Request for Proposals Phone System Replacement
|
|
- Grace Ramsey
- 8 years ago
- Views:
Transcription
1 Request for Proposals Phone System Replacement A. Introduction: The Housing Authority of the County of Kern (Authority) is seeking proposals for a voice telephone system to replace existing systems, and to incorporate current infrastructures within the main office, and throughout its offsite locations. B. Current Infrastructure: The main office is utilizing a Vodavi Triad system connected to VoIP phone services. Main features the Housing Authority currently uses at the Central Office: a. 83 Triad phones b. 72 mailboxes c. After hour night attendant d. 6 Fax lines The Authority currently owns/operates 26 offices throughout the county. These phone systems are a combination of technologies. Furthermore, our second largest offsite department has eleven (11) individual phones, and mailboxes, with one fax line. For further information see exhibit 1. C. Scope of Work The Authority is seeking proposals to incorporate an all inclusive phone system for the main office and offsite locations. The proposal should include the following: Number of handsets (onsite and offsite locations) IM service Conferencing Hosted PBX Unified messaging Auto attendant Programmable phone tree Timeline for completion Training
2 D. Evaluation Criteria Submittals will be evaluated based on the criteria listed in this section. In preparing your proposal to the Authority, it is important to clearly demonstrate expertise in the areas described in this document. You are encouraged to identify and clearly label in your proposal how each criterion is being fully addressed. Evaluation of responses to this RFP will be based only on the information provided in the proposal, and if applicable, interviews, and reference responses. The Authority reserves the right to request additional information or documentation from you regarding your submittal documents, personnel, financial viability, or other items in order to complete the selection process. If you choose to provide additional materials beyond those requested, those materials should be included in a separate section of the proposal. In submitting, you agree that any costs or prices proposed will be valid for a minimum of 90 days from the date of the proposal. The following criteria with a point system of relative importance with an aggregate total of one hundred points will be utilized to evaluate each proposal: 1 Evaluation Criteria System capability/features Weighting (Max. Points) 30 2 Experience 15 3 Section 3 Economic Opportunity Plan and Bidders Certification 15 4 Proposed Price Structure 40 Maximum Total Points 100 E. Submission Requirements 1) Due Date and Place For Submission of Proposals: Proposals are due by November 23, 2015 at 10:00AM. All Proposals should be clearly marked when delivered, mailed or ed. NOTE: A faxed Proposal is not acceptable. All proposals received will become the property of the Housing Authority and will not be returned to the firm. 2) Required Number of Copies: one (1) proposal must be received at the Authority s address below or ed to ttrimble@kernha.org 3) All Proposals should be clearly marked when delivered or mailed. Housing Authority of the County of Kern Phone System Replacement Attention: Troy Trimble th Street Bakersfield, CA 93301
3 The original of each of the forms indicated below must also be completed and submitted with the proposal. (Description of the Section 3 forms is found in Section G.2. below.) Section 3 Economic Opportunity Plan Section 3 Resident Employment/Business Utilization Bidders Certification 4) Rights Reserved by the Authority: the Authority reserves the right to waive as an informality any irregularities in submittals and/or to reject any or all proposals. F. Selection Process All responses to this RFP that are received will be screened for eligibility. As time permits, an evaluation panel will rate eligible proposals, according to the criteria listed in Section D. above, and may conduct reference checks as part of the process. If there is insufficient information, the Authority reserves the right to request additional information, and to interview firms to discuss their proposal. Based on its evaluation, the panel will make a recommendation to the Authority s Executive Director, to select a qualified firm for the phone systems. Any protest of the selection process will be resolved in accordance with the Authority s Procurement Policies. G. Administrative Information 1) Minority-owned and Women-owned Business Enterprises: AUTHORITY strongly encourages minority-owned and women-owned businesses, socially and economically disadvantaged business enterprises, HUD Section 3 businesses, and small businesses to submit a proposal, to participate as partners, or to participate in other business activity in response to this RFP. 2) Section 3 Requirements: Section 3 of the Housing and Urban Development Act of 1968 (hereinafter Section 3 ) requires AUTHORITY to the greatest extent feasible to provide employment opportunities to Section 3 residents. Section 3 residents include residents of AUTHORITY communities and other low-income residents of Kern County. Each proposer is required to submit with their proposal a Section 3 Economic Opportunity Plan and a Section 3 Resident Employment/Business Utilization Bidders Certification form. The following language regarding Section 3 will be included as part of the contract to be executed based on this RFP. A. The work to be performed under this contract is on a project assisted under a program providing direct federal financial assistance from the Department of Housing and Urban Development and is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 17O1u. Section 3 requires that the greatest extent feasible opportunities for training and employment be given lower income residents of the project area and contracts for work in connection with the project be awarded to business concerns which are located in, or owned in substantial part by persons residing in the area of the project. B. The parties to this contract will comply with the provisions of said Section 3 and the regulations issued pursuant thereto by the Secretary of Housing and Urban
