to one or more Contractors as it deems advantageous to the City. It is the intention of the City to award the contract to a Contractor whose ability and financial resources are fully equal to the task of performing the work in a satisfactory manner. With this end in view, the form of proposal calls for at least three (3) commercial references concerning their ability to do this particular class of work. The bidder may be required to furnish current evidence of its financial status. The City reserves the right to determine the acceptability of any Contractor which shall be at the sole discretion of the City. SAFETY The Contractor shall take all reasonable precautions for safety and shall provide all reasonable protection to prevent damage, injury or loss to persons and employees of the City. The Contractor shall comply with all OSHA regulations, as they relate to, and are applicable to the performance of the work of this contract. LEGAL CONDITIONS The Contractor agrees to abide by all Federal, State, County and Local laws and regulations. "SAVE HARMLESS" CLAUSE To the fullest extent permitted by law, the Contractor shall indemnify, save harmless and defend the City of Berkley, its elected and appointed officials, employees, volunteers and others working on behalf of the City against any and all claims, demands, suits, loss or damages, including all costs connected therewith, which may be asserted, claimed or recovered against the City by reason of personal injury, including bodily injury or death and/or property damage, including loss of use thereof, arising out of or in any way connected with Contractor s operations under said contract. IRAN LINKED BUSINESS An Iran lined business, as defined in the Iran Economic Sanctions Act, 2012 PA 517, is not eligible to submit a bid. EXTRAS Except as otherwise herein provided, no charge for any extra work or materials will be allowed unless the same has been ordered in writing by the owner and the price stated in such order. STORAGE Storage of materials to complete the proposed work is the responsibility of the bidder. 3

5 ASSIGNMENT OF CONTRACT The Contractor shall not assign the contract, nor delegate Contractor s responsibilities thereunder, to any other person unless such assignment or delegation is approved in writing by the City, it being understood that the contract shall not be assignable and non-delegable unless the proposed assignee is acceptable to the City. COMPLIANCE WITH REGULATIONS The Contractor shall comply with the Regulations relative to non-discrimination in Federally-assisted programs, Title 49, code of Federal Regulations, Part 21 as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. NON-DISCRIMINATION The Contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by the Regulations, including employment practices. SOLICITATIONS FOR SUBCONTRACTS, INCLUDING PROCUREMENTS OF MATERIALS AND EQUIPMENT In all solicitations either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the Contractor of the Contractor s obligations under this contract and the Regulations relative to non-discrimination on the grounds of race, color, or national origin. INFORMATION AND REPORTS The Contractor shall provide all information and reports required by the Regulations, or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by the City of Berkley to be pertinent to ascertain compliance with such Regulations or directives. Where any information required of a Contractor is in the exclusive possession of another who fails or refuses to furnish this information, the Contractor shall so certify to the City as appropriate, and shall set forth what efforts it has made to obtain the information. SANCTIONS FOR NON-COMPLIANCE In the event of the Contractor s non-compliance with the non-discrimination provisions of this contract, the City of Berkley shall impose such contract sanctions as may determine to be appropriate, including, but not limited to: a. Withholding of payments to the Contractor under the contract until the Contractor complies, and/or b. Cancellation, termination or suspension of the contract, in whole or in part. INCORPORATION OF PROVISIONS The Contractor shall include the provisions outlined above in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as the City of Berkley may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the Contractor may request (but not require) the City of Berkley to enter into such litigation to protect the interests of the City. 4

6 CITY OF BERKLEY, MICHIGAN TECHNICAL SPECIFICATIONS Heating, Ventilation, and Air Conditioning (HVAC) Equipment Preventive Maintenance Program BASE BID The City of Berkley, Michigan desires to employ the services of a Licensed HVAC Contractor to perform Programmed Preventive Maintenance of the Heating, Ventilation, and Air Conditioning (HVAC) Equipment at the City Hall (3338 Coolidge Highway), Public Safety Building (2395 Twelve Mile Road), Community Center (2400 Robina), and the Public Works Department (3238 Bacon Street). ALTERNATE #1 (REQUIRED) The City of Berkley would also like to receive bids for a Programmed Preventive Maintenance Program for Heating, Ventilation, and Air Conditioning (HVAC) Equipment at the Library (3155 Coolidge Highway). The City of Berkley reserves the right to award/reject any portion of the bid. SCOPE OF WORK The scheduled Mechanical Preventive Maintenance Program will include inspection, replacement of air filters, belt replacement, condenser cleaning, chemical treatment, humidifier service, and necessary labor and transportation costs associated with providing these services. DESCRIPTION OF SERVICE Inspection: During an inspection the equipment will be cycled through its normal operation. All service panels will be opened and the technician will visually inspect and listen for any abnormalities that could impair the operation of the equipment. Temperatures, pressures and current readings will be taken and analyzed to insure peak performance of the equipment. Any adjustments, calibrations or alignments found to be necessary will be made. In addition, all electrical connections will be checked for proper tightness and all required lubrication will be performed. Systems will be checked for refrigerant leaks and all flush drains will be cleaned. Evaporative condenser and cooling tower coolant levels will be checked and filled as necessary. All strainers and drains will be cleaned. Included in this service is the cost of any consumable maintenance supplies such as lubricants, chemicals, rags, oils, etc. If any abnormalities are evident, notify the City immediately. Replacement of Air Filters: All existing air filters will be removed and disposed of by the Contractor. The Contractor will furnish and install new air filters four (4) times per year. Belt Replacement: All belts will be adjusted to proper tightness. All belts found to be unserviceable will be replaced. The costs associated with belt adjustment, alignment or replacement is included. 5

