TWCVB Request for Quote (RFQ) 2014 Sound Engineering/Equipment Services

Size: px
Start display at page:

Download "TWCVB Request for Quote (RFQ) 2014 Sound Engineering/Equipment Services"

Transcription

1 Page 1 of 15 The Woodlands, Texas TWCVB Request for Quote (RFQ) 2014 Sound Engineering/Equipment Services SCOPE: The Woodlands Convention & Visitors Bureau ( TWCVB ) is requesting quotes to identify a company ( Vendor ) to provide amplified sound engineering/equipment services ( Sound Services ) for various events produced by TWCVB including, but not limited to: Live at Night (Spring and Fall Series); Memorial Day Weekend in The Woodlands; Waterway Nights; Labor Day Weekend in The Woodlands; and Caroling on the Square. Live at Night: This popular concert series features live music by local and regional favorites in the spring and fall at Waterway Square. Combined, both series attract over 10,000 visitors and residents to Waterway Square each year. From today s hits to classic favorites, Live at Night makes the perfect outing for families and couples alike. Memorial Day Weekend in The Woodlands: Memorial Day Weekend at Waterway Square serves up two nights of live music, activities and more to honor the fallen heroes of our country. Each night concludes with a dazzling fireworks display synchronized to patriotic music. This two-day festival attracts over 10,000 attendees. Waterway Nights: Featuring live music and strolling entertainers, Waterway Nights transforms Waterway Square into a summer hot spot each year in June. New for 2014, Waterway Nights will wrap up each evening of fun with an alluring fireworks show. This year s series attendance is expected to reach 20,000. Labor Day Weekend in The Woodlands: With back-to-back evenings of fireworks, live music, activities and more, Labor Day Weekend in The Woodlands provides the ultimate weekend getaway for all ages. Consistently expanding each year, this event draws nearly 10,000 festival goers and fireworks spectators. Caroling on the Square: Nestled in the intimate setting of Waterway Square, Caroling on the Square features holiday caroling by local musicians along with special appearances by Santa. With festive caroling, photos with Santa and more, Caroling on the Square has become a regular part of holiday traditions for many. TWCVB prefers to have one (1) Vendor provide Sound Services for all events listed above. Specifications and requirements for each event begin on page eight (8). Please note that all

2 proposals are due to TWCVB on Wednesday, February 19, 2014 by 5:00 p.m. Central Standard Time. GENERAL SPECIFICATIONS: The Vendor will be responsible for providing sound engineering/equipment services for all events listed above, including all equipment and personnel. Vendor shall not employ any subcontractor to fulfill any of the duties herein specified without express, prior written approval of TWCVB. TWCVB expressly reserves the right to reject any and all proposals in whole or in part; to accept any proposal(s) that it determines shall best meet TWCVB s goals, objectives and standards; and to waive any non-material defect, informality or irregularity in any quote or proposal procedure. By submitting its quote, the Vendor acknowledges that Vendor has read, fully understands and shall strictly adhere to all quote specifications and requirements contained in this Request for Quote and any exhibits and ancillary documents thereto, including: TWCVB QUOTE FORM ( Quote Form ) attached hereto on page five (5); TWCVB VENDOR REFERENCE FORM ( Reference Form ) attached hereto on page six (6); and TWCVB SPECIFICATIONS, REQUIREMENTS AND ACKNOWLEDGMENT FORM ( Acknowledgement Form ) attached hereto on page eight (8). The Request for Quote, Quote Form, Reference Form and Acknowledgment Form are collectively referred to and incorporated in full herein as Quote Packet Documents. Quote prices shall be firm and not subject to escalation during calendar year 2014 ( Service Year ). Vendor must demonstrate the skill, capacity and ability to develop and provide the Sound Services as described in the Acknowledgement Form. All quotes must be made on the Quote Form. All blank spaces for quote prices must be filled in, typewritten. TWCVB shall not be liable for any costs or expenses incurred by Vendor in responding to this Request for Quote, or in preparing or completing the Quote Packet Documents. Any conditional quote may be cause for rejection. Sealed Quote Form along with all Quote Packet Documents and any addenda thereto must be received by TWCVB, Attn: Megan Lichenstein, 2801 Technology Forest Boulevard, The Woodlands, Texas 77381, no later than 5:00 p.m. Central Standard Time Wednesday, February 19, Any questions regarding any term, condition or provision of the Quote Packet must be submitted in writing, via to Megan Lichenstein, at Megan.Lichenstein@TheWoodlandsCVB.com no later than 3:00 p.m. Central Standard Time on Wednesday, February 19, TWCVB may, but shall not be required to, respond to any questions submitted. Any response to questions shall be provided via to the address from which the question was originally sent. TWCVB reserves the right to amend or revise Quote Packet Documents in whole or in part as it deems necessary and without further notice to the Vendor. Any addenda, revisions or amendments to Quote Packet Documents shall replace the latest version of the Quote Packet and may be uploaded to the same location as the original Quote Packet on TWCVB s website, Page 2 of 15

