REQUEST FOR SEALED PROPOSAL POWER ELDCCS. ADVERTISEMENT for ELECTRIC LINE DISTRIBUTION CONSTRUCTION CONTRACTOR SERVICES

Size: px
Start display at page:

Download "REQUEST FOR SEALED PROPOSAL POWER 062514 - ELDCCS. ADVERTISEMENT for ELECTRIC LINE DISTRIBUTION CONSTRUCTION CONTRACTOR SERVICES"

Transcription

1 REQUEST FOR SEALED PROPOSAL POWER ELDCCS ADVERTISEMENT for ELECTRIC LINE DISTRIBUTION CONSTRUCTION CONTRACTOR SERVICES The City of College Park is accepting Sealed Bids from qualified vendors for Electric Line Distribution Construction Contractor Services. Sealed bids will be received no later than Wednesday, June 25, 2014 at 3:00 p.m. at the City of College Park Purchasing Department, 3667 Main Street, College Park Georgia, at which time they will be opened and publicly read aloud. Bids received after the above date and time, or in any other location other than the Purchasing Department will not be considered. A bid packet may be obtained from the City of College Park Purchasing Department, 3667 Main Street, College Park, Georgia 30337, or from This will be an annual contract for the period of July 1, 2014 through June 30, All bidders must be certified to operate on the Georgia ITS, provide documentation that the company has been actively performing in the business for a minimum of the most recent sixty (60) months from date of this advertisement and provide customer references, provide proof of insurance meeting City requirements, able to meet other requirements as specified in the RFP document. No Pre-Bid Meeting will be held. Questions will be accepted until COB (Close of business = 5:00pm) June 4, 2014 via ONLY to bgregory@collegeparkga.com. An Addendum listing all Q&A and clarifications will be posted on the City s website by COB June 11. Any/all addenda must be signed and dated and made a part of bid packet. It is always the vendor s responsibility to check the City s website for any/all addenda. The City of College Park reserves the right to reject any or all bids based on past performance and to waive technicalities and informalities and re-advertise. All Minority, Woman and Small Businesses are strongly encouraged to apply. Only responsive bids that are determined to meet the requirements and criteria set forth by the City of College Park will be considered. 1

2 CITY OF COLLEGE PARK PURCHASING DEPARTMENT GENERAL INSTRUCTION TO BIDDER 1. The following instructions are to be considered an integral part of this proposal. Unless otherwise requested, the original and one (1) copy of the bid form need be submitted and MUST BE TYPEWRITTEN OR PRINTED IN INK. The person signing the bid form must initial any changes or corrections made to this proposal. 2. The person, firm or corporation making the proposal shall submit their bid in the YELLOW ENVELOPE provided with this proposal. The envelope must be complete with the vendor s company name, bid title, bid number and bid date. Should a larger envelope be required, the YELLOW ENVELOPE must be attached to the OUTSIDE. No proposal may be withdrawn or modified in any way after the bid-opening deadline. NOTE: BID DOCUMENTS DOWNLOADED FROM THE COLLEGE PARK WEBSITE MAY USE THE ATTACHED MAILING LABEL TO SUBMIT YOUR BID. SEE PAGE FOUR (4) FOR LABEL. Please provide the original and one (1) copy of a proposal unless otherwise stated in the documents. 3. If descriptive literature is attached to the bid, bidder s name must appear on all sheets. 4. If there is any question whatsoever regarding any portion of the instructions or specifications, it shall be the bidder s responsibility to seek clarification immediately from the City of College Park Purchasing Department during the question period of time stated herein. IT SHALL BE THE BIDDER S RESPONSIBILITY TO CHECK THE CITY S WEB SITE ( FOR ANY/ALL ADDENDA. Answer(s) to all questions will be answered after the deadline for questions has expired, and posted on the City s web site, if applicable. 5. Any variation from the specifications must be clearly stated by the bidder in writing and submitted with his/her proposal. 6. The apparent silence of the specifications and any supplement specifications as to any details or the omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail and that only materials of first quality and correct type, size and design are to be used. All workmanship is to be of first quality. All interpretations of this specification shall be made upon the basis of this statement. 7. The following bid shall be awarded to one responsible bidder on a total lump sum price basis. An award shall be made to one vendor for the total bid. Unit prices and extensions will be verified and total checked. Unit price extension and net total must be shown. Unit price SHALL prevail. 2

3 8. In most cases, bids shall be evaluated on the following items, but not necessarily in this order: A. Price B. Delivery (If Applicable To Scope of Work) C. Adherence to specifications D. Past record of vendors delivery/performance to the City Of College Park Though delivery will be a large consideration, please be as candid and as accurate with dates as possible. 9. The City desires delivery of the material or services specified at the earliest possible time after the date of award. Unreasonable delivery proposal may be cause for disqualifying a bid. Each bidder shall state a definite time and avoid using terms ASAP or approximately so many days. 10. The bidder or contractor shall provide copies of Workers Compensation Insurance with a limit of not less than required by the State of Georgia or otherwise stated in the bid instructions. Copy of Commercial General Liability Insurance shall be provided. (If Applicable) 11. All prices shall be for delivery, our destination, and F.O.B. freight prepaid and allows, College Park, Georgia unless otherwise shown. (If Applicable) 12. No Federal or State Sales Tax is applicable. The Federal tax identification number is The City is State tax-exempt under the code of Georgia, Charter Cash discounts or end of month terms should be shown separately, even if terms are net. 14. The City of College Park reserves the right to accept or reject any and all bids, due to past performance, etc. and waive any informality. The City will accept or reject all bids within 90 days from the date of the bid opening. THE UNDERSIGNED ON THE BID PROPOSAL CERTIFIES THAT HE/SHE HAS CAREFULLY EXAMINED THE INSTRUCTIONS TO BIDDERS, TERMS AND SPECIFICATIONS APPLICABLE TO AND MADE A PART OF THIS PROPOSAL. HE/SHE FURTHER CERTIFIES THAT THE PRICES SHOWN IN THE SCHEDULE OF ITEMS ON WHICH HE/SHE IS BIDDING, ARE IN ACCORDANCE WITH THE CONDITIONS, TERMS AND SPECIFICATIONS OF THE PROPOSAL AND THAT ANY EXECPTION TAKEN THERETO MAY DISQUALIFY THE BID. SIGNATURE: DATE: 3