7 TECHNICAL SPECIFICATIONS (continued) (HVAC) Equipment - Programmed Preventive Maintenance Program Condenser Cleaning: The Contractor will provide all necessary equipment, supplies, chemicals, and labor to clean the condensers. The type of cleaning required will vary depending on the type of equipment and will include: Chemical Treatment: 1. Opening water-cooled condenser and clean tubes with power brush. 2. Acid clean water-cooled condenser. 3. Power wash air-cooled condenser with appropriate chemical and flush with water. 4. Blow out air-cooled condenser with compressed air or CO2. Chemical treatment will include all required labor and materials to install the proper chemical treatment in the HVAC system. Humidifier Service: Humidifier service will include start-up, shut down and cleaning of all humidifiers. Boiler Service: Boiler inspection and service shall be performed annually each fall. Installation and repairs of boiler and high pressure piping may be done only by those persons having a license from the State of Michigan to do so. In addition, before the installation, alteration, or repair of a boiler or its piping may proceed, an individual properly licensed for the work to be performed must apply for a permit from the State of Michigan, Boiler Division. Required triennial (every 3 years) inspections shall be included as part of boiler service. This includes any necessary coordination and paperwork required by the State of Michigan. SCHEDULE, HOURS OF WORK AND RESPONSE TIME The Contractor will perform the above-referenced activities four (4) times a year as follows: April: July: October: January: Inspection, Air Filter Replacement, and Condenser Cleaning Inspection, Air Filter Replacement, and Belt Replacement Inspection, Air Filter Replacement, Service Humidifier, Chemical Treatment and Boiler Service Inspection and Air Filter Replacement All work will be performed during normal working hours for the buildings in question, unless both parties agree in advance on a special schedule. Please note different buildings have different working hours. For time and material requests for service, response time shall be within forty-eight (48) hours and billed at the rates noted in the Proposal Form. In the case of a designated emergency, as determined by the City, the Contractor shall respond within two (2) hours. Any time requested by the City outside of normal working hours will be paid at a rate 1 ½ times the hourly rate provided in the Proposal Form. 6

8 TECHNICAL SPECIFICATIONS (continued) (HVAC) Equipment - Programmed Preventive Maintenance Program TERM OF THE AGREEMENT The Agreement will be three (3) years from the initial date that the agreement is signed and accepted by both parties. No price escalation will be allowed during the original term of this contract. The Agreement may be extended for one (1) additional three year period by mutual agreement of both parties. This agreement may be terminated by either party upon 30 day written notification. IDENTIFICATION AND ATTIRE All technicians employed by the Contractor shall wear identification at the work site including name tag and clothing identifying the Contractor s company. CLEANLINESS The Contractor is responsible for the removal of all debris and trash before leaving the work area. Clean up of the work area shall be at no additional cost to the City. DOCUMENTATION All technicians employed by the Contractor shall check in with a representative at the facility upon arrival and also obtain a signature when leaving the site. In addition, all units must be tagged with last date of service, technician name and work performed. The Contractor will also be required to keep legible and detailed documentation on all work performed under this contract. At a minimum, the following information must be provided on all invoices: SUBCONTRACTING 1. Date of service 2. Name of individual making service request (if applicable) 3. Hours worked (if applicable) 4. Building serviced 5. Specific area and equipment serviced 6. Services performed 7. Hourly rate (if applicable) 8. Materials/parts used 9. Cost of materials/parts used (if applicable) 10. Name and license number of technician 11. System pressures with ambient and room temperatures noted The Contractor shall not subcontract any part of this contract without the prior written approval of the City. All technicians working on City-owned equipment must be employed by and responsible to the Contractor. MAJOR REPAIRS Major repairs will be defined as any repair exceeding five hundred dollars. Prior to commencing work, the Contractor shall submit a written estimate to the City for the cost of time and materials for major repairs. The Contractor must receive written authorization and approval from the designated representative before commencing work. If the repair is deemed an emergency by the City, this requirement may be waived by the City. The City reserves the right to obtain competitive quotes and determine who will be selected to perform the required services for major repairs. 7

9 TECHNICAL SPECIFICATIONS (continued) (HVAC) Equipment - Programmed Preventive Maintenance Program SHUTDOWN OF SERVICE Any shutdown of service and/or utilities must be approved and scheduled with the appropriate building representative. WARRANTY All new work and materials supplied by the Contractor shall be warranted for a minimum period of one (1) year. Planned preventative maintenance services shall be warranted for a period of ninety (90) days, and the Contractor shall remedy any defects for a minimum of ninety (90) days from the date of acceptance. PAYMENT The Contractor may invoice the City quarterly for planned preventative maintenance services performed under the conditions of this contract. If it is mutually agreed that additional work is necessary and performed, it will be invoiced monthly as time and materials according to the unit prices provided in the Proposal Form. EXISTING EQUIPMENT INVENTORY The existing equipment listed in the Inventory of Equipment (pages 9-10) has been taken from visual observation where available. No guarantee is made, or should be assumed, as to the completeness or accuracy of the equipment shown on this inventory. Parties utilizing this information shall verify the accuracy and completeness prior to completing work and notify the City of any discrepancies. 8

