CITY OF HAMTRAMCK DEPARTMENT OF POLICE REQUEST FOR QUOTE VEHICLE REPAIR SERVICES
|
|
- Junior Carpenter
- 8 years ago
- Views:
Transcription
1 CITY OF HAMTRAMCK DEPARTMENT OF POLICE REQUEST FOR QUOTE VEHICLE REPAIR SERVICES 1
2 CITY OF HAMTRAMCK REQUEST FOR QUOTE FOR VEHICLE REPAIR SERVICES FOR THE CITY OF HAMTRAMCK ADVERTISE DATE: October 25, 2013 QUESTION(S) DEADLINE: November 1, 2013 BID DUE DATE: November 5, 2013 (Questions regarding this RFQ should be submitted in writing to: 3:00 p.m. City of Hamtramck Office of the City Clerk 3401 Evaline Street Hamtramck, MI PUBLIC RECORDING: November 6, 2013 at 10:00 a.m. To be held in the Hamtramck City Hall City Council Chambers, 2 nd Floor 3401 Evaline Street Hamtramck, MI Proposals must be in the actual possession of the City Clerk at the location indicated on, or prior to, the exact date and time indicated above. Late proposals shall not be accepted. Bid submitted will not be available for review. The public recording will be the contractor s opportunity to be informed as to the contractors that submitted proposals in response to this RFQ. 2
3 TABLE OF CONTENTS DESCRIPTION PAGE(S) RFQ Key Dates 2 Table of Contents 3 Introduction 4 Background 4 Minimum Qualifications 4 Personnel 4 Scope of Work and Deliverables 5 Furnish Repair Services 5 Labor 5-6 Estimated Repair Time 6 Materials 6 Discounts and/or Markups from Price Lists 6 Price List 6-7 Term of Contract 7 Takeover of Contractor s Equipment and Storage Facilities 7 ADA Compliance 7 Insurance 8 Price Proposal 9 Evaluation Criteria 9 Evaluation Procedure 9 Proposal Content Requirements 9-10 Proposal Disclaimers and Conditions 11 Rejections, Modifications, Cancellations 11 News, Releases and Other Communications 11 Confidentiality of Proposals 11 Signature Page Appendix A
4 INTRODUCTION INTRODUCTION The City of Hamtramck (City) is seeking a licensed, experienced contractor in automotive repair to provide maintenance services for City of Hamtramck motor vehicles. The successful Contractor will be required to obtain approved clearances and affidavits (and insurances) from the Income Tax and Revenue Collections Divisions prior to final approval of a contract. Approved clearances and insurances are not required when submitting a response to the RFQ but will be required of the successful Contractor prior to final approval. The City expressly reserves the right to modify, add, or delete any item(s) from the bid it deems necessary, including completely cancelling the RFQ, prior to the issuance of an award. The term of the contract will be three (3) years, with two (2) one-year renewal options. Any renewal option exercised under this contract is effective only after approval of the Hamtramck City Council. BACKGROUND All services under this contract must end coterminous with the end date of this agreement. The City offers no guarantee of the number of repairs. The City reserves the right to procure services from any of the contracts executed for these purposes at the discretion of the City. Contractor is expected to conform to the City s policies, procedures and standards. Contractor shall comply with all City of Hamtramck security standards. The vehicle repair services, in general, will be administered by the Hamtramck Police Department. MINIMUM QUALIFICATIONS Bids will only be accepted from those firms demonstrating a minimum of three (3) years of experience providing the services requested in this RFQ for projects of similar scope and size. The Contractor shall be licensed, if required, by the State of Michigan. The Contractor must process other licenses or permits required by any other governmental unit for the operation of a vehicle repair facility within the City of Hamtramck or elsewhere as may be required to fulfill the contract. Personnel shall be properly licensed by the State of Michigan for services performed. The Contractor will, within ten (10) days, obtain a business license issued by the City Clerk and provide copies of any and all permits and/or licenses as requested by the City of Hamtramck. PERSONNEL Contractor shall be responsible for staffing. Contractor s employees shall: A. not be addicted to intoxicating liquors, drugs, or narcotics, and be morally fit; B. be able to read, write, and speak the English language; C. pass a criminal check by the City of Hamtramck Police Department; D. be sufficiently trained in vehicle repair of vehicles of different years, makes and models. 4
5 SCOPE OF WORK SCOPE OF WORK AND DELIVERABLES The City of Hamtramck is seeking a licensed, experienced contractor in automotive repair to provide maintenance services for City of Hamtramck motor vehicles. The contractor shall have a minimum of three years experience and be licensed in repairing both automobiles and light trucks. Contractor must be able to repair and install police equipment in scout cars and unmarked vehicles, must have a certified mechanic on duty at all times during regular business hours. If repairs are expected to exceed 24 hours, the contractor, along with the City, must agree on a projected finish date. The contractor shall be licensed and certified in areas of engine and transmission repair, brakes, oil changes, cooling systems, suspensions, etc. Experience in the installation and repair of police equipment such as light bars, protective barriers, push bars, radios, mobile data terminals and in-car camera systems is desired. The contractor is to perform all work in accordance with generally accepted standards and practices. Contractor shall be prepared to give priority to repair of City of Hamtramck vehicles. All contractors must be properly licensed and certified including a motor vehicle repair facility license. Contractor is expected to do repairs