4 4

5 CITY OF COLLEGE PARK PURCHASING DEPARTMENT REFERENCE: RFP - POWER ELDCCS SHOW ALL EXCEPTIONS AND COMMENTS BELOW: SIGNATURE: DATE: 5

6 City of College Park Purchasing Department Vendor Questionnaire The City of College Park Purchasing Department is seeking vendor information to create a database of current and new businesses doing business with the City of College Park. We ask that all vendors take this time to provide the following information so that we can update our records and develop a process to benefit the needs of the community. The information collected from this questionnaire will not be used in the award of bids. The City will continue to utilize a fair, equitable and impartial process and award bids based upon the lowest, responsible bidder. Vendor Name Vendor Type Vendor Address City/State Telephone Number Zip Alternate Telephone Number A Minority Business Enterprise (MBE) is a business which is an independent and continuing operation for profit, performing a commercially useful function which is owned and/or controlled by one or more minority group member. Owned is a minority or female owner which possesses an ownership interest of a least 51 percent of the business. Controlled is a minority or female which possess and exercise the legal authority and power to manage business assets, good will and daily operations of the business and actively and continuously exercise such managerial authority and power in determining the policies an directing the operations of the business. VENDOR HAS INDICATED AS: Is vendor company minority-owned? YES or NO. If YES, please specify how listed below: African American Business Enterprise (AABE) Hispanic Business Enterprise (HBE) Female Business Enterprise (FBE) Asian Business Enterprise (ABE) Native American Business Enterprise (NABE) Other: If yes, is the firm certified as such by any Federal, State or Local Governing authority? If so, please provide appropriate documentation showing such certification. Signature (of contact person with company) Name (print) Date Title Thank you for your cooperation. THIS FORM MUST BE COMPLETED AND SIGNED AND MADE A PART OF BID PACKET. 6

7 CONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned contractor/ subcontractor/ sub-subcontractor who is engaged in the physical performance of services under a City of College Park contract verifies its compliance with The Georgia Illegal Immigration Reform and Enforcement Act of 2011 that they are enrolled in and use E-Verify or, in the case of a contractor/ subcontractor/ subsubcontractor who has no employees and does not intend to hire employees during the term of the contract, will provide a copy of a state-issued driver s license or ID Card issued by a U.S. state that will verify lawful immigration status. E-Verify User Identification Number E-Verify Date of Authorization Name of Contract/Project Name of Contractor/ Subcontractor/ Sub-subcontractor (Circle one) Name of Authorized Officer Signature of Authorized Officer SUBSCRIBED TO AND SWORN BEFORE ME ON THIS THE DAY OF, 20. Notary Public My commission expires on: 7

8 RFP DOCUMENT REQUIREMENTS & CHECKLIST PLEASE COMPLETE, SIGN AND SUBMIT THE FOLLOWING BID/RFP DOCUMENTS IN THE ORDER LISTED BELOW. The proposal shall be submitted using forms included in RFP document. 1.Section V, Fee Schedule, including page 24 2.Georgia ITS certification documentation 3.RFP Document Requirements & Checklist completed, signed and dated 4.Four (4) signature pages signed AND witnessed by authorized company personnel 5.Bid Bond (10%) 6.Exceptions Sheet 7.Vendor Questionnaire 8.Contractor Affidavit 9.Proofs of Insurance (insurance requirements must be met before execution of contract) 10.List of Subcontractors 11.Reference Request pages 12.Any/All Addenda must be signed and dated and made a part of bid packet 13.Successful bidder acknowledges requirement to provide Performance and Payment Bond before execution of contract. Is the vendor located in College Park? Has the vendor previously conducted business with College Park? Has your company ever been debarred from doing business with any federal, state or local agency? If yes, please provide details (on back) including agency name, date and reason for debarment. Vendor or Representative Signature Date Late proposals will not be accepted. Faxed or ed proposals will not be accepted.city of College Park is not responsible for submissions not properly identified, nor for late or undelivered mail or courier service. 8

9 INSURANCE REQUIREMENTS Within ten (10) days of Notice of Award, and at all times that this Contract is in force, the Contractor shall obtain, maintain and furnish the City Certificates of Insurance from licensed companies doing business in the State of Georgia and acceptable to the City covering: 1. Worker s Compensation Insurance 2. Comprehensive General Liability Insurance 3. Automobile Liability 4. Umbrella Liability Insurance Copies of these Certificates of Insurance shall be furnished to the City prior to execution of the contract. Such policies shall be non-cancellable except on thirty (30) days written notice to the City. IMPORTANT EVENT DATES AND TIMES FOR THIS RFP: RFP release/advertisement Week of May 19, 2014 No Pre-Bid Meeting will be held. No Pre-Bid Meeting will be held. Last day for questions via Close of business June 4, 2014 Addendum posted on City website COB June 11, 2014 Bid Opening June 25, 2014, 3:00pm 9