3 TWCVB MINIMUM VENDOR INSURANCE REQUIREMENTS 2014 Sound Engineering/Equipment Services Vendor agrees to maintain and require its subcontractors to maintain at all times during the contract Term the following coverage at no less than the limits indicated: Worker s Compensation Insurance Statutory Employers Liability $100,000 Automobile Liability (Including Owned and Non-Owned Autos) Bodily Injury $250,000 each person $500,000 each occurrence Property Damage $100,000 each occurrence Commercial General Liability Combined Single Limits for Bodily Injury and Property Damage: Each occurrence for premises/operations: Broad form CGL liability coverage $1,000,000 Products/ Operations aggregate $1,000,000 Advertising Injury $1,000,000 General Aggregate $2,000,000 Umbrella Liability $1,000,000 each occurrence $1,000,000 annual aggregate $25,000 self insured retention Page 3 of 15 General Public Liability Insurance Coverage of no less than $5,000,000 in respect of its operations and duties concerning the Waterway Property Insurance Coverage of at least to the same extent that similar insurance is normally and customarily carried by other political subdivisions in Texas for similar properties and improvements, and for such additional amounts and coverages as may from time to time be reasonably deemed advisable by TWCVB and The Woodlands Township, or The Woodlands Land Development Company, L.P. and The Woodlands Operating Company, L.P. The General Public Liability Insurance and Property Insurance required herein shall: (a) Be issued by an insurer admitted to engage in the business of insurance in the State of Texas and having a General Liability Policy Rating of A-VIII or better, as set forth in the most current issue of the Best Key Rating Guide; (b) Name The Woodlands Township or subsequent Owner as additional insureds;

4 (c) Include a waiver of subrogation in favor of The Woodlands Township; (d) Provide a primary/excess coverage declaration, other insurance excess provision, or endorsement stating that any coverage maintained by Vendor shall be primary to any policy maintained by The Woodlands Township or subsequent Owners; (e) Include a provision requiring thirty (30) days prior written notice to The Woodlands Township in the event of cancellation or material change in coverage Terms; and (f) In instances where alcohol is being served, obtain appropriate endorsement, if necessary to provide coverage in such events, protecting against liability arising therefrom, if commercially available. Additionally, Vendor s coverage must be written on an Occurrence (not claims made) basis with companies acceptable to TWCVB (in accordance with (a) above), must stipulate that no take-out endorsements are included on the General Liability policy, and each policy providing coverage hereunder shall contain provisions that no cancellation or material reduction in coverage in the policy shall become effective except upon thirty (30) days prior written notice thereof to TWCVB, who shall be named as additional insured with respect to liability imposed upon it resulting from the performance of Sound Services under this Agreement. There shall be no right of subrogation against TWCVB, and this waiver of subrogation shall be endorsed upon the policies. Prior to the commencement of performance of the Sound Services, Vendor shall furnish certificates which shall identify TWCVB, as an additional insured to TWCVB in duplicate, evidencing compliance with all requirements herein. The limits of such insurance shall in no way be construed as limiting Vendor s obligation to completely defend, indemnify and hold harmless TWCVB. Page 4 of 15

5 TWCVB QUOTE FORM 2014 Sound Engineering/Equipment Services Company Name: Service Units Unit Cost Live at Night Spring Series 9 Memorial Day Weekend in The Woodlands 2 Waterway Nights 4 Labor Day Weekend in The Woodlands 2 Live at Night Fall Series 5 Caroling on the Square 3 Total Cost (Units x Unit Cost) Evaluation Criteria: Factor Percentage Price 40% Experience in Sound Engineering/Equipment Services 40% References 10% Community Involvement 10% I,, certify that this quote is made without prior understanding, agreement or connection with any corporation, firm or person submitting a quote for the same materials, supplies or equipment and is in all respects fair and without collusion or fraud. I agree that and all information that I have provided in the Quote Packet is true and correct and accurately reflects my skills and ability and the quality of my Sound Services. I agree to abide by all conditions of the Quote Packet and certify that I am authorized to sign this Quote for the Vendor. DATE SIGNATURE PRINT/TYPE NAME TITLE COMPANY Page 5 of 15

6 TWCVB VENDOR REFERENCE FORM 2014 Sound Engineering/Equipment Services Please provide the following information of five (5) clients for whom you have provided Sound Services within the past 12 months. You may also attach to this Reference Form, any letters of recommendation from the below-named clients. 1. Agency/Company: Contact Name: Contact Phone: Contact Date(s) of Services Rendered: Total Invoice for Services Rendered: $ Brief Description of Specific Event Production Services Rendered: 2. Agency/Company: Contact Name: Contact Phone: Contact Date(s) of Services Rendered: Total Invoice for Services Rendered: $ Brief Description of Specific Event Production Services Rendered: 3. Agency/Company: Contact Name: Contact Phone: Contact Date(s) of Services Rendered: Total Invoice for Services Rendered: $ Brief Description of Specific Event Production Services Rendered: Page 6 of 15

7 4. Agency/Company: Contact Name: Contact Phone: Contact Date(s) of Services Rendered: Total Invoice for Services Rendered: $ Brief Description of Specific Event Production Services Rendered: 5. Agency/Company: Contact Name: Contact Phone: Contact Date(s) of Services Rendered: Total Invoice for Services Rendered: $ Brief Description of Specific Event Production Services Rendered: Page 7 of 15