10 CITY OF BERKLEY INVENTORY OF EQUIPMENT* CITY HALL / DISTRICT COURT, 3338 Coolidge Highway Quantity Equipment Description Make Model Number Size 6 Thermostat/Transmitters Varies N/A N/A 1 Split System Heat/Cool Air Cooled McOuav/Magic A C-1000/CB Ton 3 Exhaust Fan Penn N/A Fraction to 1 HP 2 Packaged Unit Heat/Cool Air Cooled Lennox GCS Ton 1 Packaged Unit Heat/Cool Air Cooled Lennox GCS Ton 1 Packaged Unit Heat/Cool Air Cooled Mcouay R-160EFHC 15 Ton 1 Packaged Unit Spot-Cooler N/A 2 Ton Cool Only Air Cooled/Spot Cooler 1 Time Clock/Logic Network Electrical Controls Air-Link N/A N/A PUBLIC SAFETY, 2395 Twelve Mile Road Quantity Equipment Description Make Model Number Size 1 Exhaust Fan (Pistol Range) Industrial/PR N/A 5 HP 20 Thermostat/Transmitters Varies N/A N/A 1 Refrigerated Air Dryer 20 Curtis N/A N/A 1 Boiler Gas- Water Heater Superior (R358057) HP 1 Boiler Gas-Fired Hot Water Supply PVI (R370459) Air Handler with/without Heat/Cool Coils Trane CC8834-E9E HP 1 Air Handler with/without Heat/Cool Coils Trane N/A 7.5 HP 1 Pump/Condensate Return Taco AT HP 1 Chiller Reciprocating DX Packaged Air Trane RAUBC406BE 40 Ton Cooled 1 Water Heater Superior 200-RI Water Heater Air Compressor Single Curtis N/A N/A 2 Humidifier Hydro/Bank N/A Humidifier Electric 1 Air Handler with/without Heat/Cool Coils Trane N/A 3 HP 2 Packaged Unit Cool Only Air Cooled/Spot Cooler Electrical Controls International Comfort Products CAE240HAA PARKS & RECREATION COMMUNITY CENTER, 2400 Robina Quantity Equipment Description Make Model Number Size 6 Thermostat/Transmitters Varies N/A N/A 1 Packaged Unit Heat/Cool Air Cooled Carrier A/C 48TJE007 5 Ton Payne Furn. 1 Incremental/Unit Ventilator Heat/Cool Air Cooled Armstrong 64HWC ,000 BTU 1 Exhaust Fan Greenheck GN-050-ABA 5 HP 1 Split System Heat/Cool Carrier 38CKB048 4 Ton Air Cooled 1 Packaged Unit Heat/Cool Air Cooled Carrier 48TJE Ton 1 Packaged Unit Heat/Cool Air Cooled York 5A36G120-6G 10 Ton 1 Air Conditioning Condensing Unit Carrier 58PAV135 4 Ton 9

11 PARKS & RECREATION ICE ARENA, 2300 Robina INVENTORY OF EQUIPMENT (page 2 of 2) Quantity Equipment Description Make Model Number Size 1 Make-up Air/Furnace Gas Fired Reznor RB K-400K BTU 4 Tube Heaters Gordan/ Ray N/A 76K-150K BTU 1 Boiler Electric Steam Laars Teledyne PNCH0500NACK2BJN To 25 HP 1 Split System Heat/Cool Air Cooled Carrier 38A060TTJ Ton 1 Furnace & A/C RTU Carrier/Payne N/A 76K-150K BTU PUBLIC WORKS, 3238 Bacon Street Quantity Equipment Description Make Model Number Size 12 Unit Heater Gas-Fired/Infused Dayton N/A 76K-150K BTU 1 Unit Heater Gas-Fired/Horizontal Furnace Bryant N/A 30K-75K BTU (Animal Control) 1 Boiler Gas-Fired Hot Water Heat Burnham (R372855) To 20 HP 10 Thermostat/Transmitters Varies N/A N/A 7 Unit Heater Gas-Fired Reznor/Bryan N/A 76K-150K BTU 2 Exhaust Fan/Box Fans Dayton N/A 3 HP 5 Incremental/Unit Ventilator Heat/Cool N/A N/A 12,000 BTU Air Cooled Window Units 1 Pump/Condensate Return B&G 1460 Fraction to 1 HP 4 Hot Water Heater- Electric Rheem-Amguard 1PZ78 10 Gal BERKLEY PUBLIC LIBRARY, 3155 Coolidge Highway Quantity Equipment Description Make Model Number Size 1 Time Clock/Logic Network Metasys T9100 N/A 1 Exhaust Fan Penn N/A Fraction to 1 HP 10 Thermostat/Transmitters Johnson N/A N/A 1 Air Handler with/without Heat/Cool Coils Magic-Aire 90/120-8 mc 5 HP 1 Chiller Reciprocating Split Air Cooled Trane CGAFC40EAAA 50 Ton 1 Boiler Gas-Fired Water Heater Lochnivar (R387219) LR-11/84829 To 20 HP 1 Pump/Condensate Return B & G HP 10