10 LIST OF SUBCONTRACTORS I do / do not propose to subcontract some of the work on this project. I propose to Subcontract work to the following subcontractors: SUBCONTRACTOR WORK TO BE PERFORMED % OF THE WORK Company Name: PLEASE NOTE: THE CITY OF COLLEGE PARK REQUIRES 51% PARTICIPATION BY THE PRIME CONTRACTOR ON ALL PROJECTS. 10

11 REFERENCE REQUEST REFERENCES: The following references are from current and past government, educational and/or commercial accounts of similar size and scope. This list includes a minimum of five (5) references and does not include the City of College Park, or any City of College Park employee as a reference. REFERENCE # 1: Name of Entity/Firm: Mailing Address: City/State/Zip Code: Contact Person Name: Contact Person Telephone Number: Date When Work Performed: Description of Work Performed: REFERENCE # 2: Name of Entity/Firm: Mailing Address: City/State/Zip Code: Contact Person Name: Contact Person Telephone Number: Date When Work Performed: Description of Work Performed: 11

12 REFERENCE # 3 Name of Entity/Firm: Mailing Address: City/State/Zip Code: Contact Person Name: Contact Person Telephone Number: Date When Work Performed: Description of Work Performed: REFERENCE # 4 Name of Entity/Firm: Mailing Address: City/State/Zip Code: Contact Person Name: Contact Person Telephone Number: Date When Work Performed: Description of Work Performed: 12

13 REFERENCE # 5 Name of Entity/Firm: Mailing Address: City/State/Zip Code: Contact Person Name: Contact Person Telephone Number: Date When Work Performed: Description of Work Performed: By signing below, I certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for same materials, supplies or equipment, and is in all respects fair and without collusion or fraud. I understand that collusive bidding is a violation of State and Federal law and can result in fines, prison sentences, and civil damage awards. I agree to abide by all conditions of this bid, and certify that I am authorized to sign this bid for the bidder. (Name of Company) (Contact Name) (Phone Number) (Fax Number) ( Address) (Signature) (Print Name) 13

14 TO: FROM: PROSPECTIVE ELECTRIC UTILITY CONTRACTORS COLLEGE PARK POWER (CITY OF COLLEGE PARK, GEORGIA) DATE: MAY 20, 2014 SUBJECT: RFP FOR ANNUAL ELECTRIC LINE DISTRIBUTION CONTRACTOR The City of College Park, Georgia, operates an electrical distribution system, the majority of which is KV with limited 25 KV serving specific customers. This system is made up of overhead and underground distribution lines totaling approximately 220 miles. The City has a compliment of electric system operating personnel to perform normal operating, maintenance and limited construction work on the system. However, College Park has need of a contract arrangement to supplement that work force on a project need basis. Therefore, College Park Power request proposals for evaluation for labor and equipment to provide that service. For all major projects that have adequate notice, a detailed set of engineering plans is prepared and released to construction. In some cases projects may move very quickly from announcement to need of electric service. This has created a need for a full service line contractor capable of providing both overhead and underground line construction services as well as substation low side construction and maintenance. Examples of substation low side work would be breaker or regulator replacement, and other standard line maintenance items such as switch, lightning arrestor, etc., replacement. The desired services included but are not limited to taking design plans and installing facilities, to taking direct onsite instruction and supervision to construct and install the required facilities. In general, electrical construction material will be provided by the City. Occasionally the Contractor may be asked to furnish some material for expediency. In those cases where the contractor is asked to furnish materials, the Contractor will be reimbursed by the City in the form of normal invoice submittals (see RFP Exhibit B, Section V, Fee Schedule, Material, for additional information). The successful bidder must be able to provide satisfactory evidence that they are currently performing these services and have been successfully doing so over the most recent 60 months from date of this solicitation. The specific services requested are defined in the following three documents. The first is the Contract Document. Next is Exhibit A, which is the Insurance requirement. Third is Exhibit B, the RFP, which contains the Service Requirement detail. Your response to this request is appreciated. Sincerely, Greg Piccione, Line Superintendent, College Park Power 14

15 STATE OF GEORGIA COUNTY OF FULTON AGREEMENT FOR PROVISION OF ONGOING SERVICES This Agreement made and entered into this day of 2014, between the City of College Park, Georgia (hereinafter "the City") and, (hereinafter the Contractor), witnesseth: WHEREAS, the City is contracting with the Contractor to provide the services described below for the term specified herein; NOW THEREFORE, the parties agree as follows: 1. DESCRIPTION OF SERVICES: the Contractor shall provide the following services on an as needed basis as requested by the City: See Request for Proposal attached to this Contract as Exhibit B and hereby incorporated into this Contract. 2. COSTS: Upon completion of each individual construction project, the City shall pay and the Contractor shall receive the prices stipulated in the Request for Proposal (Exhibit B) hereto attached as full compensation for everything furnished by the Contractor, relative to the above described services, which prices shall be paid in the manner and under the terms specified by the City. The Contractor agrees to be reimbursed on a monthly basis per the price or prices listed in the Request for Proposal, with the understanding that the City guarantees no maximum or minimum quantity of work. 3. TERM OF AGREEMENT: The term of this Agreement shall commence on the first day of July, The Agreement shall remain in effect until June 30, RENEWAL PROVISIONS: This agreement contains no renewal agreement. The terms of this Agreement are outlined in paragraph 3 above and described in the Request for Proposal, Section I Services Required, paragraph INITIATION OF INDIVIDUAL PROJECTS: Each individual construction project shall begin with a Task Order as described in the Request for Proposal (Exhibit B) and incorporated into the terms hereby agreed to. The Contractor agrees to the terms and conditions contained in Task Order; however, in the event of a conflict between the terms of this Agreement and the terms of the Task Order, the terms of this Agreement shall control. 6. CONTRACTOR S AFFIDAVIT: The Contractor, as a condition of final payment, shall issue an affidavit attesting that Contractor has paid in full all subcontractors and materialmen utilized by Contractor in the performance of this Agreement for services rendered and/or goods provided by said subcontractors and material men. 15