8 TWCVB SPECIFICATIONS, REQUIREMENTS AND ACKNOWLEDGMENT FORM 2014 Sound Engineering/Equipment Services Vendor shall initial each space under the Vendor Acknowledgement column below to indicate that he or she has read and fully comprehends each specification and requirement and will meet, conduct and perform each specification and requirement of this Acknowledgment Form and the Quote Packet Documents exactly as provided therein or will notate and provide a clear description of any deviation from any such specification or requirement if Vendor is unable or unwilling to meet such specification or requirement. Vendor acknowledges that the actual terms, conditions and provisions of the Sound Services Agreement, if awarded, may differ from the specifications and requirements outlined below. Vendor shall execute and date the final page of this Acknowledgment Form once reviewed and initialed as required. Item # Description of Specifications and Requirements Standard of Conduct and Appearance 1 The contractor to whom the Sound Services Agreement(s) is/are awarded, if awarded, Vendor shall exhibit proper decorum and act in a professional manner during all TWCVB directed events or while providing the Sound Services to TWCVB. Vendor may not use tobacco of any type or drink alcoholic beverages at any TWCVB directed event or while providing the Sound Services to TWCVB. Timeline and Contract Term 2 Sound Services Agreement(s), if awarded, shall be for the term beginning in March 2014 and ending March Any and all financial obligations of TWCVB under a proposed contract are conditional as they relate to a yearly appropriation. The award will be subject to the presentment and execution of written Sound Services Agreement(s) with the contractor on standard terms and conditions of TWCVB, including but not limited to, incorporation of those general terms outlined in this RFQ and the response(s) hereto. 3 Timeline: Quote Packet Questions Due Date 3:00 p.m. CST, Wednesday, February 19, 2014 Quote Packet Due Date 5:00 p.m. CST, Wednesday 19, 2014 Quote Approval Date Friday, February 21, 2014 Communication 4 Though Vendor shall have one main TWCVB contact, communication regarding the Sound Services may be with multiple TWCVB staff members or TWCVB affiliates, agents or assigns due to the number of TWCVB programs and events. Vendor, at Vendor s sole cost and expense, shall be capable of timely receiving and reviewing communication by fax, web, or via phone call/message and shall be capable of timely replying to any such communication. Payment 5 Payments to Vendor shall be made by TWCVB within thirty (30) calendar days after receipt and review of uncontested invoices. 6 No taxes shall be included in the quote price since TWCVB is exempt from all sales tax. TWCVB may provide Vendor with applicable proof of sales tax exemption. Vendor Acknowledgement Page 8 of 15

9 7 All invoices for the Sound Services shall indicate the type of service (program or event), services provided, time of event, location, etc. in sufficient detail and in a form required by TWCVB. Insurance Requirements 8 Vendor shall provide TWCVB acceptable proof of valid insurance which meets or exceeds the minimum insurance requirements as provided in TWCVB MINIMUM VENDOR INSURANCE REQUIREMENTS attached hereto on page three (3) and incorporated herein prior to providing the Sound Services. Sub-Contractors 9 Vendor shall not employ any subcontractor to fulfill any of Vendor s Sound Services obligations, in whole or in part, without the prior express written approval of TWCVB and shall fully indemnify and defend TWCVB for any acts or omissions of any such subcontractor. Non-Exclusive Arrangement 10 The Vendor agrees and understands that the Sound Services Agreement(s) shall not be construed as an exclusive arrangement and further agrees that TWCVB may, at any time, secure similar or identical services for additional Vendors at its sole option. TWCVB s Responsibility 11 TWCVB shall provide direction for all projects it initiates. Sound Checks 12 For all programs and events, sound checks shall be completed no more than one (1) hour prior and no less than thirty (30) minutes prior to advertised start of program or event. Location(s) for Sound 13 Sound Services are primarily provided at, though not limited to: Waterway Square 31 Waterway Square Place; The Woodlands, Texas Event Cancellation Policy 14 All obligations of The Woodlands Township and TWCVB under event production and vendor services agreements shall be excused in whole or in part, as necessitated based on the circumstances, by acts of God such as fires, storms, rain, cold, water quality or conditions, lightening, or floods; confiscations or restraints of government (civil or military, including but not limited to inability to have access to roads or pathways); strikes or labor disputes; civil disturbance; or any other cause or combination thereof that is not within the reasonable control of The Township or TWCVB, and not otherwise due to any negligence or willful misconduct by The Township or TWCVB. In the event that weather conditions, as determined by The Woodlands Fire Department, The Township, TWCVB, or other similar appropriate authority, do not allow a particular event to proceed on the scheduled date, the event shall be deemed cancelled due to weather (hereinafter referred to as a Weather Cancellation ). The Township and TWCVB hereby reserve the right to reschedule or completely cancel any event, at their sole discretion. In the event of such Weather Cancellation, the production company and/or service provider shall be entitled to retain an amount, as dictated by The Township and TWCVB or as otherwise agreed, as may be necessary to compensate the production company Page 9 of 15