4 Development set forth in 24 CFR Part 135 and all applicable rules and orders of the Department issued there under prior to the execution of this contract. The parties to this contract certify and agree that they are under no contractual or other disability which would prevent them from complying with these requirements. C. The contractor will send to each labor organization or representative of workers with which he has a collective bargaining agreement or other contract or understanding, if any, a notice advising the said labor organization or worker's representative of his commitments under this Section 3 clause and shall post copies of the notice in conspicuous places available to employees and applicants for employment or training. D. The contractor will include this Section 3 clause in every subcontract for work in connection with the project and will, at the direction of the applicant for or recipient of Federal financial assistance, take appropriate action pursuant to the subcontract upon a finding that the subcontractor is in violation of regulations issued by the Secretary of Housing and Urban Development, 24 CFR Part 135. The contractor will not subcontract with any subcontractor where it has notice or knowledge that the latter has been found in violation of regulations under 24 CFR Part 135 and will not let any subcontract unless the subcontractor has first provided it with a preliminary statement of ability to comply with the requirements of these regulations. E. Compliance with the provisions of Section 3, the regulations set forth in 24 CFR Part 135, and all applicable rules and orders of the Department issued there under prior to the execution of the contract, shall be a condition of the federal financial assistance provided to the project, binding upon the applicant or recipient for such assistance, its successors, and assigns. Failure to fulfill these requirements shall subject the applicant or recipient, its contractors and subcontractors, its successors, and assigns to those sanctions specified by the grant or loan agreement or contract through which federal assistance is provided, and to such sanctions as are specified by 24 CFR Part ) Payment Requirements: Firms / individuals should be aware that AUTHORITY will only make payments on the work commissioned under this RFP after the work being billed has been completed. No advance payments will be made to the firms / individuals, who must have the capacity to meet all project expenses in advance of payments by AUTHORITY. 4) Documents Produced: All documents and products created by the firm / individual under any agreement become the exclusive property of AUTHORITY. 5) Other Contracts: During the original term and all subsequent renewal terms of the contracts resulting from this RFP, AUTHORITY expressly reserves the right, through any other sources available, to pursue and implement alternative means of soliciting and awarding similar or related services as described in this RFP. 6) Funding Availability: By responding to this RFP, you acknowledge that for any contract signed as a result of this RFP, the authority to proceed with the work is contingent upon the availability of funding. 7) Insurance: The following are the insurance requirements that will be included in the agreements executed based on this RFP: Consultant shall procure and maintain for the duration of the contract insurance against
5 claims for injuries to persons or damages to property which may arise from or in connection with the Consultant, its agents, representatives, employees, or subcontractors. MINIMUM SCOPE OF INSURANCE Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage (occurrence form CG ). 2. Insurance Services Office Additional Insured form (CG or CG 20 26). 3. Workers Compensation insurance as required by state law and Employer s Liability Insurance. MINIMUM LIMITS OF INSURANCE Consultant shall maintain limits no less than: 1. General Liability: $1,000,000 per occurrence for Bodily Injury, Personal Injury, and Property Damage. (including coverages for discrimination, ADA violations, and sexual molestation). If Commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this contract or the general aggregate limit shall be twice the required occurrence limit. 2. Workers Compensation (statutory) and Employer s Liability: $1,000,000 per accident for Bodily Injury or Disease. NOTE: These limits can be attained by individual policies or by combining primary and umbrella policies. DEDUCTIBLES AND SELF-INSURED RETENTIONS Any deductibles or self-insured retentions must be declared to and approved by the Authority. At the option of the Authority, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the Authority, its officers, officials, employees, and volunteers; or the Consultant shall provide a financial guarantee satisfactory to the Authority guaranteeing payment of losses and related investigations, claim administration, and defense expenses. OTHER INSURANCE PROVISIONS The General Liability policies are to contain, or be endorsed to contain, the following provisions: 1. The Authority, its officers, officials, employees, and volunteers are to be covered as additional insured with respect to liability arising out of work or operations performed by or on behalf of the Consultant. 2. The Consultant s insurance coverage shall be primary insurance as respects the Authority, its officers, officials, employees, and volunteers. Any insurance or selfinsurance maintained by the Authority, its officers, officials, employees, or volunteers shall be excess of the Consultant s insurance. 3. Each insurance policy required by these specifications shall be endorsed to state that coverage shall not be cancelled or materially changed, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the Authority. 4. Maintenance of the proper insurance for the duration of the contract is a material element of the contract. Material changes in the required coverage or cancellation of the coverage shall constitute a material breach of the contract by the Consultant. ACCEPTABILITY OF INSURERS Insurance is to be placed with insurers with a current A.M. Best s rating of no less than B+: VI. Consultants must provide written verification of their insurer s rating. VERIFICATION OF COVERAGE Consultant shall furnish the Authority with original certificates and amendatory endorsements effecting coverage required by these specifications. The endorsements should conform fully to the requirements. All certificates and endorsements are to be received and approved by the Authority in sufficient time before the agreement commences to permit Consultant to remedy any deficiencies. The Authority reserves
6 the right to require complete, certified copies of all required insurance policies, including endorsements effecting the coverage required by these specifications at any time. SUB-CONTRACTORS Use of sub-contractors must be pre-approved by the Authority. Consultant shall include all sub-contractors as insured s under its policies or shall furnish separate insurance certificates and endorsements for each sub-contractor in a manner and in such time as to permit the Authority to approve them before sub-contractors work begins. All coverage s for sub-contractors shall be subject to all of the requirements stated above. Not withstanding this provision, Consultant shall indemnify the Authority for any claims resulting from the performance or non-performance of the Consultant s subcontractors and/or their failure to be properly insured.