in-house with no subcontracting without prior written approval from the City. Contractor must have a sustained business of at least three years within the Corporate Limits of the City of Hamtramck or at a convenient location near the City. Contractor must be in good standing and current with all licensing and taxes. The Hamtramck Police Department utilizes several undercover vehicles. The contractor and his/her employees shall not discuss nor make mention to anyone regarding these vehicles. If the contractor or his/her employees compromise these vehicles, this will be considered a breach of contract making same void. FURNISH REPAIR SERVICE - AS DESCRIBED ABOVE, AND AS FOLLOWS: All vehicles are to be picked up/towed and delivered Monday thru Friday between the hours of 8:00 a.m. and 1:30 p.m. Estimated hours and parts costs are for award purposes and not guaranteed. Parts are to be supplied only when labor is performed. LABOR: Monday thru Friday from 8:00 a.m. until 4:00 p.m. Labor rate is $ per hour Labor rate is paid at straight time only **LABOR RATES ARE FIRM** 5
6 ESTIMATED REPAIR TIME: Engine/transmission repair hours Brakes hours Oil Changes hours Cooling systems hours Suspensions hour Repair of police equipment hours (light bars, protective barriers, push bars, radios, mobile data terminals & in-car camera systems) MATERIALS: Paragraph 2 under the Scope of Work provides a partial listing of common repairs required by the City of Hamtramck. The contractor s price for material must be based on the Manufacturer s Published Price List. For price list purposes please use the latest manufacturer s model year published. Bid must provide the discount or markup from the Manufacturer s Published Price List. These prices will be considered in the bid evaluation. Parts and materials will be charged on the following basis: Please provide the discount and/or markup from the Manufacturer s Price that will be charged to the City of Hamtramck for repair parts: FORD discount % or markup % CHEVROLET discount % or markup % CHRYSLER discount % or markup % OTHER discount % or markup % PARTS PRICE: DISCOUNTS and/or MARKUPS FROM PRICE LIST ARE FIRM. Prices are SUBJECT TO ADJUSTMENT in accordance with manufacturer's superseding published price lists and supplements. Such changes must be requested and must be substantiated by manufacturer's printed price list, received in the City no later than ten (10) days after the effective date of the price change. If the request and superseding price lists are received beyond 10 days of the effective date shown on the price list, such change shall be effective 10 days prior to change and receipt of superseding lists. If during the period of this contract, the parties cannot mutually agree on the extent of any change in the price lists, the City of Hamtramck reserves the right to terminate the contract without prejudice. PRICE LISTS: Each contractor shall submit copies of the most recent price list (and catalog) and supplement in an electronic format with their bid. Failure may be cause for rejecting your bid. Copies of manufacturer s price lists and/or computer printouts must be clear and legible. 6
7 The successful contractor, upon receipt of award notice, must furnish additional copies of the above price lists and supplements of all superseding manufacturer's published price lists during the period of the contract to the City of Hamtramck, upon request at no cost to the City. ( ) Price Lists are enclosed. ( ) Price Lists are not furnished for the following reason, and we offer the following method of price verification: The lowest bidders will be determined by computing the lowest total estimated cost for labor and parts. Blank spaces are considered to be no offer. The City of Hamtramck reserves the right to delete any item(s) from the award. The City of Hamtramck reserves the right to award vehicles based on low bid (total repair cost), estimated repair time, date returned, and each bidder's past performance of vehicles repaired. TERM OF THE CONTRACT The life of the contract entered into between the City of Hamtramck and the Contractor will not extend beyond a period of three years, except that the City, with the Contractor s concurrence, reserves the right to extend the life of said contract for an additional period of two one-year periods without the necessity of opening new bids. Labor and fees in the Request for Quote shall be held firm for the duration of the contract. Any increase in fees after the first year, must be approved by the Chief of Police and City Council. TAKEOVER OF CONTRACTOR S EQUIPMENT AND STORAGE FACILITIES When, in the opinion of the Police Chief or his authorized representative, the services or any part of the services to be provided under this contract has been abandoned or is unnecessarily delayed, or the Contractor is willfully violating any provision of this agreement, is carrying terms out in bad faith, has been adjudged as bankrupt, or if the vehicle repair company should make a general assignment for the benefit of its creators, then the Police Chief or his authorized representative shall declare the Contractor in default of this agreement and so notify. The City may then call upon the Sureties to complete the services or may complete it by other means. The City may take over and use materials, equipment, and storage facilities of the Contractor and all else necessary for the performance of services until such time as other services can be obtained. The City may recover the cost of completing the services by deducting the amount thereof from any funds due or which may become due the Contractor under this agreement. When such funds are insufficient to pay such cost, the Contractor shall pay the amount of cost in excess. ADA COMPLIANCE The City of Hamtramck will provide necessary reasonable auxiliary aids and services, and provide assistance in filling out forms, to individuals with disabilities when doing business with the City of Hamtramck. Individuals with disabilities requiring such auxiliary aids or services, should contact the City of Hamtramck by writing or calling the following: City Clerk, City of Hamtramck 3401 Evaline Hamtramck, MI (313) , option 3 7