16 7. WARRANTY ON SERVICES: The Contractor warrants its workmanship to be free from defects as follows: As set forth in the Request for Proposal (Exhibit B) The Contractor further warrants that its workmanship will conform to all specifications and will perform as specified. Upon receipt of written notice of a defect in workmanship, the Contractor shall repair the defect in a timely manner at no expense to the City. 8. RISK MANAGEMENT REQUIREMENTS: The Contractor shall abide by the City s applicable Risk Management Requirements, attached to this Contract as Exhibit A and hereby incorporated into this Contract. 9. HOLD HARMLESS AGREEMENT: To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the City, and its employees from and against claims, damages, losses and expenses, including but not limited to attorneys fees, arising out of or resulting from performance of this Agreement, provided that such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the performance of the Agreement itself) including loss of use resulting thereof, but only to the extent caused in whole or in part by negligent acts or omissions of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or reduce other rights or obligations of indemnity, which would otherwise exist as to a party or person described in the paragraph. In claims against any person or entity indemnified under this paragraph by an employee of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under this paragraph shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the Contractor or any Subcontractor under worker s or workmen s compensation acts, disability benefit acts or other employee benefit acts. 10. DEFAULT PROVISIONS: In the event that the Contractor defaults, the parties agree that the City may procure the above described services from an alternative source. A default by the Contractor shall occur in the event the Contractor: 1) fails to perform reasonably or in accordance with the terms of this Agreement; 2) fails to provide services of a reasonable quality; 3) fails to perform within a reasonable time; 4) fails to adhere to the insurance requirements listed in the Risk Management Requirements. 11. ATTORNEY S FEES: The Contractor shall pay reasonable attorney's fees to the City should the City be required to incur attorney's fees in enforcing the provisions of this Contract or in the collection of any monies herein required to be paid by the Contractor to the City. 16

17 12. WORK ON THE CITY S DESIGNATED PREMISES: In the event that the Contractor, the Contractor's employees or agents or the Contractor's subcontractors enter the City's designated premises, which includes any job site and travel to and from such job site, for any reason in connection with this Agreement, the Contractor and such other parties shall observe all security requirements and all plant safety, plant protection, and traffic regulations. The Contractor shall defend, indemnify, and hold the City harmless from all claims, actions, demands, loss, and causes of action, arising from injury, including death, to any person, or damage to any property, when such injury or damage results in whole or in part from the acts or omissions of the Contractor, the Contractor's employees or agents or the Contractor s subcontractors, save and except damage caused by the sole negligence of the City. The Contractor, and any subcontractor used by the Contractor in connection with this Agreement, shall carry Workmen's Compensation and Employees' Liability Insurance to cover the Contractor's and any subcontractor's legal liability on account of accidents to their employees. The Contractor and any subcontractor shall carry adequate Comprehensive General Liability and adequate Comprehensive Automobile Liability Insurance covering accidents to their employees. The Contractor and any subcontractor shall carry adequate Comprehensive General Liability and adequate Comprehensive Automobile Liability Insurance covering legal liability of the Contractor and any subcontractor on account of accidents arising out of the operations of the Contractor or any subcontractor and resulting in bodily injury, including death, being sustained by any person or persons, or in any damage to property. At the City's request, the Contractor shall furnish to the City certificates from the Contractor's insurers showing such coverage in effect and agreeing to give the City ten (10) days' prior written notice of cancellation of the coverage. IN WITNESS WHEREOF this date, said parties have hereunto set their seals the day and year above first written. Executed on behalf of: ATTEST: DATE: CITY OF COLLEGE PARK, GEORGIA BY: TITLE: THECONTRACTOR: BY: TITLE: ATTEST: DATE: 17

18 EXHIBIT A CITY OF COLLEGE PARK, GEORGIA RISK MANAGEMENT REQUIREMENTS CONTRACTS FOR MORE THAN $100,000 A. For public works contracts, surety performance and payment bonds each in the amount of at least the total amount payable by the terms of the contract. B. Insurance Required (only if Contractor or any agent or employee of Contractor will be: driving a vehicle during the performance of the contract; acting on behalf of the City; or performing any part of the contract on the premises of the City) 1. Workers Compensation Workers Compensation coverage on a statutory basis for the State of Georgia with an Employer s Liability limit of $1,000,000. The increased Employer s Liability limit may be provided by an Umbrella or Excess Liability policy. 2. Automobile Liability Automobile liability coverage for owned, hired, and non-owned vehicles in the amount of $1,000,000 combined single limit. 3. Commercial General Liability Coverage to be provided on occurrence not claims made basis. The coverage is to include Contractual liability, Per Project Limit of Liability, losses caused by Explosion, Collapse and Underground ( XCU ) perils, the City of College Park, Georgia is to be added as an Additional Insured and Products and Completed Operations coverage is to be maintained for three (3) years following completion of work. LIMITS OF LIABILITY $1,000,000 Per Occurrence $1,000,000 Personal and Advertising $ 50,000 Fire Damage* $ 5,000 Medical Payments* $1,000,000 General Aggregate $1,000,000 Products/Completed Operations per Occurrence and Aggregate *These are automatic minimums. 4. Umbrella and/or Excess Liability The umbrella or Excess Liability Policy may be used to combine with underlying policies to obtain the limits required. The Management of the City may elect to require higher limits. 5. Owners Protective Liability The City Management may in its discretion require Owners Protective Liability in some situations. 18