10 Page 10 of 15 and/or service provider for expenses actually incurred in preparation for the event. Additionally, Vendor hereby acknowledges that the Location for Sound is currently subject to planned construction of a pedestrian bridge and permanent stage. Said construction may result in the interference with the Location for Sound, thereby prohibiting the events. If said construction does in fact require TWCVB to cancel any of the events, the event shall be deemed cancelled due to construction (hereinafter referred to as a Construction Cancellation ). TWCVB hereby reserves the right to reschedule or completely cancel any event, at their sole discretion. In the event of such Construction Cancellation, Vendor shall be entitled to retain an amount, as dictated by TWCVB or as otherwise agreed, as may be necessary to compensate Vendor for expenses actually incurred in preparation for the event. The Parties shall have no further rights or obligations to each other in the case of Weather or Construction Cancellations, except as expressly provided for otherwise. Weather conditions include but are not limited to rain, snow/ice, temperature and/or forecast for remainder of event day. Technical Requirements 15 It shall be the Vendor s responsibility to have the proper equipment necessary for the Sound Services. The Technical Requirements contained in this bid are to be used as a reference only and are not to be considered of a propriety nature. These specifications represent a level of quality and features that are desired by TWCVB. TWCVB is receptive to any product that would be considered by qualified TWCVB personnel as an approved equal. The Vendor must clearly state in the bid any variance from the specifications. If the Vendor is proposing an approved equal, it will be the Vendor s responsibility to provide adequate information in the Quote Packet to ensure equipment meets the required criteria. If adequate information is not submitted, quotes may be rejected. Below are the minimum technical specifications for sound equipment and the requirements for the events and programs where it may be used: FOH Minimum 8,000 watt single stack FOH system with four (4) monitor mixes and all necessary microphones and cabling for minimum five (5) piece band; MP3, IPOD and CD player for music playback. Mixers channel analog or digital console (Yamaha, Allen & Heath, Soundcraft or Midas equivalent) *No Peavey, Behringer or Mackie Boards. Speakers Two (2) to three (3) way main speakers (JBL SRX, EV or Yorkville equivalent); Two (2) dual 18 subwoofers (JBL SRX, EV, or Yorkville equivalent). Monitors Five (5) to 15 inch two (2) way monitors (Yamaha, JBL, Yorkville

11 or QSC equivalent) *No Peavey, Behringer or Mackie Speakers. Amplification Minimum of 4,000 watts amplification for mains and 4,000 for subs using crown or QSC power amps *No Peavey, Behringer or Mackie Amps. Must have a distribution capable of tying into 50 amp circuit (range plug). Lighting Minimum of 8k of incandescent halogen or LED lighting PAR 56 or 64 with DMX controller. Live at Night Spring Series 16 SOUND Vendor shall provide the following sound equipment (anticipated Minimum 8,000 watt single stack FOH; Minimum four (4) monitor mixes; Minimum 24 channel analog or digital console; All necessary microphones and cabling for a minimum five (5) piece band; Wireless handheld microphone for announcements; and MP3 player for music playback between sets. 17 LIGHTS Vendor shall provide the following lighting equipment (anticipated Minimum of 8k of incandescent halogen or LED lighting PAR 56 or 64 with DMX controller. 18 PROFESSIONAL MANAGEMENT SERVICES Vendor shall provide the following: Professional and experienced sound technicians in a number and type reasonable to the size and requirements of the event. Memorial Day Weekend in The Woodlands 19 SOUND Vendor shall provide the following sound equipment (anticipated Minimum 8,000 watt single stack FOH; Minimum four (4) monitor mixes; Minimum 24 channel analog or digital console; All necessary microphones and cabling for a minimum five (5) piece band; Wireless handheld microphone for announcements; and MP3 player for music playback between sets. 20 LIGHTS Vendor shall provide the following lighting equipment (anticipated Minimum of 8k of incandescent halogen or LED lighting PAR 56 or 64 with DMX controller. 21 PROFESSIONAL MANAGEMENT SERVICES Vendor shall provide the following: Professional and experienced sound technicians in a number and type reasonable to the size and requirements of the event. Waterway Nights 22 SOUND Vendor shall provide the following sound equipment (anticipated Minimum 8,000 watt single stack FOH; Minimum four (4) monitor mixes; Page 11 of 15