12 CITY OF BERKLEY MICHIGAN HOLD HARMLESS AND INDEMNITY FORM PURPOSE: To the fullest extent permitted by law, the Contractor expressly agrees to indemnify and hold harmless the City of Berkley (City), Its elected and appointed officials, its employees and volunteers and others working on behalf of the City, from and against all loss, cost, expense, damage, liability or claims (whether groundless or not) arising out of bodily injury, sickness or disease (including death resulting at any time there from) which may be sustained or claimed by any person or persons. This includes damage or destruction of any property (including loss of use) based on any act or omission (negligent or otherwise) of the Contractor or anyone acting on its behalf in connection with or incident to this agreement. The Contractor shall, at its own cost and expense, defend any such claim and any suit, action, or proceeding which may be commenced hereunder. In the event of any suit, action or proceeding, the Contractor shall pay: Any and all judgments which may be recovered. Any and all expenses, including, but not limited to, costs, attorneys fees and settlement expenses which may be incurred. The Contractor shall not be responsible to the City on indemnity for damages caused by or resulting from the City s sole negligence. PLEASE PRINT: CONTRACTOR NAME AUTHORIZED REPRESENTATIVE SIGNATURE CONTRACTOR ADDRESS PHONE WITNESS DATE This form must be completed and returned with your proposal.

13 CITY OF BERKLEY MICHIGAN NONCOLLUSIVE AFFIDAVIT STATE OF MICHIGAN COUNTY OF OAKLAND), BEING DULY SWORN DEPOSES AND SAYS THAT: 1. The bid has been arrived at by the bidder independently and has been submitted without collusion with, and without any agreement, understanding, or planned common course of action with any other vendor of materials, supplies, equipment, or services described in the invitation to bid, designed to limit independent bidding or competition; and 2. The contents of the bid have not been communicated by the bidder or its employees or agents to any person not an employee or agent of the bidder or its surety on any bond furnished with the bid and will not be communicated to any such person prior to the official opening of the bid. 3. The undersigned is duly authorized to execute this affidavit on behalf of the bidder. Subscribed and sworn to before me this Authorized Signature Printed Name of Signatory day of, 201, a notary public in and for said County. Company Notary Public Address City State Zip Code My commission expires: Phone Number Please note: City of Berkley employees cannot notarize this document.

14 CITY OF BERKLEY MICHIGAN CONFLICT OF INTEREST DISCLOSURE FORM Date: Name: Company: Title: Address: Please describe any relationships, transactions, positions you hold (as owner, director or volunteer of a for profit or nonprofit organization) or other circumstances you believe could contribute to an actual or perceived conflict of interest between the City of Berkley and your personal interest. (Use additional paper if necessary.) I have the following conflict of interest to report. I have the following potential conflict of interest to report. I have no circumstances that I believe could contribute to an actual or perceived conflict of interest. Signature: Date:

15 CITY OF BERKLEY, MICHIGAN REFERENCES Heating, Ventilation, and Air Conditioning (HVAC) Equipment Preventive Maintenance Program The Contractor will provide the City with a list of commercial customers that they have performed similar type work for. All bidders shall submit the following information with their respective bids. If corporation, give state in which incorporated Give below at least three (3) references as to ability to do the work proposed. 1. Company Name: Address: City/State: Phone: ( ) Contact Person(s): 2. Company Name: Address: City/State: Phone: ( ) Contact Person(s): 3. Company Name: Address: City/State: Phone: ( ) Contact Person(s): 4. Company Name: Address: City/State: Phone: ( ) Contact Person(s): 5. Company Name: Address: City/State: Phone: ( ) Contact Person(s):

16 CITY OF BERKLEY, MICHIGAN Heating, Ventilation, and Air Conditioning (HVAC) Equipment Preventive Maintenance Program BASIS OF AWARD The undersigned hereby declares that they have carefully examined the requirements of the specifications contained herein, and proposes to provide scheduled Preventive Maintenance for $ per year which will be invoiced equally in quarterly installments. Authorized Signature AUTHORIZED REPRESENTATIVE: Name (please print): Title: Company: Mailing Address: Telephone: Mech. License No(s): Boiler License No(s): A. To assist the City of Berkley in the proper accounting and tracking of expenditures for work performed under the scope of work, please indicate the annual costs for each facility: City Hall / District Court, 3338 Coolidge Highway $ Public Safety, 2395 Twelve Mile Road $ Parks & Rec Community Center, 2400 Robina $ Parks & Rec Ice Arena $ Public Works, 3238 Bacon $ B. Please list any applicable charges that will apply to maintenance work not covered under the programmed preventative maintenance scope of work (otherwise known as time and materials for all sites including those that may occur at the Library and Ice Arena): ALTERNATE #1 (REQUIRED) 1. Hourly rate for service personnel $ 2. Service call fees in addition to item 1 above $ 3. Mileage fees $ 4. Additional fees (Describe: ) $ The undersigned hereby declares that they have carefully examined the requirements of the specifications contained herein, and proposes to provide Preventive Maintenance for $ per year for the Library located at 3155 Coolidge Highway which will be invoiced equally in quarterly installments.