19 CONTRACTS FOR UP TO $100,000 A. For public works contracts, surety performance and payment bonds in the City s discretion where the contract amount is greater than $20, B. Insurance Required (only if Contractor or any agent or employee of Contractor will be: driving a vehicle during the performance of the contract; acting on behalf of the City; or performing any part of the contract on the premises of the City) 1. Workers Compensation Workers Compensation coverage on a statutory basis for the State of Georgia with an Employers Liability limits of $100,000 each Accident, Disease $100,000 each employee, $500,000 Disease policy limit. 2. Automobile Liability Automobile liability coverage for owned, hired, and non- owned vehicles in the amount of $500,000 combined single limit. 3. Commercial General Liability Coverage to be provided on occurrence not claims made basis. The coverage is to include Contractual liability, Per Project Limit of Liability, losses caused by Explosion, Collapse and Underground ( xcu ) perils, the City of College Park, Georgia is to be added as an Additional Insured and Products and Completed Operations coverage is to be maintained for three (3) years following completion of work. LIMITS OF LIABILITY $1,000,000 Per Occurrence $1,000,000 Personal and Advertising $ 50,000 Fire Damage* $ 5,000 Medical Payments* $1,000,000 General Aggregate $1,000,000 Products/Completed Operations per Occurrence and Aggregate *These are automatic minimums. 4. Owners Protective Liability The City Management may in its discretion require Owners Protective Liability in some situations. 19

20 Before the start of any work, the Contractor shall furnish to the City: A. Certificates of Insurance manifesting that the applicable above mentioned requirements have been met, all certificates to contain: 1. The name of the Insurance Company 2. Policy Number 3. Policy inception and expiration dates 4. Name and address of insured 5. Name and address of agent 6. Limits of liability 7. Type of insurance coverage 8. Any amendment that expands or reduces standard Insurance Service Office (ISO) policy coverage 9. Statement that the policy applies to the project number or job concerned 10. Attach copy of Endorsement that shows that each of the policies have been amended to provide thirty (30) days notice to certificate holders prior to termination or nonrenewal and that the General Liability Policy has been endorsed to show certificate holder as additional insured. B. An endorsement incorporating the Hold Harmless Agreement assumed by the Contractor under the terms of this Contract; The Contractor shall be wholly responsible for securing Certificates of Insurance coverage as set forth above from all Subcontractors who are engaged in this work. 20

21 EXHIBIT B SECTION I SERVICES REQUIRED The service capabilities required are for projects that include overhead and underground line construction services, as well as substation low side construction and maintenance. Examples of substation low side work would be breaker or regulator replacement, and other standard line maintenance items such as switch, lightning arrestor, etc replacement. Projects may vary in scope from small maintenance jobs requiring 1 5 days to complete, to major construction projects requiring several weeks to several months to complete. These projects may include any or all construction types from simple overhead or direct bury underground construction, to complex multi-circuit overhead and/or concrete encased duct system underground construction. Generally, a minimum of one week notice, more on larger projects, will be given between a specific request for services and expected start times. The specific request for services will include the definition of the scope of work for the project, including drawings and plans when available, as well as a desired project schedule. The Contractor will define the personnel and equipment required to meet the desired completion schedule, subject to review and approval by the City. Upon agreement, a start time will be defined for the work to begin. When possible, the City will schedule multiple assignments to be continuous to minimize crew movement. However, there will be times when the schedule of work does not allow continuity between assignments. No minimum or maximum quantity of work is guaranteed or implied by the City. The City reserves the right to request additional personnel and equipment for any task or to reduce the personnel and equipment assigned to a work task with reasonable notice to the Contractor. Such added or reduced personnel and equipment will be billed hourly as defined in the fee schedule. The work assignments will occur in individual Task Orders, which will be on an hourly basis or by mutually agreed upon lump sum amounts for each Task Order. While working on an hourly basis, the City reserves the right to change assignments between Orders as needed to meet project schedules. The period to be covered by this agreement shall be the 12 - month period from a date on or after July 01, 2014 through June 30, For any projects on which significant work has been started by the contractor and not completed prior to the end of the contract period, a contract extension may be granted where the City and the Contractor agree that the prices and conditions covered under the current contract shall remain in force covering the period required to complete the projects in question. SECTION II CONTRACT With the Proposal, the Contractor shall submit four copies of the attached Contract with original signature to cover the defined services, executed by an authorized person for the Contractor and ready for selection and execution by the City. The attached Contract Form will become the basis for the final agreement, subject to legal review and final agreement on the terms of the Contract. 21

22 SECTION III TASK ORDERS A Task Order can be as simple as a verbal assignment to the Contractor s assigned person in charge or as formal as a written agreement with defined work scope and other arrangements defined by that agreement. Each Task Order generally has a specific project name or number that must be used for billing and cost accounting purposes. SECTION IV COST BASIS Proposals will be evaluated on the basis of the City s estimated crew and equipment sizes and types for anticipated Tasks and the cost to the City for the services provided. To provide equal evaluation, the following terms are to be included in the general terms of the proposed contract. When the contractor is actively engaged in work for the City 1. A show up or daily start location will be assigned and agreed to at the start of each Task Order. Time for charges will start each day at the agreed time from that location. When possible, the City will provide a mutually agreed upon site for the Show-up area that is close to the site of the Task Order; 2. Each workday will be either eight (8) or ten (10) hours as mutually agreed per Task Order, and once agreed upon, that workday length will not change without mutual agreement; 3. In the event of inclement weather, there will be a two (2) hour show up charge for all labor and equipment assigned to the Task Order; 4. Unless specifically agreed by the Contractor and the City, each workweek will consist of forty (40) hours; premium pay and its definition shall be provided by the contractor; premium pay is not authorized, shall not be used and will not be paid by the City unless agreed to in advance by an authorized City representative; 5. For any Contractor provided material that is intended to become integrated into the final work product, the Contractor shall invoice for the actual cost of that material not provided by the City plus a fee as shown in the FEE SCHEDULE for handling; 6. All work, and all equipment provided during the term of the Contract shall comply with all local, state, and Federal safety rules that apply to the work being performed. 22