8 INSURANCE The Contractor shall not commence work under this contract until it has obtained the required insurance under this paragraph. All coverage shall be with insurance companies licensed and admitted to do business in the State of Michigan. All coverage shall be with carriers acceptable to the City of Hamtramck: A. Workers Compensation Insurance. The Contractor shall procure and maintain during the life of this contract, Workers Insurance, including Employers Liability Coverage, in accordance with all applicable statutes of the State of Michigan. B. Commercial General Liability Insurance or Garage Liability Insurance. The Contractor shall procure and maintain during the life of this contract, Commercial General Liability Insurance, Commercial General Liability Insurance or Garage Liability Insurance on an Occurrence Basis with limits of liability not less than $2,000,000 per occurrence and/or aggregate combined single limit. Personal Injury, Bodily Injury and Property Damage, coverage shall include the following extensions: (A) Contractual Liability; (B) Products and Completed Operations; (C) Independent Contractors Coverage; (D) Broad Form General Liability Extensions or equivalent: (E) Deletion of all Explosion, Collapse and Underground (XCU) Exclusions, if applicable; (F) Per project aggregate. C. Motor Vehicle Liability. The Contractor shall procure and maintain during the life of this contract Motor Vehicle Liability Insurance, including Michigan No-Fault Coverage, with limits of liability of not less than $2,000,000 per occurrence combined single limit Bodily Injury and Property Damage. Coverage shall include all owned vehicles, all non-owned vehicles, and all hired vehicles. D. Garage keepers Legal Liability Insurance: The Contractor shall procure and maintain during the life of this contract Garage keepers Legal Liability Insurance in an amount of not less than $80,000. E. Additional Insured: Commercial General Liability, Garage Liability, Garage Keepers Legal Liability and Motor Vehicle Liability Insurance, as described above, shall include an endorsement stating the following shall be Additionally Insured: The City of Hamtramck, all elected and appointed officials, all employees and volunteers, all boards, commissions, and/or authorities and board members, including employees and volunteers. F. Cancellation Notice: All policies described above shall include an endorsement stating the following: It is understood and agreed that Thirty (30) days Advance Written Notice of Cancellation, Non-Renewal, Reduction and/or Material Change shall be sent to City Manager, City of Hamtramck, 3401 Evaline, Hamtramck, Michigan G. Insurance Certificates: The Contractor shall submit a copy of the company s standard insurance certificate with their bid. H. Proof of Insurance Coverage: The Contractor shall provide the City of Hamtramck, at the time the contracts are returned for execution, certificates for all coverage listed above. 1. Two (2) copies of Certificate of Insurance for Workers Compensation Insurance 2. Two (2) copies of Certificate of Insurance for Commercial General Liability Insurance, Garage Liability Insurance and Garage keepers Legal Liability Insurance; 3. Two (2) copies of Certificate of Insurance for Vehicle Liability Insurance; 4. If so requested, certified copies of all policies mentioned above will be finished. I. Expiration of Policies: If any of the above coverage lapses during term of this contract, the Contractor shall deliver renewal certificates and/or policies to the City of Hamtramck at least ten (10) days prior to the expiration date. J. Indemnification: To the extent permitted by law, the towing company shall indemnify and hold the City harmless of and from all claims, losses, liability, demands, costs, loss of service, expense, and compensation on account of or in any way growing out of any damage, including, but not limited to, bodily injury or property damage which may result from the towing company s towing services, In addition, the towing company shall cover all costs incurred by the City in defense of any litigation covered under this letter of agreement, including attorney fees and court costs. 8
9 PRICE PROPOSAL Refer to Scope of Work above EVALUATION CRITERIA Points Labor rate per hour 40 Material discount/markup 20 Qualification of Personnel (attach qualifications of technical personnel) 20 Equipment and facilities 10 Services 10 EVALUATION PROCEDURE Following the receipt of proposals from qualified firms, a City designated Evaluation Committee will evaluate each response. All Proposals, which meet the required format of this RFQ, will be evaluated. Any Proposals determined to be non-responsive to the specifications or other requirements of the RFQ, including instructions governing submission and format, will be disqualified unless the City determines, in its sole discretion, that non-compliance is not substantial or that an alternative proposed by the Contractor is acceptable. The City may also at its discretion, request oral presentations, make site visits at Contractor s facility and may request a demonstration of Contractor s operations. A final determination will be made after the oral presentations and/or demonstrations are complete, if same