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

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing CITY OF DEARBORN ADVERTISEMENT FOR NATURAL GAS PROVIDER TO THE CITY OF DEARBORN, MICHIGAN Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing Agent, 2951 Greenfield, Dearborn,

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

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

April 22, 2009 REQUEST FOR PROPOSALS (RFP)

April 22, 2009 REQUEST FOR PROPOSALS (RFP) April 22, 2009 REQUEST FOR PROPOSALS (RFP) The New Jersey Schools Development Authority (NJSDA) is seeking proposals to engage a contractor to provide HVAC preventative maintenance and repairs at NJSDA

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ALL CONTRACTORS SUBMITTING A RESPONSE TO THIS INVITATION TO BID MUST HAVE COMPLETED THE FORMS CONTAINED IN THIS INVITATION TO BID. FORMS SUBMITTED WHICH ARE NOT IN THE FORMAT OF

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

-1- -2- -3- -4- -5- INSURANCE REQUIREMENTS FOR DEVELOPER EXTENSION AGREEMENTS 1.1 The developer shall obtain and keep in force during the term of the contract, Commercial General Liability insurance policies

More information

During the performance of this contract, the contractor, for itself, its assignees and successors in interest agrees as follows:

During the performance of this contract, the contractor, for itself, its assignees and successors in interest agrees as follows: CONTRACT FORM CONTRACT # This Contract, made and entered into this day of, 20, by and between the State of Nevada Department of Transportation, hereinafter called the Department, and (Contractor Name and

More information

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000 INSURANCE REQUIREMENTS F CONSTRUCTION CONTRACTS ABOVE $30,000 Indemnity To the fullest extent allowed by law, the Contractor shall indemnify, defend, and hold harmless the County of Santa Clara (hereinafter

More information

INVITATION TO BID EOE

INVITATION TO BID EOE INVITATION TO BID The 22 nd Judicial Circuit is currently soliciting bid proposals for the Clerk and Admission Office s new flooring for the Family Courts Juvenile Division at 920 N. Vandeventer Ave. The

More information

REQUEST FOR QUOTES (RFQ) FOR HVAC MAINTENANCE AND REPAIR SERVICES. RFQ Release Date: August 3, 2015. Quote Due Date: August 21, 2015 at 5:00 p.m.

REQUEST FOR QUOTES (RFQ) FOR HVAC MAINTENANCE AND REPAIR SERVICES. RFQ Release Date: August 3, 2015. Quote Due Date: August 21, 2015 at 5:00 p.m. REQUEST FOR QUOTES (RFQ) FOR HVAC MAINTENANCE AND REPAIR SERVICES RFQ Release Date: August 3, 2015 Quote Due Date: August 21, 2015 at 5:00 p.m. SOUTHEAST MICHIGAN COMMUNITY ALLIANCE (SEMCA) 25363 Eureka

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

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

City of Brentwood, Missouri. December 28, 2015

City of Brentwood, Missouri. December 28, 2015 Request for Proposals For Ice Rink Refrigeration System & HVAC Preventative Maintenance Service for the Brentwood Recreation Complex Brentwood Recreation Complex Renovations December 28, 2015 Submission

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

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

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

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS Date Issued: March 12, 2014 Bid Number: 14-25 The City of Sikeston is soliciting bids for the resurfacing of four tennis courts. The sealed bids

More information

#5 Independent Contractor Form - With Insurance With Bonds

#5 Independent Contractor Form - With Insurance With Bonds #5 Independent Contractor Form - With Insurance With Bonds Proposed use: Contracts for smaller projects not involving street construction but important enough to require performance and require an avenue

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

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 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

INDEPENDENT CONTRACTORS AGREEMENT

INDEPENDENT CONTRACTORS AGREEMENT INDEPENDENT CONTRACTORS AGREEMENT THIS AGREEMENT entered into by and between (hereafter the Contractor ) and the Park District of Highland Park (hereafter Park District ). WHEREAS, Contractor will be performing

More information

MANTON CONSOLIDATED SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

MANTON CONSOLIDATED SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS MANTON CONSOLIDATED SCHOOLS REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS On a PERFORMANCE CONTRACTING BASIS July 16, 2010 1 NOTICE IS HEREBY GIVEN THAT THE BOARD OF EDUCATION OF MANTON

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

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325 REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325 NOTICE IS HEREBY GIVEN that the Cape Fear Public Utility Authority (hereinafter referred to as CFPUA or the Authority ) is requesting

More information

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS NEGAUNEE PUBLIC SCHOOLS REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS On a PERFORMANCE CONTRACTING BASIS July 26, 2010 NOTICE IS HEREBY GIVEN THAT THE BOARD OF EDUCATION OF NEGAUNEE

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

INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000

INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000 Page 1 of 9 DOCUMENT 00850 INDEMNIFICATION AND INSURANCE REQUIREMENTS EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000 Indemnity The Contractor shall indemnify, defend, and hold

More information

BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM

BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 May 5, 2014 NOTICE TO BIDDERS LAUNDERING, PRESSING & DRY CLEANING

More information

ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS

ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS Contractor shall obtain insurance of the types and in the amounts listed below. A. COMMERCIAL GENERAL AND UMBRELLA

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

INSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4

INSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4 1THE PHILADELPHIA PARKING AUTHORITY RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4 Prior to commencement of the contract and until completion of your work, shall, at its sole expense,