7 SECTION 3 ECONOMIC OPPORTUNITY PLAN Housing Authority th Street, Bakersfield, CA (661) FAX: (661) Date: Name of Bidder/Organization: Address of Bidder: Contact Person: Title: Project Name: Project Address: A. Economic Opportunities for Local Businesses and Lower Income Persons 1. New Employees Will new employees be needed to complete this project? Yes or No A. Preliminary Statement of Workforce Needs 1. Employees you Plan to Use for the Proposed Project: Occupations Total # of Employees Needed to Complete This Project # of Positions Now Filled by Permanent Employees Vacancies to Fill Skilled Trades Semi-skilled Unskilled Labor Trainees/Apprentices Totals
8 B. If Contractor requires new employees for this project, the goal is 30% of new hires will be Section 3 Residents. List below new employees to be hired. (Note: If none to be hired, please state N/A) Trade/Craft # of Total New Hires # of Section 3 Hires Total New Hires = # of hires that are Section 3 residents= 2. Business Concerns to Be Hired Will subcontractor(s) be needed to complete this project? Yes or No If general contractor requires subcontractors for this project, the goal is at least 10% of total dollar amount to be awarded to subcontractors and vendors who install materials on the construction site must be awarded to Section 3 Business Concerns. List Section 3 Business Concerns hired. (Note: If your firm does not plan to hire subcontractors/vendors who install materials on the construction site of this project please state N/A.) A. List subcontractors and vendors who install materials on the construction site you plan to use regardless of contract amount (specify trade, name, license number and phone number). Trade Name License # Phone Section 3? % Of Total Project Cost If your firm plans to hire subcontractors/vendors who install materials on the construction site for this project but were unsuccessful in hiring at least 30% Section 3 Business concerns subsequent to a greatest extent feasible effort, then complete the information below: (Note: Attachment I identifies acceptable methods to demonstrate greatest extent feasible efforts for Section 3 resident and business concerns. At least 50% of these
9 tactics must be documented below to reflect a greatest extent feasible effort by the general contractor, for meeting Section 3 economic opportunity requirements.) 3. Identify efforts, sources and methods of recruitment of Section 3 New Hires (documentation of actual new hires for Section 3 covered project will be required to be submitted with each payment request). 4. List State approved apprenticeship programs to be utilized, if any. 5. List any welfare to job program, such as, the County adopted CalWorks Plan or the Housing Authority of the County of Kern s (HACK) Family Sufficiency Program; or job training programs, such as, the Workforce Investment Act (WIA) through Employers Training Resource (ETR); or low-income job banks, to be utilized, if any. 6. List methods used to recruit contractors/subcontractors or other methods to comply with Section 3 requirements.