has been scheduled. All decisions reached by the Evaluation Committee will be by consensus. PROPOSAL CONTENT REQUIREMENTS To be considered responsive, each proposal must, at a minimum, present and/or respond to the following RFQ sections in their entirety (including attachments). All pages of the submission must be numbered, excluding exhibits, drawings and other supplemental information, which may be added as Attachments. The instructions contained in this RFQ must be strictly followed. Accuracy and completeness using the format listed below (a f) is essential. a) Signature Page (See Page 19) b) Statement of Submission In your Statement of Submission, please include, at a minimum, the following information and/or documentation: 1) A statement to the effect that your proposal is in response to this RFQ; 2) A brief description of your firm, including the Federal Employer Identification Number, the age of the firm s business and the average number of employees during each of the last three (3) years; 3) The location of the firm s principal place of business and, if different, the location of the place of performance of the contract; 4) A commitment to perform the requested work in accordance with the requirements outlined in this RFQ; and 9
10 5) The name and contact information of the firm s partner and or manager(s) that will be in charge of this project. c) Scope of Work Proposals must respond to all sections outlined in Scope of Work section. d) Pricing Proposal Proposals must provide a Pricing Proposal, including the cost all activities as indicated by completing Appendix A. e) Contractor Performance History 1) Provide three (3) references, including contact information, for work performed that is similar to this RFQ Scope of Work; 2) Identify vendor s key personnel working on the projects as identified above; 3) Identify any projects in which the vendor s contract was terminated for any reason; 4) Identify any claims or lawsuits that have been brought against your organization as a result of any services provided within the last five (5) years; and 5) Provide an organization chart indicating the key personnel who will provide services resulting from this RFQ. Also provide a resume for each of the key personnel. f) Contractor Financial and Operational Stability 1) Provide copies of the vendor s financial statements (CPA Certified) for the previous three (3) years or other evidence, accepted by the City, indicating financial viability; 2) Certificate of Good Standing (Corporation) or Certificate of Existence (Limited Liability Company) issued by the Michigan Secretary of State (if Contractor is a joint venture, a Certificate of Good Standing or Certificate of Existence, as applicable must be submitted for each entity comprising the joint venture.); and 3) Evidence of any licenses or registrations required to provide the services under this contract g) Appendix A See Pages below. 10
11 PROPOSAL DISCLAIMERS AND CONDITIONS A. REJECTIONS, MODIFICATIONS, CANCELLATIONS The City of Hamtramck expressly reserves the right to: 1) accept or reject, in whole or in part, any and all proposals received; 2) waive any non-conformity; 3) re-advertise for proposals; 4) withhold the award for any reason the City determines; 5) cancel and/or postpone the REQUEST FOR QUOTEs, in part or in its entirety, and/or, 6) take any other appropriate action that is in the best interest of the City. This RFQ does not commit the City to award a contract, to pay any cost incurred in the preparation of a proposal under this request, or to procure or contract for services. B. NEWS RELEASES AND OTHER COMMUNICATIONS News releases pertaining to these Proposals specifications or the provisions to which they relate shall not be made without prior approval of the City and then only in coordination with the City. Contractors are advised that no oral interpretation, information or instruction by an officer or employee of the City of Hamtramck shall be binding upon the City of Hamtramck. C. CONFIDENTIALITY OF PROPOSALS Proposals shall be opened with reasonable precautions to avoid disclosure of contents to competing offers during the process of evaluation. Once proposals have been publicly recorded they are subject to disclosure as per the requirements of the Michigan Freedom of Information Act. ***UNSIGNED BIDS CANNOT BE CONSIDERED** 11
12 SIGNATURE PAGE The undersigned, as bidder, declares that, having carefully examined the sire of the proposed work and informed himself fully in regard to conditions to be met in the performance of the work, and having read and examined the advertisement, form of contract, specifications and other related documents pertaining to this work, proposes to furnish all materials, tools, equipment, transportation, labor, supervision and all else necessary for satisfactory and complete performance of certain work as described herein, in full accordance with, and in conformity to the specifications and requirements for this work at and for the following prices named to within. The undersigned agrees that this proposal is firm for the period of sixty (60) days. The undersigned agrees that, if the foregoing proposal is accepted by the City of Hamtramck, it will within ten (10) days, (Sundays and legal holidays excepted) after receiving notice of such acceptance enter into the attached Form of Contract to do all the work specified at the prices named in the Proposal. In submitting this bid, it is understood by the undersigned that the right is reserved by the City to accept or reject any or all bids, to accept bids again, and to waive any minor irregularities or informalities in bidding, at the sole discretion of the City. Upon notice of proposed award, bidder shall, within