23 EXHIBIT B (cont d) SECTION V FEE SCHEDULE Any Task Order may require personnel and equipment outside the defined list. The necessity to use such personnel and equipment, and the associated cost shall be provided to the City prior to assignment for approval by the City. The following list defines the most common list of labor classifications and equipment anticipated by the Labor and Equipment Contract. This form is for definition of the general classifications desired, and each Contractor should substitute the appropriate names and classifications and grades that apply to that Contractor s proposed Fee Schedule. All fee schedules must include all anticipated classifications that will be billed such as crew leaders, general supervisors, etc. PERSONNEL 1. Working Foreman $ per hour 2. Cable splicer $ per hour 3. 1st Class Lineman $ per hour 4. Lineman II $ per hour 5. Lineman III $ per hour 6. Lineman Trainee (Apprentice) $ per hour 7. Apprentice II $ per hour 8. Apprentice III $ per hour 9. Equipment Operator $ per hour 10. Ground man $ per hour 11. Other $ per hour EQUIPMENT The Contractor shall furnish without additional cost all non-powered tools and equipment as needed to complete the Task Order. 1. Pickup Truck $ per hour 2. Service Truck $ per hour 3. Line Truck $ per hour 4. Knuckle Boom Truck $ per hour 5. Pole/Material Trailer $ per hour 6. Wire Reel & Tensioner Unit $ per hour 7. Bucket Truck (48 52 Reach) $ per hour 8. Bucket Truck (65 Reach) $ per hour 9. Rubber Tired Backhoe $ per hour 10. Track Mounted Excavator $ per hour 11. Dump Truck $ per hour 12. Self Powered Walk Behind Compactor $ per hour 13. Gasoline Powered Water Pumps $ per hour 14. Generators $ per hour 15. Vault monitors and ventilation equipment $ per hour 16. Directional Bore Equipment-Single 2 Conduit $ per hour 17. Directional Bore Equipment-Multiple 2 Conduits $ per hour 18. Directional Bore Equipment-Single 4 Conduit $ per hour 19. Directional Bore Equipment-Multiple 4 Conduits $ per hour 20. Directional Bore Equipment-Single 6 Conduit $ per hour 21. Directional Bore Equipment-Multiple 6 Conduits $ per hour 22. Mud-Vac $ per hour 23. Other $ per hour 23

24 MATERIAL The Contractor shall supply all general and consumable material and products not incorporated into the final installation. This shall include all rubber goods, fuel, rags, towels, and hand tools. All site specific material or tools required that are not provided by the City shall be invoiced at actual cost plus % for handling. END OF RFP DOCUMENT 24

RFP SW - 032916 SWP. ADVERTISEMENT for SURVEYING and CIVIL ENGINEERING SERVICES for STORM WATER IMPROVEMENT PROJECTS

RFP SW - 032916 SWP. ADVERTISEMENT for SURVEYING and CIVIL ENGINEERING SERVICES for STORM WATER IMPROVEMENT PROJECTS RFP SW - 032916 SWP ADVERTISEMENT for SURVEYING and CIVIL ENGINEERING SERVICES for STORM WATER IMPROVEMENT PROJECTS The City of College Park is accepting Sealed Proposals from qualified civil engineering

More information

RFP FIN - 050115 DCS. ADVERTISEMENT for PROFESSIONAL DEBT COLLECTION SERVICES. for the

RFP FIN - 050115 DCS. ADVERTISEMENT for PROFESSIONAL DEBT COLLECTION SERVICES. for the RFP FIN - 050115 DCS ADVERTISEMENT for PROFESSIONAL DEBT COLLECTION SERVICES for the CITY OF COLLEGE PARK BILLING DEPARTMENT The City of College Park is accepting Sealed Proposals from qualified, professional

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

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

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

More information

REQUEST FOR 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

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

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

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

Department of Purchasing & Contract Compliance

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

More information

Department of Purchasing & Contract Compliance

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

More information

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

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

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

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

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

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

MINNESOTA STATE COLLEGES AND UNIVERSITIES General Insurance Requirements for Contractors & Vendors

MINNESOTA STATE COLLEGES AND UNIVERSITIES General Insurance Requirements for Contractors & Vendors Certificate of Liability Insurance, Form ACORD25: Following are the insurance requirements of the State of Minnesota acting through its Board of Trustees of the Minnesota State Colleges and Universities,

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

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

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

More information

SAMPLE VERBIAGE OF SUBCONTRACT AGREEMENT INSURANCE REQUIREMENTS (PLEASE REFER TO YOUR STRUCTURE HOME SUBCONTRACT AGREEMENT)

SAMPLE VERBIAGE OF SUBCONTRACT AGREEMENT INSURANCE REQUIREMENTS (PLEASE REFER TO YOUR STRUCTURE HOME SUBCONTRACT AGREEMENT) SAMPLE VERBIAGE OF SUBCONTRACT AGREEMENT INSURANCE REQUIREMENTS (PLEASE REFER TO YOUR STRUCTURE HOME SUBCONTRACT AGREEMENT) INSURANCE REQUIREMENTS A. COVERAGE: Subcontractor and its subcontractors and

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

#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

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent

Charlie 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 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