10 7. Based on the above noted efforts and methods used by the general contractor these tactics resulted in the following Section 3 accomplishments:
11 RESIDENT EMPLOYMENT/BUSINESS UTILIZATION BIDDERS CERTIFICATION Name of Company: Address: Project Title: Project Number: This is to certify that I have read and understand the resident employment/business utilization requirements that apply to the above cited project, said requirements being known as the Section 3 Clause found in 24 CFR 135 and that the (name of company) is under no contractual restrictions or other disability which would prevent it from complying with said requirements. Signature of Company Officer: Print Name: Title of Officer: Date: Tel Fax TTY th Street, FRNT Bakersfield, CA
12 Exhibit 1 HACK's - Developments & Staff Phone Extensions, th St, Bakersfield, CA Tel: (661) Fax: (661) Project Name Office Address Phone Fax #Rio Vista 18 MacArthur Drive, Bakersfield Monterey St Monterey St., Bakersfield CAL 8-2 Adelante Vista 1104 S. Robinson St., Bakersfield CAL 8-5 Little Village 714 Smith St., Bakersfield CAL 8-6B Little Village 714 Smith St., Bakersfield CAL 8-3 Valle Vista 327 Dover Place, Delano #Rancho Algodon LP 327 Dover Place, Delano CAL 8-20 Homer Harrison 1910 Garces Hwy, Delano USDA Delano Int'l Village 1910 Garces Hwy, Delano #CAL 8-22 Milagro del Valle th St., McFarland #CAL 8-23 Maganda Park 312 So. Austin St., Delano, CA CAL 8-4 Monte Vista 112 Richard Street, Arvin CAL 8-18 Parkview 701 Meyer St., Arvin USDA-Arvin Sun Garden 701 Meyer St., Arvin CAL 8-21 Haciendas del Sol 701 Meyer St., Arvin CAL 8-7 Terra Vista 300 Terra Vista, Shafter USDA-Shafter 300 Terra Vista, Shafter CAL 8-14 Plaza Towers 3015 Wilson Rd., Bakersfield CAL 8-15 Plaza Towers Annex 3015 Wilson Rd., Bakersfield #USDA Casas del Valle 312 So. Austin St., Delano, CA USDA -Ruben Blunt I & II 8505 Sunset Blvd., Bakersfield USDA-Lamont H.R. Olson 7823 Emperor Ave., Lamont Arvin FLC #26 (OMS) 8701 Sunset Bvld., Bakersfield North Shafter FLC #5 (OMS) Central Valley Hwy; Shafter Transitional Housing Center 100 & 102 Plymouth Ave., Bakersfield #USDA/CAL 8-24 Greenfield Homes 403 Boomerang Dr., Bakersfield #Village Congregational Community 112 Richard St., Arvin USDA - Grove Apartments 400 Grove Street, Arvin Quincy Street Apartments 1626 Quincy Street, Delano # ParkPlace Apartments 2250 'R' Street, Bakersfield #Village Park 2300 'R' Street, Bakersfield
13 Apartments Pinewood Glen 2221 S. Real Rd., Bakersfield # Beckes Street Apartments 2650 Spruce Avenue, Wasco Baker Street Village 1015 Baker Street, Bakersfield Residences at Old Town Kern 1006 Baker St., Bakersfield #Park 20th th,Bakersfield, NSP Properties/City 1015 Baker St., Bakersfield NSP Properties/County 500 W. Columbus St. Office - Bakersfield #Residences at West Columbus 500 W. Columbus St. Office - Bakersfield Building Blocks Belle Terrace, Bakersfield #California Gardens 1104 S. Robinson St., Bakersfield # GEAHI SRO- Green Gardens 2300 S. Union Ave., Bakersfield EXECUTIVE DIRECTOR HOUSING MANAGEMENT COMPUTER SUPPORT RESIDENT INITIATIVES 2005 Fax: (661) S. Robinson Tel: Fax: ADMINISTRATIVE ANALYSTS INVESTIGATIONS DEPT Fax: (661) SECTION ADMINISTRATIVE SUPPORT Fax: (661) FSS PROGRAM FACILITIES HOUSING PROGRAMS ADMINISTRATOR MANAGEMENT 24 Fax: (661) COMPLIANCE SPECIALIST FSS PERSONNEL INSPECTORS VEHICLE MAINTENANCE FINANCE APPLICATIONS
14 Fax (661) Fax (661) (TTY) Plus 15 other lines in conference rooms etc
Housing Authority Website Development
REQUEST FOR PROPOSALS for Housing Authority Website Development ATTACHMENTS: Section 3 Economic Opportunity Plan Section 3 Resident Employment/Business Utilization Bidders Certification A. INTRODUCTION
More informationRequest for Quotes Small Purchase (Hourly Rate Pricing) Accounting Services
Request for Quotes Small Purchase (Hourly Rate Pricing) Accounting Services I. Instructions Upland Housing Authority (UHA) is seeking price quotations from qualified individuals or organizations to provide
More informationAGREEMENT 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 informationCALIFORNIA HOUSING FINANCE AGENCY INSURANCE REQUIREMENTS - CONSTRUCTION RISK
CALIFORNIA HOUSING FINANCE AGENCY INSURANCE REQUIREMENTS - CONSTRUCTION RISK Prior to construction loan closing, the Borrower shall procure and maintain, and provide proof of, all required insurance coverage
More informationRequest 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 informationREQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION
Architectural Design Services RFQ October 30, 2015 Shoreline Fire Station & Headquarters Modifications REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION A. Purpose of Request:
More informationSchedule Q (Revised 1/5/15)