five (5) days, provide a check or performance bond in the amount of two thousand dollars ($2,000.00) If the undersigned fails to execute the contract or furnish bonds within the time limit, fails to fulfill agreements concerning proposed work, it is agreed that the City may, at its option, determine that the undersigned has abandoned its interest in the proposed contract and that the bid bond accompanying this proposal may be retained by the City. The bid bond shall be returned, without interest, to the undersigned upon the execution of the contract and acceptance of the bonds. Signature Dated and signed at,(city and state) this day of, 20. Name of Bidder Title Address Telephone Cell Phone The full names and addresses of persons interested in the foregoing bid as principals follow: In partnership, give names of: In corporation, give names of: PARTNER PARTNER ADDRESS ADDRESS PARTNER PARTNER ADDRESS ADDRESS STATE IN WHICH INCORPORATED 12
13 CONTRACTOR AGREES TO COMPLY WITH ALL STATE OF MICHIGAN AND FEDERAL LAWS REGARDING THE CONTRACT, INCLUDING PAYMENT OF WAGES, EQUAL EMPLOYMENT OPPORTUNITY, ETC., AND SHALL WITHHOLD HAMTRAMCK CITY INCOME TAXES FOR EMPLOYEES. The contractor agrees that this bid shall be good and may not be withdrawn for a period of sixty (60) calendar days after the scheduled closing time for receiving bids. Upon receipt of written notice of the acceptance of this bid, contractor will return signed document to the city of Hamtramck within fifteen (15) days. Respectfully submitted: By: (Name) 13
14 APPENDIX A BID SHEET LABOR: Monday thru Friday from 8:00 a.m. until 4:00 p.m. Labor rate is $ per hour Labor rate is paid at straight time only **LABOR RATES ARE TO REMAIN FIRM** MATERIALS: Paragraph 2 under the Scope of Work provides a partial listing of common repairs required by the City of Hamtramck. The contractor s price for material must be based on the Manufacturer s Published Price List. For price list purposes please use the latest manufacturer s model year price list published. Bid must provide the discount or markup from the Manufacturer s Published Price List. These prices will be considered in the bid evaluation. Parts and materials will be charged on the following basis: Please provide the discount and/or markup from the Manufacturer s Price that will be charged to the City of Hamtramck for repair parts: FORD discount % or markup % CHEVROLET discount % or markup % CHRYSLER discount % or markup % OTHER discount % or markup % PARTS PRICE: DISCOUNTS and/or MARKUPS FROM PRICE LIST ARE FIRM. Prices are SUBJECT TO ADJUSTMENT in accordance with manufacturer's superseding published price lists and supplements. Such changes must be requested and must be substantiated by manufacturer's printed price list, received in the City no later than ten (10) days after the effective date of the price change. If the request and superseding price lists are received beyond ten (10) days of the effective date shown on the price list, such change shall be effective ten (10) days prior to change and receipt of superseding lists. If during the period of this contract, the parties cannot mutually agree on the extent of any change in the price lists, the City of Hamtramck reserves the right to terminate the contract without prejudice. PRICE LISTS: Each contractor shall submit copies of the most recent price list (and catalog) and supplement in an electronic format with their bid. Failure may be cause for rejecting your bid. Copies of manufacturer s price lists and/or computer printouts must be clear and legible. The successful contractor, upon receipt of award notice, must furnish additional copies of the above price lists and supplements of all superseding manufacturer's published price lists during the period of the contract to the City of Hamtramck, upon request at no cost to the City. 14
15 ( ) Price Lists are enclosed. ( ) Price Lists are not furnished for the following reason, and we offer the following method of price verification: The lowest bidders will be determined by computing the lowest total estimated cost for labor and parts. Blank spaces are considered to be no offer. The City of Hamtramck reserves the right to delete any item(s) from the award. The City of Hamtramck reserves the right to award vehicles based on low bid (total repair cost), estimated repair time, date returned, and each bidder's past performance of vehicles repaired. ESTIMATED REPAIR TIME: Engine/transmission repair Brakes Oil Changes Cooling systems Suspensions Repair of police equipment (light bars, protective barriers, push bars, radios, mobile data terminals & in-car camera systems) per hour per hour per hour per hour per hour per hours 15
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 informationCITY OF HAMTRAMCK REQUEST FOR PROPOSALS PROFESSIONAL ARCHITECHURAL AND ENGINEERING SERVICES
CITY OF HAMTRAMCK REQUEST FOR PROPOSALS PROFESSIONAL ARCHITECHURAL AND ENGINEERING SERVICES ADVERTISE DATE September 12, 2014 QUESTION DEADLINE September 22, 2014 Submitted in writing via email to the
More informationCITY OF HAMTRAMCK REQUEST FOR PROPOSALS FOR AMBULANCE SERVICES FOR THE CITY OF HAMTRAMCK
CITY OF HAMTRAMCK REQUEST FOR PROPOSALS FOR AMBULANCE SERVICES FOR THE CITY OF HAMTRAMCK ADVERTISE DATE: October 18, 2013 QUESTION(S) DEADLINE: October 23, 2013 Questions regarding this RFP should be submitted
More informationSealed 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 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 informationGREENFIELD MIDDLE SCHOOL ROOF PROJECT
CITY OF GREENFIELD GREENFIELD, MASSACHUSETTS RFQ TITLE: GREENFIELD MIDDLE SCHOOL ROOF PROJECT RFQ #: 12-03 Date of Issuance: June 22, 2011 9:00 a.m. Deadline for Receipt Of Bids: July 8, 2011 2:00 p.m.