More information

INDEPENDENT CONTRACTOR SERVICES AGREEMENT

INDEPENDENT CONTRACTOR SERVICES AGREEMENT INDEPENDENT CONTRACTOR SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 2010, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal corporation, whose

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

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

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] THIS AGREEMENT is made and entered into this day of, 2014, by and between the City of Yreka, a municipal corporation, hereinafter referred

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

SECTION 3 AWARD AND EXECUTION OF CONTRACT

SECTION 3 AWARD AND EXECUTION OF CONTRACT SECTION 3 AWARD AND EXECUTION OF CONTRACT 3.01 CONSIDERATION OF BIDS: After the Proposals are opened and read, the approximate estimated quantity of each item multiplied by the unit price bid for that

More information

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016 1. Bid Delivery Instructions for State Procurement: Fax quotations may be submitted either: Via fax to: (225) 342-9756 OR Delivered by hand or courier service to: Office of State Procurement Claiborne

More information

CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE

CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE The following are excerpts from Caltrans 2010Standard Specifications. Specifications are subject to change so refer to the project

More information

Air Conditioning Maintenance Services

Air Conditioning Maintenance Services Town of Lauderdale-By-The-Sea REQUEST FOR PROPOSAL No. 14-05-01 Air Conditioning Maintenance Services RFP OPENING: July 29, 2014 2:00P.M. Town Hall 4501 Ocean Drive Lauderdale-By-The-Sea, FL 33308 acs

More information

BOROUGH OF KENILWORTH

BOROUGH OF KENILWORTH BOROUGH OF KENILWORTH REQUEST FOR PROPOSALS FOR TAX APPEAL ATTORNEY BOROUGH OF KENILWORTH Contract Term January 1, 2016 through December 31, 2016 SUBMISSION DEADLINE 3:00 P.M. NOVEMBER 12, 2015 ADDRESS

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

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS PLYMOUTH-CANTON COMMUNITY SCHOOLS REQUEST FOR PROPOSALS Assignment of Rights to Wireless Telecommunication Lease, Tower and/or Tower Management Agreement Plymouth-Canton Community Schools E.J. McClendon

More information

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS NAME OF CONTRACTOR: RESPONSIBLE PRINCIPAL OF CONTRACTOR:, Vendor

More information

INVITATION FOR PRICE QUOTES FIRE HOSE TESTING

INVITATION FOR PRICE QUOTES FIRE HOSE TESTING INVITATION FOR PRICE QUOTES FIRE HOSE TESTING The Franklin Regional Council of Governments (FRCOG), on behalf of certain Fire Departments in Franklin County, MA, is soliciting price quotes from qualified

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

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

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

Request for Quote. Inland Lakes School Indian River, Michigan. For. Phone System BID PACKAGE

Request for Quote. Inland Lakes School Indian River, Michigan. For. Phone System BID PACKAGE Request for Quote Inland Lakes School Indian River, Michigan For Phone System BID PACKAGE The deadline for sealed bids is May 26, 2016 at 12:00 PM at the following location: Inland Lakes School 4363 South

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

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

INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS

INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS 1. GENERAL PROVISIONS A. Indemnification. The Contractor shall indemnify and save harmless the City of Lincoln, Nebraska from and against all losses, claims,

More information

How To Write A Contract Between College And Independent Contractor

How To Write A Contract Between College And Independent Contractor Independent Contractor Agreement (Long Form) This Agreement is made between Babson College ("College"), a Massachusetts non-profit corporation with a principal place of business at 231 Forest Street, Babson

More information

LIVINGSTON COUNTY MICHIGAN

LIVINGSTON COUNTY MICHIGAN LIVINGSTON COUNTY MICHIGAN REQUEST FOR PROPOSALS - RFP-LC-14-19 TRANSCRIPTION SERVICES INTRODUCTION Livingston County is soliciting proposals from interested, qualified and experienced vendors for TRANSCRIPTION

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

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

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

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT 06422. Request for Qualification

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT 06422. Request for Qualification Town of Durham Selectman s Office P.O. Box 428 Durham, CT 06422 Request for Qualification REQUEST FOR LETTERS OF QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL SERVICES Board of Selectmen Laura L. Francis

More information

ADDENDUM NO. 1 TO THE BIDDING DOCUMENTS. HVAC SERVICE AND MAINTENANCE Saint Clair County MidAmerica Saint Louis Airport.

ADDENDUM NO. 1 TO THE BIDDING DOCUMENTS. HVAC SERVICE AND MAINTENANCE Saint Clair County MidAmerica Saint Louis Airport. ADDENDUM NO. 1 TO THE BIDDING DOCUMENTS DATE: May 6, 2016 HVAC SERVICE AND MAINTENANCE Saint Clair County MidAmerica Saint Louis Airport BIDS CLOSE: May 12, 2016, at 2:30 p.m., Local Time TO ALL BIDDERS

More information

NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING

NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING This Agreement is hereby entered into by and between Piedmont Triad Regional Council (herein Contractor ) and (Subcontractor)

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

WITNESSETH. That Contractor, for the consideration hereinafter fully set out, hereby agrees with the County as follows:

WITNESSETH. That Contractor, for the consideration hereinafter fully set out, hereby agrees with the County as follows: NORTH CAROLINA RANDOLPH COUNTY CONTRACT THIS CONTRACT, made and entered into this day of, 2015 by and between Randolph County, a political subdivision of the State of North Carolina, hereinafter referred

More information

How To Insure Construction Contracts In Northern California Schools Insurance Group

How To Insure Construction Contracts In Northern California Schools Insurance Group NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP Cover Note to NCSIG Members & Their Architects/Engineers Insurance Recommendations for Construction Contracts Applicable to New Construction & Modernization/Remodeling

More information

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS MAIL BIDS TO: STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 RFP 14-08 REQUESTING DEPT: PURCHASING TITLE OF RFP: E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC

More information

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT Proposals will be received in the New Hanover County Finance, 230 Government Center

More information

How To Build A Data Backup System In Town Of Trumbull

How To Build A Data Backup System In Town Of Trumbull TOWN OF TRUMBULL, CONNECTICUT GENERAL INSTRUCTIONS TO BIDDERS The Town of Trumbull, Connecticut (hereinafter referred to as Town), through the Office of the Purchasing Agent, will accept sealed bids from

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

PURCHASE ORDER TERMS AND CONDITIONS

PURCHASE ORDER TERMS AND CONDITIONS PURCHASE ORDER TERMS AND CONDITIONS 1. DEFINITIONS: In these Terms and Conditions and all documents related to the Purchase Order: Purchaser means the entity issuing the Purchase Order as identified on

More information

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 TABLE OF CONTENTS I. INSTRUCTIONS... 3 A. BID INFORMATION... 3 B. BID PROPOSAL FORMAT... 4 C.

More information

CITY OF HAMTRAMCK DEPARTMENT OF POLICE REQUEST FOR QUOTE VEHICLE REPAIR SERVICES

CITY OF HAMTRAMCK DEPARTMENT OF POLICE REQUEST FOR QUOTE VEHICLE REPAIR SERVICES CITY OF HAMTRAMCK DEPARTMENT OF POLICE REQUEST FOR QUOTE VEHICLE REPAIR SERVICES 1 CITY OF HAMTRAMCK REQUEST FOR QUOTE FOR VEHICLE REPAIR SERVICES FOR THE CITY OF HAMTRAMCK ADVERTISE DATE: October 25,

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

Menlo Park City School District 181 Encinal Avenue Atherton, CA 94027

Menlo Park City School District 181 Encinal Avenue Atherton, CA 94027 181 Encinal Avenue Atherton, CA 94027 The offers this information to any individual or firm wishing to be added to the District s general construction informal bid list for all trades pursuant to Public

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

The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision.

The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision. May 19th, 2016 RE: REQUEST FOR QUOTES 2016 Sidewalk Replacement The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision. The enclosed Quote

More information

Subcontractor Insurance & Licensing Requirements Please provide the items below

Subcontractor Insurance & Licensing Requirements Please provide the items below Subcontractor Insurance & Licensing Requirements Please provide the items below Commercial General Liability Limits of Insurance $2 Million dollars General Aggregate (Per Project) $2 Million dollars Product/Completed

More information

AGREEMENT FOR PROFESSIONAL LAND SURVEYING SERVICES WITNESSETH: ARTICLE 1

AGREEMENT FOR PROFESSIONAL LAND SURVEYING SERVICES WITNESSETH: ARTICLE 1 AGREEMENT FOR PROFESSIONAL LAND SURVEYING SERVICES This Agreement, made as of the 29 th day of January, 1999, by and between the County of Wake (hereinafter, the "Owner") and McKim & Creed Engineers, P.A.,

More information

Request for Quotations on Termite and Pest Control Service to Include Repair & Maintenance RFQ 16-005

Request for Quotations on Termite and Pest Control Service to Include Repair & Maintenance RFQ 16-005 Request for Quotations on Termite and Pest Control Service to Include Repair & Maintenance RFQ 16-005 Competitive Quotations will be received at the City of Powder Springs, City Clerk s Office, 4484 Marietta

More information

CITY OF PORTSMOUTH PORTSMOUTH, NH Purchasing Department. Annual Fuel Bid - #01-14 INVITATION TO BID

CITY OF PORTSMOUTH PORTSMOUTH, NH Purchasing Department. Annual Fuel Bid - #01-14 INVITATION TO BID PORTSMOUTH, NH Purchasing Department Annual Fuel Bid - #01-14 INVITATION TO BID Sealed bid proposals, plainly marked with the Annual Fuel Bid, Bid #01-14 on the outside of the mailing envelope and the

More information

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1 388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation

More information

CONSULTANT AGREEMENT

CONSULTANT AGREEMENT Douglas County School District Re.1 Castle Rock, Colorado CONSULTANT AGREEMENT This agreement, dated effective as of is made and entered into by and between the Douglas County School District Re.1, Douglas

More information

Town of West New York Hudson County, NJ Notice for R.F.P. (Request for Proposal) Animal Control Shelter Services (2 nd Occasion)

Town of West New York Hudson County, NJ Notice for R.F.P. (Request for Proposal) Animal Control Shelter Services (2 nd Occasion) Town of West New York Hudson County, NJ Notice for R.F.P. (Request for Proposal) Request for Proposals will be received by the Town Clerk of the Town of West New York, in the County of Hudson, New Jersey,