Schedule Q (Revised 1/5/15) CONSTRUCTION CONTRACTOR INSURANCE REQUIREMENTS Section 0.0 Introduction of the Owner-Controlled Insurance Program The City of Oakland (City) has implemented an Owner-Controlled
More informationTHIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS
INSURER POLICY No. ENDORSEMENT NO: ISO FORM CG 20 10 11 85 (MODIFIED) COMMERCIAL GENERAL LIAIBILITY THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR
More informationMemorandum of Understanding
Memorandum of Understanding between Name of Company: Owner/Principal: As a Solar Santa Monica Preferred Contractors And the Solar Santa Monica Program of the City of Santa Monica (Last edited July 2, 2015)
More informationInsurance Requirements Professional Services
Insurance Requirements Professional Services A. REQUIRED INSURANCE. Without limiting any of the other obligations or liabilities of the vendor/contractor, the vendor/contractor shall, at their sole expense,
More informationSAMPLE 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 informationEXHIBIT B. Insurance Requirements for Construction Contracts
EXHIBIT B Insurance Requirements for Construction Contracts Contractor shall procure and maintain for the duration of the contract, and for x years thereafter, insurance against claims for injuries to
More informationHow To Work For A City Of Germany Project
CONSULTING SERVICES AGREEMENT This Consulting Services Agreement ( Agreement ) is made and entered into this day of, 2013, by and between the City of Clovis, a Municipal Corporation, hereinafter called
More informationCERTIFICATE OF INSURANCE TO CITY OF NEWARK CALIFORNIA ( the City ) A Municipal Corporation
CERTIFICATE OF INSURANCE TO CALIFORNIA ( the City ) A Municipal Corporation Page 1 of 2 Only this Certificate of Insurance form will be accepted This certifies to the City of Newark that the following
More informationNORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP
NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP Insurance Recommendations for Consultant Contracts For contracts providing professional services by Accountants, Architects, Attorneys, Counselors, Consultants,
More informationEXHIBIT "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 informationREQUEST 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 informationEXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY
EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY Revised: February 23, 2008 EXHIBIT C INSURANCE REQUIREMENTS Without limiting Consultant s indemnification, Consultant shall
More informationREQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES
REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES 1. STATEMENTS OF QUALIFICATIONS REQUESTED The San Bernardino Community College District (District) Facilities
More informationREQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT
REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT The Town of Avon is seeking written responses to a Request for Proposal (RFP) for services of a landscape architect
More information1. Applicants must provide information requested in the section titled Required Information.
Lane County Health & Human Services Strategic Plan Development REQUEST FOR QUOTES Introduction Lane County Health & Human Services is interested in contracting with a consultant to help develop an updated
More informationSECTION 00 73 16 INSURANCE REQUIREMENTS
SECTION 00 73 16 INSURANCE REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES 1.02 Insurance Requirements 1.02 INSURANCE REQUIREMENTS A. The successful Contractor shall procure and maintain for the duration
More informationSERVICE AGREEMENT CONTRACT NO. ARTICLE 1 SCOPE OF SERVICES
SERVICE AGREEMENT CONTRACT NO. THIS AGREEMENT dated 20 between the STOCKTON UNIVERSITY (the "UNIVERSITY") and (Name of Company), with a business address at ("the Service Provider ). 1.1 The Services ARTICLE
More informationCALIFORNIA 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 informationRequest for Proposals WEB-BASED GRANT MANAGEMENT SOFTWARE FOR THE CITY OF MOUNTAIN VIEW S CDBG AND HOME PROGRAMS
COMMUNITY DEVELOPMENT DEPARTMENT NEIGHBORHOOD PRESERVATION DIVISION 500 Castro Street Post Office Box 7540 Mountain View, California 94039 7540 650 903 6379 FAX 650 962 8502 Request for Proposals WEB-BASED
More informationAGREEMENT 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 informationHow 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 informationINSURANCE REQUIREMENTS FOR VENDORS
INSURANCE REQUIREMENTS FOR VENDORS The Contractor/Vendor shall purchase and maintain for the duration of the contract/work insurance against claims for injuries to persons or damages to property which
More informationINSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS
INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS Without limiting CONTRACTOR's indemnification of COUNTY, and in the performance of this Contract and until all of its obligations pursuant to this
More informationExhibit B (Incorporated into Construction Purchase Order Terms and Conditions) CONSTRUCTION CONTRACT INSURANCE REQUIREMENTS
Exhibit B (Incorporated into Construction Purchase Order Terms and Conditions) CONSTRUCTION CONTRACT INSURANCE REQUIREMENTS 1.1. Contractor shall maintain insurance underwritten by solvent insurance companies
More informationATTACHMENT 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-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 informationMenlo 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 informationCOC-Insurance Requirements Page 1 of 9
CITY OF CONCORD INSURANCE AND INDEMNIFICATION REQUIREMENTS (The 1 st two pages provide basic insurance requirements information.) Insurance Required: See below Sample in Contract Limits of Coverage: Additional
More informationOAKLAND 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 informationCITY of DALY CITY INSURANCE REQUIREMENTS
CITY of DALY CITY INSURANCE REQUIREMENTS IMPORTANT NOTE Contractors/Homeowners shall not perform any work, or allow any work to be performed, on behalf of the City or in the City right of way, until the
More informationSidewalk 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 informationRIGHT OF ENTRY RECITALS. A. WHEREAS, CITY owns and operates the Norman Y. Mineta San Jose International Airport ( Airport ); and
RIGHT OF ENTRY This Right of Entry Agreement ( AGREEMENT ) is made this day of, 2015, by and between NAME, [an individual/ a corporation/ a limited liability company/ a partnership] ( ENTRANT ) and the
More informationSTATE 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 informationEXHIBIT A (of Request for Proposal)
EXHIBIT A (of Request for Proposal) INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES This Independent Contractor Agreement for Services ( Agreement ) is made as of, 2016 between the Dublin Unified
More informationCITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION
CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION The City of San Jose is seeking to contract with a law firm or attorney licensed by
More informationAttachment 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 informationINDEPENDENT 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 informationSAMPLE CONTRACT LANGUAGE. 2.0 Terms and Conditions. 2.1 Scope of Services: Contractor will perform the services described in Exhibit A
SAMPLE CONTRACT LANGUAGE 2.0 Terms and Conditions The parties agree to the terms and conditions listed below: 2.1 Scope of Services: Contractor will perform the services described in Exhibit A 2.2 Payments:
More informationIMPORTANT! - 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 informationExhibit 1 to Part 3 Project-Specific Terms
Exhibit 1 to Part 3 Project-Specific Terms (Date of Standard Exhibit 1 to Part 3: May 2014) Part 3 (2013 Lump Sum Agreement Between Department and Design-Builder), Part 4 (2013 General Conditions of Contract
More informationDepartment 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 informationEXHIBIT "A" INSURANCE REQUIREMENTS FOR RIGHT OF ENTRY AGREEMENTS
EXHIBIT "A" INSURANCE REQUIREMENTS FOR RIGHT OF ENTRY AGREEMENTS Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to Property,
More informationINSURANCE 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 informationInsurance Requirements for Contractors (Without Construction Risks)
Insurance Requirements for Contractors (Without Construction Risks) Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to
More informationExhibit D CRANE AUCTION INDEMNIFICATION AND INSURANCE REQUIREMENTS
Exhibit D CRANE AUCTION INDEMNIFICATION AND INSURANCE REQUIREMENTS The insurance requirements below are dependent on the actions to be taken by the successful vendor(s) following the Port of Los Angeles
More informationINDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES
INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES This Independent Contractor Agreement for Services ( Agreement ) is made as of, 2012, between the Culver City Unified School District ("District")
More informationAGREEMENT 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 informationPHILADELPHIA REDEVELOPMENT AUTHORITY ADDENDUM TO OWNER/ARCHITECT AGREEMENT OWNER: ARCHITECT: PROJECT: This Addendum shall amend the Agreement between Architect and Owner executed in connection with certain
More informationArchitectural and Engineering Services Roster (Solicitation # 3266)
REQUEST FOR QUALIFICATIONS for Architectural and Engineering Services Roster (Solicitation # 3266) TABLE OF CONTENTS A. INTRODUCTION... 1 B. SCOPE OF WORK... 3 C. INFORMATION TO BE PROVIDED IN YOUR SOQ...