More informationREQUEST FOR PROPOSALS LIBRARY SECURITY CAMERA SYSTEM NOVEMBER 3, 2015
REQUEST FOR PROPOSALS LIBRARY SECURITY CAMERA SYSTEM NOVEMBER 3, 2015 PROJECT NAME: Library Security Camera System Request for Proposals ISSUANCE DATE: November 3, 2015 CLOSING DATE: December 1, 2015 INTRODUCTION
More informationEXHIBIT 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 informationINSURANCE 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 information5. Preparation of the State and Federal Single Audit Reports.
THE CITY OF GROTON REQUEST FOR PROPOSAL FOR AUDITING SERVICES RFP 15-01 (Revised 5/28/15) 1. Introduction The City of Groton, Connecticut (the City) is soliciting proposals for purpose of obtaining the
More 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 informationa. 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 informationCity 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 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 informationINFORMATION FOR VENDORS CITY OF ALLENTOWN PENNSYLVANIA
INFORMATION FOR VENDORS CITY OF ALLENTOWN PENNSYLVANIA BETH ANN STROHL PURCHASING AGENT JUDY SNYDER BUYER MARGARET WELLS BUYER KEITH PUDLINER PURCHASING CLERK City of Allentown Purchasing Office 435 Hamilton
More information#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 informationNPSA GENERAL PROVISIONS
NPSA GENERAL PROVISIONS 1. Independent Contractor. A. It is understood and agreed that CONTRACTOR (including CONTRACTOR s employees) is an independent contractor and that no relationship of employer-employee
More 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 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 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 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 informationNEWBURGH 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 informationARTICLE 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 informationa. 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 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 informationPage 1 of 12 Document Effective Date Solicitation Terms & Conditions 08/08/2008 Purchase Order Terms and Conditions 01/01/2009 Special Provisions 01/01/2009 STATE OF COLORADO SOLICITATION INSTRUCTIONS/
More informationTRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES
TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES The Trustees of the Governor William Stoughton Trust (hereinafter the Trustees ) issue this
More informationLIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01
LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 TABLE OF CONTENTS I. INSTRUCTIONS... 3 A. BID INFORMATION... 3 B. BID PROPOSAL FORMAT... 4 C.
More informationRequest for Quotations on Termite and Pest Control Service to Include Repair & Maintenance RFQ 16-005
Request for Quotations on Termite and Pest Control Service to Include Repair & Maintenance RFQ 16-005 Competitive Quotations will be received at the City of Powder Springs, City Clerk s Office, 4484 Marietta
More informationThe CITY OF BAYONNE is soliciting responses/proposals for the provision of the following professional services:
NOTICE POSTED: Decmber 23, 2014 DUE DATE: January 6, 2015 @ 10:00 a.m. prevailing time PUBLIC READING: All responses/proposals will be opened at the City Council Chambers on January 7, 2015 @ 10:00 a.m.