More information

BRITISH SOCCER CAMP A G R E E M E N T

BRITISH SOCCER CAMP A G R E E M E N T THE STATE OF TEXAS * COUNTY OF CORYELL * KNOW ALL MEN BY THESE PRESENTS: BRITISH SOCCER CAMP A G R E E M E N T This agreement is made and entered into this the 20th day of January, 2015 by and between

More information

NOTICE OF REQUEST, SOLICITATION AND INVITATION FOR PROPOSALS FOR LIBRARY ATTORNEY FOR MOUNT LAUREL LIBRARY, BURLINGTON COUNTY

NOTICE OF REQUEST, SOLICITATION AND INVITATION FOR PROPOSALS FOR LIBRARY ATTORNEY FOR MOUNT LAUREL LIBRARY, BURLINGTON COUNTY NOTICE OF REQUEST, SOLICITATION AND INVITATION FOR PROPOSALS FOR LIBRARY ATTORNEY FOR MOUNT LAUREL LIBRARY, BURLINGTON COUNTY Please be advised that the Mount Laurel Library will accept proposals for a

More information

AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD

AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD JANUARY 1, 2014 TO DECEMBER 31, 2015 AGREEMENT THIS AGREEMENT, is made and entered into

More information

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office SERVICES CONTRACT/P. O. # Title: THIS CONTRACT, and amendments and supplements thereto, is

More information

CITY OF LEAWOOD. Independent Contractor Agreement

CITY OF LEAWOOD. Independent Contractor Agreement #3 Small Indep Contractor Agreement with Ins Optional, for use with small agreements less than $15k [e.g., entertainment, 4 th of July projects, sports] CITY OF LEAWOOD Independent Contractor Agreement

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 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

How To Work With The City Of Riverhead

How To Work With The City Of Riverhead MEMORANDUM OF UNDERSTANDING BETWEEN RIVERSIDE COMMUNITY COLLEGE DISTRICT and CITY OF RIVERSIDE THIS MEMORANDUM OF UNDERSTANDING ( MOU ) is made and entered into this day of, 2012 ( Effective Date ), by

More information

HEATING VENTING AND AIR CONDITIONING (HVAC) SUBCONTRACTING SERVICES FOR THE MACON COUNTY HOUSING DEPARTMENT

HEATING VENTING AND AIR CONDITIONING (HVAC) SUBCONTRACTING SERVICES FOR THE MACON COUNTY HOUSING DEPARTMENT REQUEST FOR PROPOSALS RFP#06 4004p HEATING VENTING AND AIR CONDITIONING (HVAC) SUBCONTRACTING SERVICES FOR THE MACON COUNTY HOUSING DEPARTMENT ISSUE DATE: MAY 14, 2014 PROPOSALS WILL BE RECEIVED UNTIL

More information

IMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you!

IMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you! ` SUBCONTRACTOR: PHONE PROJECT: LOCATION: Page 1 of 6 SUBCONTRACT (SHORT FORM) JOB NO.: COST CODE: PRICE: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC.

More information

INSURANCE REQUIREMENTS

INSURANCE REQUIREMENTS INSURANCE REQUIREMENTS TO ENSURE COMPLIANCE WITH THE CONTRACT DOCUMENT, SUPPLIERS SHOULD FORWARD THE FOLLOWING INSURANCE CLAUSE AND SAMPLE INSURANCE FORM TO THEIR INSURANCE AGENT 1. FORMAT / TIME SUPPLIER

More information

How To Write A Pnetration Testing Rfp

How To Write A Pnetration Testing Rfp REQUEST FOR SUBMITTAL OF PROPOSALS FOR PENETRATION TESTING SERVICES FOR BOONE COUNTY FAMILY RESOURCES IN COLUMBIA, MISSOURI SEPTEMBER 22, 2014 SUBMISSION DEADLINE FRIDAY, OCTOBER 17, 2014 @ 3:00 PM CDT

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

Quantity U/M Description Unit Price Quantity U/M Description Unit Price 8 ½ sack concrete with air; no fly ash. section 613 Missouri Standard

Quantity U/M Description Unit Price Quantity U/M Description Unit Price 8 ½ sack concrete with air; no fly ash. section 613 Missouri Standard THIS IS NOT AN ORDER DATE: MARCH 18, 2008 F.O.B. REQUIREMENTS: DESTINATION MISSOURI DEPARTMENT OF TRANSPORTATION 3602 NORTH BELT HIGHWAY BUYER: ST. JOSEPH, MISSOURI 64506 1399 REQUEST FOR QUOTATION QUOTATION

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

BUYER NAME: TANYA DAUMA, CPPB Q03-09-0014. Missouri Department of Transportation purchase orders must be issued to the invoicing company/address.

BUYER NAME: TANYA DAUMA, CPPB Q03-09-0014. Missouri Department of Transportation purchase orders must be issued to the invoicing company/address. MISSOURI DEPARTMENT OF TRANSPORTATION INFORMAL QUOTE GUIDELINES AND DOCUMENTATION FOR PURCHASES FROM $3,000 TO $24,999.99 THIS IS NOT AN ORDER REQUEST FOR QUOTATION It is the vendor s responsibility to

More information