More informationNew Hanover County. Request for Qualifications. Crime Scene Investigation (CSI) Building Expansion
New Hanover County Request for Qualifications Crime Scene Investigation (CSI) Building Expansion General Information The purpose of this Request for Qualifications is to solicit qualifications from qualified
More informationExhibit C-2 Insurance Terms
Exhibit C-2 Insurance Terms INSURANCE. The insurance requirements specified in this exhibit shall apply to Permittee and any subcontractors, suppliers, temporary workers, independent contractors, leased
More informationREQUEST FOR INTEREST PHASE 2. 2010 11 Reuse of Community Center Facilities
REQUEST FOR INTEREST PHASE 2 2010 11 Reuse of Community Center Facilities November 30, 2010 1. INTRODUCTION The purpose of this second phase Reuse Request for Interest (RFI) is to solicit Partnership Proposals
More informationCeres 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 informationEXHIBIT D. Insurance and Bond Requirements
EXHIBIT D Insurance and Bond Requirements A. General Requirements YMCA shall forward certificates of insurance with the endorsements required below to the City as verification of coverage within 5 calendar
More informationBerkeley Unified School District ROUTING FORM Contract, MOU and Amendment Approval
ROUTING FORM Contract, MOU and Amendment Approval All Independent Contractor Agreement, MOU and Amendment Forms should be routed to Purchasing Department first for tracking. Purchasing will send the documents
More informationCity of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software
City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software RFP GENERAL INFORMATION RFP Notification: Notice is hereby given that proposals will be received by the City of Bellevue,
More informationD3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 007316 INSURANCE REQUIREMENTS
SECTION 007316 INSURANCE REQUIREMENTS PART 1 - INSURANCE REQUIREMENTS 1.01 GENERAL A. Any person, firm or corporation Contractor authorizes to work upon the Property, including any subcontractor, shall
More informationQSP 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 informationWITNESSETH. 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 informationRequest for Proposal. City of Monrovia Case Management, Facilities Management and Work Order Application Replacement
Request for Proposal City of Monrovia Case Management, Facilities Management and Work Order Application Replacement City of Monrovia Information Systems Division January 2, 2014 Responses Due January 27,
More informationREQUEST FOR QUALIFICATIONS PROFESSIONAL ARCHITECTURAL SERVICES
City of McHenry REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL SERVICES FOR THE City of McHenry Aquatics and Recreation Center Page 1 REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL
More informationH. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency.
Insurance Requirements (1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48.
More informationTHE CITY OF KIRKLAND REQUEST FOR PROPOSALS (RFP) Fine Payment Processing by Credit Card Job No. 21-15-KMC
THE CITY OF KIRKLAND REQUEST FOR PROPOSALS (RFP) Fine Payment Processing by Credit Card Job No. 21-15-KMC The City of Kirkland is soliciting proposals from vendors interested in processing credit card
More informationExhibit 1 to Part 3 Project-Specific Terms
Exhibit 1 to Part 3 Project-Specific Terms (Date of Standard Exhibit 1 to Part 3: July 2013) This Exhibit 1 to Part 3 (2013 Lump Sum Design-Build Agreement Between Department and Design-Builder) contains
More informationStephenson 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 informationAttachment A Terms and Conditions
Bidder: BID DELIVERY INSTRUCTIONS FOR STATE PROCUREMENT: BIDDERS ARE HEREBY ADVISED THAT THE U.S. POSTAL SERVICE DOES NOT MAKE DELIVERIES TO OUR PHYSICAL LOCATION: BIDS MAY BE MAILED THROUGH THE U.S. POSTAL
More informationREQUEST FOR PROPOSAL OFFICE OF THE NEVADA ATTORNEY GENERAL GRANTEE- FORECLOSURE RELIEF PROGRAM MAY 20, 2011
REQUEST FOR PROPOSAL OFFICE OF THE NEVADA ATTORNEY GENERAL GRANTEE- FORECLOSURE RELIEF PROGRAM MAY 20, 2011 SCOPE OF WORK: The Office of the Attorney General (AGO) recently received a settlement from Wells
More informationApril 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 informationCharlie Crockett Charlie Crockett, APA Assistant Purchasing Agent
September 12, 2011 Re: 11ITB80101A-CJC-Locum Tenens Positions Staffing Services Dear Bidders: Attached is one (1) copy of Addendum 1, hereby made a part of the above referenced ITB. Except as provided
More informationAGREEMENT WITH FOR PROFESSIONAL CONSULTANT SERVICES FOR
AGREEMENT WITH FOR PROFESSIONAL CONSULTANT SERVICES FOR This Agreement, made and entered into this day of,, by and between the CITY OF SAN MATEO, a municipal corporation existing under the laws of the
More information3/5/2014. 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 informationRFQ # 15-008-10 CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE
RFQ # 15-008-10 CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE I. INTRODUCTION Shelby County Government (the County ), is soliciting services of a qualified election management
More informationCity of Kirkland. Request for Proposal. Property Management Services City of Kirkland Rental Properties. Job # 56-15-FAC
City of Kirkland Request for Proposal Property Management Services City of Kirkland Rental Properties Job # 56-15-FAC Issue Date: September 17, 2015 Due Date: October 1, 2015 REQUEST FOR PROPOSALS The
More informationAlterations to Building Request Form
Alterations to Building Request Form This form is required for all Organizational Housing Facilities that wish to request any changes, updates, or overall alterations to the facility or surrounding area.