12 Minimum 24 channel analog or digital console; All necessary microphones and cabling for a minimum five (5) piece band; Wireless handheld microphone for announcements; and MP3 player for music playback between sets. 23 LIGHTS Vendor shall provide the following lighting equipment (anticipated Minimum of 8k of incandescent halogen or LED lighting PAR 56 or 64 with DMX controller. 24 PROFESSIONAL MANAGEMENT SERVICES Vendor shall provide the following: Professional and experienced sound technicians in a number and type reasonable to the size and requirements of the event. Labor Day Weekend in The Woodlands 25 SOUND Vendor shall provide the following sound equipment (anticipated Minimum 8,000 watt single stack FOH; Minimum four (4) monitor mixes; Minimum 24 channel analog or digital console; All necessary microphones and cabling for a minimum five (5) piece band; Wireless handheld microphone for announcements; and MP3 player for music playback between sets. 26 LIGHTS Vendor shall provide the following lighting equipment (anticipated Minimum of 8k of incandescent halogen or LED lighting PAR 56 or 64 with DMX controller. 27 PROFESSIONAL MANAGEMENT SERVICES Vendor shall provide the following: Professional and experienced sound technicians in a number and type reasonable to the size and requirements of the event. Live at Night Fall Series 28 SOUND Vendor shall provide the following sound equipment (anticipated Minimum 8,000 watt single stack FOH; Minimum four (4) monitor mixes; Minimum 24 channel analog or digital console; All necessary microphones and cabling for a minimum five (5) piece band; Wireless handheld microphone for announcements; and MP3 player for music playback between sets. 29 LIGHTS Vendor shall provide the following lighting equipment (anticipated Minimum of 8k of incandescent halogen or LED lighting PAR 56 or 64 with DMX controller. 30 PROFESSIONAL MANAGEMENT SERVICES Vendor shall provide the following: Professional and experienced sound technicians in a number and type reasonable to the size and requirements of the event. Page 12 of 15

13 Caroling on the Square 31 SOUND Vendor shall provide the following sound equipment (anticipated Minimum 8,000 watt single stack FOH; Minimum four (4) monitor mixes; Minimum 24 channel analog or digital console; All necessary microphones and cabling for a minimum five (5) piece band; Wireless handheld microphone for announcements; and MP3 player for music playback between sets. 32 LIGHTS Vendor shall provide the following lighting equipment (anticipated Minimum of 8k of incandescent halogen or LED lighting PAR 56 or 64 with DMX controller. 33 PROFESSIONAL MANAGEMENT SERVICES Vendor shall provide the following: Professional and experienced sound technicians in a number and type reasonable to the size and requirements of the event. Additional Services 34 TWCVB may require additional goods and services related to, but not specifically listed in, the Sound Services Agreement or this Quote Packet. To the extent that any such additional services are beyond the scope of the Sound Services Agreement or the Quote Packet, Vendor shall timely provide to TWCVB an estimate of the cost of such additional goods and services based on the same or similar formula or method Vendor used in establishing the prices in the Quote Packet. If acceptable to TWCVB, TWCVB shall authorize Vendor to provide such additional goods and services, and Vendor shall timely provide such additional goods and services. Notwithstanding the forgoing, TWCVB reserves the right to procure any such additional services from other Vendors, contractors or to utilize TWCVB employees, agents, affiliates or assigns to provide the additional goods and services at any time and at its sole discretion. Quote Evaluation 35 Evaluations of the quotes shall be based on a variety of criteria as determined solely by TWCVB and may include, in whole or in part, the total cost of Sound Services, Vendor s experience, quality and timeliness of Quote Packet submission, Vendor s ability to successfully perform the Sound Services, Vendor s experiences with similar contracts and/or scope of services, quality of previous Vendor s goods and services and Vendor s reliability amongst other criteria. Vendor Quote Packet Documents And Submissions 36 Vendor shall complete Quote Form and shall seal and submit said sealed form to TWCVB prior to the Quote Packet Due Date. 37 Vendor shall complete Vendor Reference Form, providing five (5) client references and submit said form to TWCVB prior to the Quote Packet Due Date. 38 Vendor shall submit a summary of its Community Involvement describing its location; its availability to meet with TWCVB representatives regularly and directly; and its involvement in the community and submit said summary to TWCVB prior to the Quote Packet Due Date. 39 Vendor shall complete this Acknowledgement Form initialing each block under Vendor s Acknowledgement, and signing in signature section provided and submit this form to TWCVB prior to the Quote Packet Due Date. Page 13 of 15

14 ACKNOWLEDGMENT FORM I have read and completely understand this TWCVB SPECIFICATIONS, REQUIREMENTS AND VENDOR ACKNOWLEDGMENT FORM and the entirety of the Quote Packet and hereby affirm that I am able to and shall meet, conduct and perform each specification and requirement contained therein. DATE SIGNATURE PRINT/TYPE NAME TITLE COMPANY WEBSITE Page 14 of 15

15 TWCVB QUOTE PACKET DOCUMENTS AND SUBMISSIONS RECEIVED CHECKLIST 2014 Sound Engineering/Equipment Services TO BE COMPLETED BY TWCVB STAFF ONLY Date Quote Packet received: Vendor s Name: Quote Packet reviewed by: Was Quote Packet complete and correct? Yes No If Quote Packet was complete and correct, then no further notations are required and the entire Checklist below should be left blank. If Quote Packet is not complete, indicate date each Quote Packet Document and/or Submission is received under Date Received column. If a Quote Packet Form and/or Submission is not received, then the Date Received column of the Checklist should be left blank for that particular Form and/or Submissions. If Quote Packet Document and/or Submission is incomplete or incorrect, provide brief description of deficiency of Document and/or Submission in the Notes Colum of the Checklist. QUOTE PACKET DOCUMENT OR VENDOR SUBMISSION QUOTE FORM VENDOR REFERENCE FORM VENDOR SUMMARY OF COMMUNITY INVOLVEMENT ACKNOWLEDGMENT FORM Date Received REVIEWER S NOTES Page 15 of 15