More informationTOWN 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-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 informationCITY 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 informationARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and
ARCHITECTURAL SERVICES CONTRACT STATE OF TEXAS COUNTY OF NUECES THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and hereinafter called Architect
More informationATLANTA PUBLIC SCHOOLS
Procurement Services 130 Trinity Avenue, S.W. 5 th Floor Atlanta, Georgia 30303 Request for Qualifications For October 31, 2007 Solicitation Number: 112607-01 Due Date: November 26, 2007 ADVERTISEMENT
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 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 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 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 informationRequest 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 informationREQUEST 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 informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL PURCHASING DEPARTMENT P.O. BOX 1349 300 N. PATTERSON ST. VALDOSTA, GEORGIA 31601 #LC-2016-09R FOR: Security Guard Services DUE DATE: April 20, 2016 Proposals Due By: 10:00 am EST Amy
More informationSAN 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 informationPURCHASE ORDER TERMS AND CONDITIONS
PURCHASE ORDER TERMS AND CONDITIONS 1. DEFINITIONS: In these Terms and Conditions and all documents related to the Purchase Order: Purchaser means the entity issuing the Purchase Order as identified on
More information388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1
388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation
More informationTown of Durham. Selectman s Office P.O. Box 428 Durham, CT 06422. Request for Qualification
Town of Durham Selectman s Office P.O. Box 428 Durham, CT 06422 Request for Qualification REQUEST FOR LETTERS OF QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL SERVICES Board of Selectmen Laura L. Francis
More informationAGREEMENT EMENT FOR PROFESSIONAL SERVICES Fixed Price Form of Agreement
AGREEMENT EMENT FOR PROFESSIONAL SERVICES Job Description: Contract No.: Consultant: GLY Job No.: Document No.: THIS AGREEMENT, made and entered into this hereinafter referred to as Contractor, and professional
More informationAppendix F. A. Conditions Applicable to Insurance. All policies of insurance required by this Contract must meet the following requirements:
Appendix F Contractor s Insurance Requirements The Contractor shall procure at its sole cost and expense, and shall maintain in force at all times during the term of this Contract, policies of insurance
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 informationHow To Write A Contract Between College And Independent Contractor
Independent Contractor Agreement (Long Form) This Agreement is made between Babson College ("College"), a Massachusetts non-profit corporation with a principal place of business at 231 Forest Street, Babson
More informationThe 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 informationCity 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 informationThe CITY OF BAYONNE is soliciting responses/proposals to the City's RFQ/RFP for the provision of the following professional services:
NOTICE POSTED: December 11, 2014 DUE DATE: January 5, 2015 @ 10:00 a.m. prevailing time PUBLIC READING: All responses/proposals will be opened at the City Council Chambers on January 6, 2015 @ 10:00 a.m.
More informationAGREEMENT 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 informationCHAPTER 1 0 INSURANCES
CHAPTER 1 0 INSURANCES I. PURPOSE This chapter identifies the types and extent of various contractually required insurance coverages. Sub-recipients that are units of government shall comply with their
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 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 informationNORTH CAROLINA STATE UNIVERSITY MASSAGE THERAPIST AGREEMENT
STATE OF NORTH CAROLINA WAKE COUNTY Rev. 3/14 NORTH CAROLINA STATE UNIVERSITY MASSAGE THERAPIST AGREEMENT THIS AGREEMENT ( Agreement ) is made by and between ( Contractor ), and North Carolina State University,
More informationMASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES
MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES THIS AGREEMENT is made and entered into this day of, 2007, by and between the University of Washington ( Owner ) and, ( Project
More informationREQUEST FOR PROPOSALS
THE JOB COUNCIL REQUEST FOR PROPOSALS PROFESSIONAL PROPERTY/CASUALTY AND WORKERS COMPENSATION INSURANCE BROKER OF RECORD The purpose of the Request for Proposal is to select the broker best qualified to
More informationNOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES
NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES The City of Novi will receive sealed proposals for Consultant - Architectural Façade Services according to the
More informationREQUEST 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 informationASSOCIATION OF AMHERST STUDENTS (AAS) Office of the Treasurer and Budgetary Committee
ASSOCIATION OF AMHERST STUDENTS (AAS) Office of the Treasurer and Budgetary Committee AGREEMENT FOR CONSULTING SERVICES This Agreement is made between the Association of Amherst Students (Association)
More informationHAMILTON COUNTY SCHOOL DISTRICT
HAMILTON COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSALS FOR SPEECH/LANGUAGE THERAPY SERVICES PROPOSAL RETURN DATE May 25, 2016 AT 3:00 P.M. INVITATION TO BID Hamilton County School Board Betty Linton, Coordinator
More informationAGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FOR. Attention:
AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FOR NAME OF CONSULTANT: RESPONSIBLE PRINCIPAL OF CONSULTANT: CONSULTANT'S ADDRESS: Attention: CITY'S ADDRESS: City of Beverly Hills 455 N. Rexford Drive
More informationConstruction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN
Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN The Delmar School District (DSD) is seeking the professional services of a Construction Management (CM) firm for the