More informationPage 1 ARTICLE 7. INSURANCE. Section 7.01 Agreement to Insure
Page 1 Section 7.01 Agreement to Insure ARTICLE 7. INSURANCE The Contractor shall not commence performing services under this Agreement unless and until all insurance required by this Article is in effect,
More informationMansfield Independent School District Business Procedures Manual Section 7 Risk Management
Mansfield Independent School District Business Procedures Manual Section 7 Risk Management 7. INSURANCE REQUIREMENT INFORMATION 7.1. Facility Rentals 7.1.1. This category applies to any individual or organization
More informationSTATE 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**If this is an agreement between the City and an individual or business entity providing DESIGN SERVICES, use Form MVF 00-05.**
**If this is an agreement between the City and an individual or business entity providing DESIGN SERVICES, use Form MVF 00-05.** **OPERATOR** Do a global search and replace the word *NAME* with CONTRACTOR,
More informationAGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER (Small Projects-Construction Costs Generally Under $100,000)
AISD PROJECT NO. PROJECT TITLE AND ADDRESS: AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER (Small Projects-Construction Costs Generally Under $100,000) This Agreement ( Agreement ) is made as of the day
More informationItems 1-7 above shall not be subject to any of the following limiting or exclusionary endorsements:
Page 1 of 5 Supplier's Insurance. Before commencing the Work, and as a condition of any payment due under this Subcontract, Supplier shall, at its own expense, procure and maintain insurance on all of
More informationINDEPENDENT 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 informationCITY 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 informationState of New Jersey New Jersey Public Broadcasting System New Jersey Network Standard Terms and Conditions
1. STANDARD TERMS AND CONDITIONS APPLICABLE TO THE CONTRACT: Unless the bidder is specifically instructed otherwise in the Request for Proposals (RFP), the following terms and conditions shall apply to
More informationFUNDING AGREEMENT BETWEEN THE SOUTH BAY CITIES COUNCIL OF GOVERNMENTS AND THE LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY
FUNDING AGREEMENT BETWEEN THE SOUTH BAY CITIES COUNCIL OF GOVERNMENTS AND THE LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY This Funding Agreement (the Agreement ) is entered into with an effective
More informationInsurance & Bonding Requirements. Eastside Trail Extension
Eastside Trail Extension A. Preamble The following requirements apply to all work under the Agreement. Compliance is required by all Bidder/Contractors. To the extent permitted by applicable law, (ABI)
More informationKALEIDA HEALTH INSURANCE REQUIREMENTS SERVICE PROVIDERS. Bodily Injury and Property Damage Limit occurrence. General Aggregate $2,000,000
1. INSURANCE TO BE MAINTAINED BY VENDOR/SERVICE PROVIDER Prior to providing products/equipment and/or services under this Agreement, Vendor/Service Provider, at its own cost and expense, shall procure
More informationInvitation for Bid. For. Bank Courier Services
Invitation for Bid For Bank Courier Services Solicitation # 2015 BC Sealed bids are due March 23, 2015 Manatee County Rural Health Services Administration Attn: Sam Love, Procurement Manager 700 8 th Avenue
More informationGENERAL INSTRUCTIONS AND REQUIREMENTS
CHICAGO TRANSIT AUTHORITY INSURANCE AND BOND REQUIREMENTS [FOR CONSTRUCTION RELATED CONTRACTS rev. 12/04/02] REQUISITION NUMBER: SPECIFICATION NUMBER CTA: PART I. GENERAL INSTRUCTIONS AND REQUIREMENTS
More informationNORTH COUNTY TRANSIT DISTRICT
NORTH COUNTY TRANSIT DISTRICT 810 Mission Avenue Oceanside, CA 92054 CONTRACTS & PROCUREMENT DEPARTMENT NORTH COUNTY TRANSIT DISTRICT CONTRACTS & PROCUREMENT DEPARTMENT 1. CONTACT INFORMATION Larry Frum
More informationLIVINGSTON COUNTY, MICHIGAN REQUEST FOR PROPOSAL Web/IVR Based Self-Service Employee Benefits System RFP # LC-07-02
LIVINGSTON COUNTY, MICHIGAN REQUEST FOR PROPOSAL Web/IVR Based Self-Service Employee Benefits System RFP # LC-07-02 1. INTRODUCTION & GENERAL INFORMATION Livingston County Purchasing is requesting sealed
More informationNew York's Real Estate Law - Requirements For the District
DATE: NOVEMBER 13, 2012 REQUEST FOR PROPOSAL RFP NUMBER: RDP12-024 RFP NAME: PROPOSALS WILL BE RECEIVED UNTIL 11:00 A.M. NOVEMBER 30, 2012 Proposal documents can be downloaded from the Long Island Bid
More informationHURRICANE 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 informationCommunity Development Block Grant-Disaster Recovery - Section 3 Package for Contractors
Community Development Block Grant-Disaster Recovery - Section 3 Package for Contractors What is Section 3? Your contract is being funded by Federal Community Development Block Grant Program (CDBG-DR) funds
More informationThe 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