Request for Proposal (RFP) 2015 Video Production Services

Request for Proposal (RFP) 2015 Video Production Services The Woodlands Township/The Woodlands Convention & Visitors Bureau Request for Proposal (RFP) 2015 Video Production Services The Woodlands, Texas SCOPE: The purpose of this Request for Proposal (RFP) is

More information

Request for Interest. Public Relations Agency of Record

Request for Interest. Public Relations Agency of Record Request for Interest Public Relations Agency of Record The Woodlands, Texas Issuance Date: May 16, 2014 Due Date: July 18, 2014 1 Request for Interest Public Relations Agency of Record I. BACKGROUND In

More information

The Woodlands Township

The Woodlands Township The Woodlands Township 2016 The Woodlands Township Plumbing Services Bid (2016-2019) Contract Number: 2016-0175 The Woodlands, TX Scope of Services: Provide on call and as needed plumping services to The

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

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

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

Request for Proposal Hewlett Packard Network Switches and Peripherals

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

More information

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

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

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

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

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

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

More information

CONSULTANT AGREEMENT

CONSULTANT AGREEMENT CONSULTANT AGREEMENT AGREEMENT made this day of, 20, by and between PACE UNIVERSITY, One Pace Plaza, New York, New York 10038 (hereinafter referred to as Pace ), and [FULL LEGAL NAME OF CONSULTANT], with

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

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

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

More information

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

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

Please ask Owen to forward the COI and endorsements. We will accept blanket endorsements that are already part of the policy.

Please ask Owen to forward the COI and endorsements. We will accept blanket endorsements that are already part of the policy. Allen, From: Sent: To: Subject: Allen, Thursday, May 02, 2013 3:52 PM Curtis, June RE: Tom Zaleski Video Production - Jeopardy That is fine. Please ask Owen to forward the COI and endorsements. We will

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

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY Revised: February 23, 2008 EXHIBIT C INSURANCE REQUIREMENTS Without limiting Consultant s indemnification, Consultant shall

More 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

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

How To Build A Data Backup System In Town Of Trumbull

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

More information

SANTA BARBARA METROPOLITAN TRANSIT DISTRICT. Invitation for Bids for Architectural & Engineering Services. Addendum Number 1 Issued August 5, 2013

SANTA BARBARA METROPOLITAN TRANSIT DISTRICT. Invitation for Bids for Architectural & Engineering Services. Addendum Number 1 Issued August 5, 2013 SANTA BARBARA METROPOLITAN TRANSIT DISTRICT Invitation for Bids for Architectural & Engineering Services Addendum Number 1 Issued August 5, 2013 The Santa Barbara Metropolitan Transit District (MTD) herewith

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

Berkeley Unified School District ROUTING FORM Contract, MOU and Amendment Approval

Berkeley Unified School District ROUTING FORM Contract, MOU and Amendment Approval ROUTING FORM Contract, MOU and Amendment Approval All Independent Contractor Agreement, MOU and Amendment Forms should be routed to Purchasing Department first for tracking. Purchasing will send the documents

More information

Stephenson County, Illinois

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

More information

BROKER AND CARRIER AGREEMENT

BROKER 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 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

Division of Business Affairs & Finance Department of Conference Services

Division of Business Affairs & Finance Department of Conference Services Division of Business Affairs & Finance Department of Conference Services This Agreement, with attachments as applicable, is dated (DATE) and is by and between Cleveland State University (CSU), a state-supported

More information

ADDENDUM A1. Subcontractor Insurance Requirements

ADDENDUM A1. Subcontractor Insurance Requirements ADDENDUM A1 Subcontractor Insurance Requirements Certificates and endorsements must be received and approved prior to the start of any work. No payments will be released until all insurance documents are

More information

INDEPENDENT CONTRACTOR AGREEMENT (On Call Real Estate Broker Services)

INDEPENDENT CONTRACTOR AGREEMENT (On Call Real Estate Broker Services) INDEPENDENT CONTRACTOR AGREEMENT (On Call Real Estate Broker Services) THIS AGREEMENT (Contract") is made this 14th day of December, 2010, between the Board of County Commissioners of Sumter County, Florida

More information

LAS VEGAS VALLEY WATER DISTRICT

LAS VEGAS VALLEY WATER DISTRICT LAS VEGAS VALLEY WATER DISTRICT INSURANCE/INDEMNITY REQUIREMENTS TO PROVIDE PROFESSIONAL SERVICES Contacts Under $25,000 Page 2 Contracts over $25,000 and under $100,000. Page 3 Contacts Over $100,000

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

How To Write A Contract Between College And Independent Contractor

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

More information

CONTRACTS & PROCUREMENT DEPARTMENT

CONTRACTS & PROCUREMENT DEPARTMENT CONTRACTS & PROCUREMENT DEPARTMENT AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN NORTH SAN DIEGO COUNTY TRANSIT DEVELOPMENT BOARD AND Contractor Name RFP # This agreement is made and entered into as of,

More information

Independent Contractor Agreement. Name of Contractor: Address: Social Security or Tax I.D. Number:

Independent Contractor Agreement. Name of Contractor: Address: Social Security or Tax I.D. Number: HOFSTRA UNIVERSITY Name of Contractor: Address: Social Security or Tax I.D. Number: Independent Contractor Agreement THIS INDEPENDENT CONTRACTOR AGREEMENT (together with any attachments referred to below,

More information

Document B105 TM. Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project

Document B105 TM. Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project Document B105 TM 2007 Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project AGREEMENT made as of the day of in the year (In words, indicate day, month and

More information

Last: First: Middle Initial: Title

Last: First: Middle Initial: Title Credit Application Name/Address Last: First: Middle Initial: Title Name of Business: Tax I.D. Number Address: City: State: ZIP: Phone: Cell Phone: Email Address: Organization Information Type of Organization:

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

ARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and

ARCHITECTURAL 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 information

Alterations to Building Request Form

Alterations to Building Request Form Alterations to Building Request Form This form is required for all Organizational Housing Facilities that wish to request any changes, updates, or overall alterations to the facility or surrounding area.

More information

PURCHASE ORDER TERMS AND CONDITIONS

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

More information

KALEIDA HEALTH INSURANCE REQUIREMENTS SERVICE PROVIDERS. Bodily Injury and Property Damage Limit occurrence. General Aggregate $2,000,000

KALEIDA HEALTH INSURANCE REQUIREMENTS SERVICE PROVIDERS. Bodily Injury and Property Damage Limit occurrence. General Aggregate $2,000,000 1. INSURANCE TO BE MAINTAINED BY VENDOR/SERVICE PROVIDER Prior to providing products/equipment and/or services under this Agreement, Vendor/Service Provider, at its own cost and expense, shall procure

More information

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 REQUEST FOR QUOTATION Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 3:00 PM (EDST) on May 1, 2014,

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

EXHIBIT B. Insurance Requirements for Construction Contracts

EXHIBIT B. Insurance Requirements for Construction Contracts EXHIBIT B Insurance Requirements for Construction Contracts Contractor shall procure and maintain for the duration of the contract, and for x years thereafter, insurance against claims for injuries to

More 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

#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

St. Andrews Public Service District

St. Andrews Public Service District St. Andrews Public Service District Request for Qualifications for Architectural/Engineering (A/E) Consultancy Services for Fire Stations, Administrative Buildings, and Environmental Services Facilities.

More information

REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT

REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT Proposals will be received until Friday, May 22, 2015 4:00 p.m. CST General Information Questions: All inquiries for information regarding this solicitation

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

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014

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

More information

Request for Qualifications (RFQ)

Request for Qualifications (RFQ) Request for Qualifications (RFQ) East Central College is seeking qualifications for architectural and engineering services required to support the development of a campus wide master plan, as well as architectural

More information

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FOR. Attention:

AGREEMENT 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 information

Exhibit B (Incorporated into Construction Purchase Order Terms and Conditions) CONSTRUCTION CONTRACT INSURANCE REQUIREMENTS

Exhibit B (Incorporated into Construction Purchase Order Terms and Conditions) CONSTRUCTION CONTRACT INSURANCE REQUIREMENTS Exhibit B (Incorporated into Construction Purchase Order Terms and Conditions) CONSTRUCTION CONTRACT INSURANCE REQUIREMENTS 1.1. Contractor shall maintain insurance underwritten by solvent insurance companies

More 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

How To Work For A City Of Germany Project

How To Work For A City Of Germany Project CONSULTING SERVICES AGREEMENT This Consulting Services Agreement ( Agreement ) is made and entered into this day of, 2013, by and between the City of Clovis, a Municipal Corporation, hereinafter called

More 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

RFQ # 15-008-10 CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE

RFQ # 15-008-10 CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE RFQ # 15-008-10 CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE I. INTRODUCTION Shelby County Government (the County ), is soliciting services of a qualified election management

More information

REQUEST 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 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 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

TRANSPORTATION AGREEMENT

TRANSPORTATION AGREEMENT TRANSPORTATION AGREEMENT THIS AGREEMENT ( Agreement ) is dated as of, 200 between including its subsidiaries (collectively, Shipper ), and Dick Harris and Son Trucking Co., Inc. (Carrier). Carrier agrees

More information

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

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

More information

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR INDEPENDENT FINANCIAL ADVISOR. Issued by the Town of Bedford

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR INDEPENDENT FINANCIAL ADVISOR. Issued by the Town of Bedford REQUEST FOR PROPOSAL/QUALIFICATIONS FOR INDEPENDENT FINANCIAL ADVISOR Issued by the Town of Bedford Chris Burdick, Supervisor David Gabrielson, Deputy Supervisor Francis Corcoran Marybeth Kass Lisbeth

More information

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M. CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue

More information

How To Perform A Contract With A Community College District

How To Perform A Contract With A Community College District INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES This Independent Consultant Agreement for Professional Services ( Agreement ) is made and entered into as of the 21 st day of January 2015 by

More information

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 007316 INSURANCE REQUIREMENTS

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 007316 INSURANCE REQUIREMENTS SECTION 007316 INSURANCE REQUIREMENTS PART 1 - INSURANCE REQUIREMENTS 1.01 GENERAL A. Any person, firm or corporation Contractor authorizes to work upon the Property, including any subcontractor, shall