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16RD101413B PROJECT TITLE: Communication Access Real Time Translation and Open Captioning Transcription

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

CITY OF ELBERTON, GEORGIA REQUEST FOR PROPOSAL

CITY OF ELBERTON, GEORGIA REQUEST FOR PROPOSAL CITY OF ELBERTON, GEORGIA REQUEST FOR PROPOSAL INVITATION FOR BIDS RFP # 2014 01 RFP TITLE TREE TRIMMING SERVICES FOR POWER LINES ISSUE DATE June 28, 2013 DUE DATE July 29, 2013 at 2:00 PM IMPORTANT NOTE:

More information

Department of Purchasing & Contract Compliance

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

More information

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control City of Boulder, Colorado Request for Proposals RFQ #74-2012 The City of Boulder is soliciting Statements of Qualification and hourly billing rates from contractors with experience in General Scope of

More information

DESCRIPTION: COURT REPORTING SERVICES ATLANTA PUBLIC LIBRARY

DESCRIPTION: COURT REPORTING SERVICES ATLANTA PUBLIC LIBRARY REQUEST FOR QUOTE NUMBER: 0860097YB-MW WILL BE RECEIVED UNTIL 2/14/08 AT 2:00 P.M. DESCRIPTION: COURT REPORTING SERVICES ATLANTA PUBLIC LIBRARY Return to: www.fultonvendorselfservice.co.ga.us FAX QUOTES

More information

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019

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

More information

LEASE AGREEMENT INSURANCE AND INDEMNIFICATION LANGUAGE

LEASE AGREEMENT INSURANCE AND INDEMNIFICATION LANGUAGE LEASE AGREEMENT INSURANCE AND INDEMNIFICATION LANGUAGE Tenant assumes the liability for damage to its improvements, fixtures, partitions, equipment and personal property therein, and all appurtenances

More information

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT The WALTON COUNTY SCHOOL DISTRICT will receive

More information

14RFP00721B-WL, Small Business Market Availability Study

14RFP00721B-WL, Small Business Market Availability Study August 12, 2014 Re: 14RFP00721B-WL, Small Business Market Availability Study Dear Proposers: Attached is one (1) copy of Addendum 1, hereby made a part of the above referenced Request for Proposal #14RFP00721B-WL,

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

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

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

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

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

More information

The AIA B 141-1997 Standard Form of Agreement between the Owner and Architect is hereby amended as follows:

The AIA B 141-1997 Standard Form of Agreement between the Owner and Architect is hereby amended as follows: AMENDMENT A to AIA B 141-1997 between the Owner, Colorado College, and Architect (Firm s name) with Standard Form of Architect s Services made as of (Contract date). PROJECT: (Project name) The numbering

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

CITY OF GRIFFIN, GEORGIA

CITY OF GRIFFIN, GEORGIA CITY OF GRIFFIN, GEORGIA INVITATION TO BID BID #08-0129 For Mausoleum Roof Repair At Oak Hill Cemetery For all questions about this Bid contact: Cindy Fay, Purchasing Coordinator (770) 229-6621 phone (770)

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

Department of Purchasing & Contract Compliance

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

More information

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

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

More information

CITY OF 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

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

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

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

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

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Cecil S. Moore, Director REQUEST FOR QUOTE NUMBER: WILL BE RECEIVED UNTIL 11CT77944YA Thursday, April 07,2011 @ 2:00P.M. EST. DESCRIPTION: Software support

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

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

Request for Proposal S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE

Request for Proposal S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE Request for Proposal Proposal For: Mailing Services Proposal Number: 09-16-15 Proposal Release Date: August 5, 2015 Proposal Due Date: August 21,

More information

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

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

More information

TOWN OF SCITUATE MASSACHUSETTS

TOWN OF SCITUATE MASSACHUSETTS TOWN OF SCITUATE MASSACHUSETTS REQUEST FOR SERVICES Marketing Services for Town of Scituate Economic Development Commission NOVEMBER 2014 GENERAL INFORMATION The Town of Scituate, acting through its Economic

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

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

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

More information

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

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

More information

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

CONTRACT INSURANCE REQUIREMENTS

CONTRACT INSURANCE REQUIREMENTS CONTRACT INSURANCE REQUIREMENTS Dakota County requires that each Contractor with whom the County negotiates a contract, meet standard insurance requirements. Please review these documents to acquaint yourself

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

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

-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

COC-Insurance Requirements Page 1 of 9

COC-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 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

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

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION THIS AGREEMENT made at Columbus, Ohio on by and between Lincoln Construction, Inc., hereinafter referred to as the Contractor, and, 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

TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES

TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES The Town of Canton is soliciting proposals from professional architectural/engineering consultants for

More information

May 29, 2012 Solicitation of quotations

May 29, 2012 Solicitation of quotations RE CI OFN AL ADMINISTRATIVE CORPORATION JOSEPH P. BORT M ETROCENTER 101 EIGHTH STREET OAKLAND, CA 94607-4700 510/817.5700 TDDITTY 51 W81 7-5769 FAX 510/817.5848 vtetrnxiiitan Transportation (omnitssion

More information

INSURANCE REQUIREMENTS FOR VENDORS

INSURANCE 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 information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Fulton County, GA August 8, 2014 Re: 14RFP070714K-NH 2015 STANDBY ENGINEERING SERVICES Dear Vendors: Attached is one (1) copy of Addendum 2, hereby made a

More information

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL TROUP COUNTY BOARD OF EDUCATION REQUEST FOR SEALED COMPETITIVE PROPOSALS FOR CONSTRUCTION OF: RE-FLOORING TO: TROUP COUNTY COMPREHENSIVE HIGH SCHOOL LAGRANGE, GEORGIA TROUP COUNTY SCHOOL SYSTEM LAGRANGE,

More information

ARTICLE 11. INSURANCE AND BONDS

ARTICLE 11. INSURANCE AND BONDS Provide submittals to Architect / Engineer that are required by any governing body or other authorities. Upon receipt of the Contractor s list, the Architect will make an inspection to determine whether

More information

SPECIFICATIONS FOR WEED CUTTING/STREET TREE TRIMMING/REMOVAL RFQ NO. 15-02 MARY ANN MILLER, CPPO PURCHASING AGENT.