More informationSECTION 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 informationNORTH BEACH WATER DISTRICT PACIFIC COUNTY, WASHINGTON
NORTH BEACH WATER DISTRICT PACIFIC COUNTY, WASHINGTON RESOLUTION 20-2014 A RESOLUTION OF THE NORTH BEACH WATER DISTRICT OF PACIFIC COUNTY, WASHINGTON, APPROVING A CONTRACT FOR ARCHITECTURAL SERVICES WITH
More informationREQUEST FOR PROPOSALS Occupational Therapy Services 2014-2015 July 29, 2014
REQUEST FOR PROPOSALS Occupational Therapy Services 2014-2015 July 29, 2014 RFP 140702 The Delaware City School District is seeking a vendor to provide occupational therapy to students with IEP s for the
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 informationRHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY INVITATION TO BID
RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY INVITATION TO BID - GENERAL REPAIRS & MAINTENANCE RI TURNPIKE & BRIDGE AUTHORITY FACILITY FY 2013 - FY 2016 CONTRACT 13-2 Sealed bids, in triplicate, plainly
More informationREQUEST FOR QUALIFICATIONS ROOF INVESTIGATION SERVICES
REQUEST FOR QUALIFICATIONS ANNUAL CONTRACT FOR ROOF INVESTIGATION SERVICES School Board of Volusia County Florida Facilities Planning and Business Services 3750 Olson Drive, Daytona Beach Florida 32124
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 information2014 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 informationBRITISH 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 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 informationRequest for Statements of Qualifications # 27676 for Electric Motor Repair
Request for Statements of Qualifications # 27676 for Electric Motor Repair PURPOSE: The City is requesting Statements of Qualifications (SOQ s) from Qualified and Fully Equipped Electric Motor Repair shops
More informationREQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT
REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT PREPARED BY: EXETER FIRE DEPARTMENT 20 COURT STREET EXETER NH 03833 TABLE OF CONTENTS PAGE INVITATION
More informationBROKER AND CARRIER AGREEMENT
P.O. Box 889 394 NE Hemlock Redmond, OR 97756 BROKER AND CARRIER AGREEMENT All loads tendered by Central Oregon Truck Company ("Broker") and accepted for transportation by third party carriers ("Carrier")
More informationAttachment 4: Insurance Requirements
The prospective awardee shall be required to procure, at its sole cost and expense, all insurance required by this Section and, unless otherwise required by this Section, provide proof of the same within
More informationMemorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information
Memorandum Important information related to requirements of state or local laws to include additional provisions in residential construction contracts Potentially Affected AIA Contract Documents AIA Document
More 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 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 informationRFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE
SPECIFICATIONS AND BID FORMS FOR RFP VOICE OVER IP PHONE SYSTEM MANDATORY WALK-THRU ON THURSDAY, MARCH 13 th from 1:00 P.M. to 3:00 P.M. LOCATION TO BE DETERMINED. BID: #14-012- BOE Due on or before 11:00
More informationAppendix J Contractor s Insurance Requirements
Appendix J Contractor s Insurance Requirements Page 1 of 7 Appendix J Contractor s Insurance Requirements During the term of this Contract, the Contractor shall maintain in force, at its sole cost and
More informationTo receive consideration, bids must be submitted in accordance to the following instructions:
CITY OF COOS BAY Invitation to Bid For On Call Plumbing Services The City of Coos Bay is soliciting bids to contract with up to two qualified licensed plumbing contractors to perform a full range of as
More informationGENERAL TERMS & CONDITIONS OF QUOTE
Quote #: MS-77-6 (WCSD) is soliciting for formal quotes for certain PRODUCTS identified on the QUOTE PRICE SCHEDULE/SPECIFICATION SHEET included in accordance with all defined terms and conditions in this
More informationTOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES
TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES The Town of Farmington Department of Public Works is seeking proposals for the purpose
More informationUTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER
UTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER SECTION 1 ADMINISTRATIVE OVERVIEW 1.1 PURPOSE Utah County is soliciting proposals from insurance brokers/consultants qualified to
More informationFIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE
THE SCHOOL DISTRICT SHARON SWAN ARTHUR C. JOHNSON, Ph.D. OF PALM BEACH COUNTY, FLORIDA DIRECTOR SUPERINTENDENT CONSTRUCTION PURCHASING DEPARTMENT 3661 INTERSTATE PARK ROAD NORTH, SUITE 200 RIVIERA BEACH,
More informationSTUDENT 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 informationTOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES
951 MARTIN LUTHER KING BLVD. KISSIMMEE, FL 34741 TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES LEGAL ADVERTISEMENT TOHO WATER AUTHORITY RFQ 11-003 RATE CONSULTING
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 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 informationREQUEST 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 informationAUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401
AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401 The Arapahoe Library District (ALD) is seeking competitive proposals from qualified, reliable Vendors to hire a professional audio/visual company.
More informationCITY 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 informationGENERAL INSTRUCTIONS AND REQUIREMENTS
CHICAGO TRANSIT AUTHORITY INSURANCE AND BOND REQUIREMENTS [Short Form rev. 12/04/02] REQUISITION NUMBER: SPECIFICATION NUMBER CTA: PART I. GENERAL INSTRUCTIONS AND REQUIREMENTS A. WAYS TO COMPLY WITH CTA
More informationRequest for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence
Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence Sealed request for quotes will be received by Brian Tocheri, CAO/Clerk at 341 10 th St. Hanover, Ontario, N4N 1P5 until 2:00 pm,
More 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 information