More 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

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 REQUEST FOR QUOTATION Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 4:00 PM (EDST) on September 2,

More information

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

REQUEST 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 information

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

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

More information

April 22, 2009 REQUEST FOR PROPOSALS (RFP)

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

More information

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

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

More information

REQUEST FOR INFORMATION

REQUEST FOR INFORMATION Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR INFORMATION EMERGENCY MITIGATION AND RESTORATION SERVICES RFI # 09-10 ISSUE DATE: November 17, 2009 DUE DATE: OPEN

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

THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS

THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS INSURER POLICY No. ENDORSEMENT NO: ISO FORM CG 20 10 11 85 (MODIFIED) COMMERCIAL GENERAL LIAIBILITY THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR

More 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

SERVICE PROVIDER AGREEMENT WITNESSETH. WHEREAS, the COUNTY desires to obtain the services of said PROVIDER as further described herein referred to as

SERVICE PROVIDER AGREEMENT WITNESSETH. WHEREAS, the COUNTY desires to obtain the services of said PROVIDER as further described herein referred to as SERVICE PROVIDER AGREEMENT This SERVICE PROVIDER AGREEMENT is made and entered into this day of, 20, between the Board of County Commissioners of LEE COUNTY, a political subdivision of the STATE OF FLORIDA

More information

NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP

NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP Insurance Recommendations for Consultant Contracts For contracts providing professional services by Accountants, Architects, Attorneys, Counselors, Consultants,

More information

AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER (Small Projects-Construction Costs Generally Under $100,000)

AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER (Small Projects-Construction Costs Generally Under $100,000) AISD PROJECT NO. PROJECT TITLE AND ADDRESS: AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER (Small Projects-Construction Costs Generally Under $100,000) This Agreement ( Agreement ) is made as of the day

More information

SNOW REMOVAL CONTRACT

SNOW REMOVAL CONTRACT SNOW REMOVAL CONTRACT THIS SNOW REMOVAL CONTRACT ( Agreement ), is entered into this day of, 20, by and between ( Owner ), acting by and through ( Agent ), its managing agent, whose address is,, Virginia,

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

LICENSE FOR USE OF FACILITIES LONG ISLAND UNIVERSITY. In consideration of the license hereby granted to

LICENSE FOR USE OF FACILITIES LONG ISLAND UNIVERSITY. In consideration of the license hereby granted to LICENSE FOR USE OF FACILITIES LONG ISLAND UNIVERSITY In consideration of the license hereby granted to ( Licensee ), located at to use certain facilities of the Campus of Long Island University ( Licensor

More information

The School District of Philadelphia Standard Terms for Research Data License Agreements

The School District of Philadelphia Standard Terms for Research Data License Agreements The School District of Philadelphia Standard Terms for Research Data License Agreements The School District of Philadelphia (the School District ) has received and carefully considered your request for

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 August 4, 2014 TO: Prospective Quoters RE: Request for Quotation (RFQ) 14-21 Internet Service Provider The Greater Dayton Regional

More information

Request for Qualifications

Request for Qualifications Request for Qualifications Architectural and Engineering Services associated with WINDSOR ANIMAL SHELTER DESIGN TOWN OF WINDSOR, CT 06095 GENERAL The Town of Windsor is accepting qualification proposals

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

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

INDEPENDENT CONTRACTOR AGREEMENT (ICA)

INDEPENDENT CONTRACTOR AGREEMENT (ICA) INDEPENDENT CONTRACTOR AGREEMENT (ICA) (This agreement is not a construction contract within the meaning of Civil Code section 2783, and is not an agreement for the provision of construction services within

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. LETTERING REPLACEMENT At Tulsa International Airport

Request for Quote. LETTERING REPLACEMENT At Tulsa International Airport Request for Quote LETTERING REPLACEMENT At Tulsa International Airport 7777 East Apache Street Room A217 Tulsa OK 74115 Attn: Mark Soltero Airports Facilities Engineer Office (918)838-5603 Email marksoltero@tulsaairports.com

More information

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

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

More information

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES FOR THE TOWN OF BELMONT FIRE DEPARTMENT

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES FOR THE TOWN OF BELMONT FIRE DEPARTMENT REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES FOR THE TOWN OF BELMONT FIRE DEPARTMENT 1 TABLE OF CONTENTS PAGE INVITATION FOR PROPOSALS 3 SPECIFICATIONS 4 ATTORNEY S FEES AND COSTS, INSURANCE

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

Request for Statements of Qualifications # 27676 for Electric Motor Repair

Request 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 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

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

Request for Proposal ****************** Full Disk Encryption Licenses September 2013 Project# 14/0004

Request for Proposal ****************** Full Disk Encryption Licenses September 2013 Project# 14/0004 Request for Proposal ****************** Full Disk Encryption Licenses September 2013 Project# 14/0004 MHMRA of Harris County Purchasing Department 7011 Southwest Freeway Houston, Texas 77074 INVITATION

More information

COVENTRY PUBLIC SCHOOLS PHOTOGRAPHY BID

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

More information