SPECIFICATIONS FOR WEED CUTTING/STREET TREE TRIMMING/REMOVAL RFQ NO. 15-02 MARY ANN MILLER, CPPO PURCHASING AGENT. RFQ 15-02 WEED CUTTING/TREE TRIMMING Page 1 of 11 SPECIFICATIONS FOR WEED CUTTING/STREET TREE TRIMMING/REMOVAL RFQ NO. 15-02 MARY ANN MILLER, CPPO PURCHASING AGENT January 28, 2015 WHITEHALL TOWNSHIP 3219

More information

Western Virginia Water Authority. Roanoke, Virginia

Western Virginia Water Authority. Roanoke, Virginia Western Virginia Water Authority Roanoke, Virginia Crystal Spring Water Treatment Plant 2012 Jefferson St., S.W. Roanoke, VA 24014 (540) 853-5828 (540) 853-5788 (FAX) REQUEST FOR QUOTE (WOP 16-03) TO PROVIDE

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

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM NO.

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM NO. SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Joseph Ramon Date Issued: June 15, 2015 BID NO.: 15-0118 FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM

More information

REQUEST FOR QUOTES TYS RAMP SLAB REPLACEMENT MCGHEE TYSON AIRPORT KNOXVILLE, TENNESSEE

REQUEST FOR QUOTES TYS RAMP SLAB REPLACEMENT MCGHEE TYSON AIRPORT KNOXVILLE, TENNESSEE REQUEST FOR QUOTES TYS RAMP SLAB REPLACEMENT MCGHEE TYSON AIRPORT KNOXVILLE, TENNESSEE The Metropolitan Knoxville Airport Authority is soliciting quotes for the demolition and replacement of a portion

More information

Request for Quotation (RFQ) Hydrilla management via benthic matting in Henrietta, NY. Re-Release Date: Monday, December 7, 2015

Request for Quotation (RFQ) Hydrilla management via benthic matting in Henrietta, NY. Re-Release Date: Monday, December 7, 2015 New York State Department of Environmental Conservation Division of Lands and Forests Invasive Species Coordination Unit 625 Broadway, Floor 5 Albany, NY 12233-4250 Request for Quotation (RFQ) Hydrilla

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

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

REQUEST FOR PROPOSALS: Internet Access Service. For: Peach County School District (BEN: 127431)

REQUEST FOR PROPOSALS: Internet Access Service. For: Peach County School District (BEN: 127431) REQUEST FOR PROPOSALS: Internet Access Service For: Peach County School District (BEN: 127431) Project Objectives: 1.0 Objective: Peach County Schools is seeking qualified responses for a managed 100.0

More information

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT WOODY WHITE, CHAIRMAN BETH DAWSON, VICE-CHAIRMAN JONATHAN BARFIELD, JR. BRIAN BERGER THOMAS WOLFE CHRIS COUDRIET, COUNTY

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

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

Solicitation 1308-002. Galileo K-12 online assesment software. Maricopa County

Solicitation 1308-002. Galileo K-12 online assesment software. Maricopa County Solicitation 1308-002 Galileo K-12 online assesment software Maricopa County Aug 29, 2012 7:38:21 AM MST p. 1 Bid Number 1308-002 Bid Title Bid 1308-002 Galileo K-12 online assesment software Galileo K-12

More information

AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR

AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR AGREEMENT made this day of, 201_, pursuant to the provisions of the Delaware River Basin Compact, by and between the DELAWARE RIVER BASIN COMMISSION

More information

REQUEST FOR PROPOSAL. Design Services

REQUEST FOR PROPOSAL. Design Services Ventura County Community College District Ventura College Parking Lot Renovation REQUEST FOR PROPOSAL Design Services Proposals due by: 2:00 p.m. December 15, 2003 Deliver to: Project Director The JCM

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

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

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

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

2014 Inlet Rehab Project II Various Locations

2014 Inlet Rehab Project II Various Locations 2014 Inlet Rehab Project II Various Locations in the City of Sioux Falls, South Dakota Bid Request No. 14-1078 Prepared by: Engineering Division 224 West 9 th Street Sioux Falls, SD 57104 TABLE OF CONTENTS

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

STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between. and HARRISBURG AREA COMMUNITY COLLEGE

STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between. and HARRISBURG AREA COMMUNITY COLLEGE STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between and HARRISBURG AREA COMMUNITY COLLEGE This Agreement is made between Harrisburg Area Community College (HACC), whose primary address is One HACC

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

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

REQUEST FOR PROPOSAL FOR SECURITY CAMERA SYSTEM AT CONWAY LAW ENFORCEMENT CENTER CONWAY, SC 29526

REQUEST FOR PROPOSAL FOR SECURITY CAMERA SYSTEM AT CONWAY LAW ENFORCEMENT CENTER CONWAY, SC 29526 REQUEST FOR PROPOSAL FOR SECURITY CAMERA SYSTEM AT CONWAY LAW ENFORCEMENT CENTER CONWAY, SC 29526 Stephanie Carroll, Technology Coordinator scarroll@cityofconway.com 843 248 1760 LEC Security Camera System

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