TWCVB Request for Quote (RFQ) 2014 Sound Engineering/Equipment Services
|
|
- Sydney Clark
- 8 years ago
- Views:
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
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 informationRequest 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 informationThe 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 informationINSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4
1THE PHILADELPHIA PARKING AUTHORITY RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4 Prior to commencement of the contract and until completion of your work, shall, at its sole expense,
More 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 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 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 informationATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS
ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS Contractor shall obtain insurance of the types and in the amounts listed below. A. COMMERCIAL GENERAL AND UMBRELLA
More 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 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 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 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 informationCONSULTANT 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 informationHURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT
HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT Proposals will be received in the New Hanover County Finance, 230 Government Center
More 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 informationLEASE 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 informationSTATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT
STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT Contract #: Total Obligation: AGREEMENT BETWEEN: The Georgia Department of Transportation s location identified in Paragraph 101A
More informationPlease 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 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 informationEXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY
EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY Revised: February 23, 2008 EXHIBIT C INSURANCE REQUIREMENTS Without limiting Consultant s indemnification, Consultant shall
More informationINSURANCE REQUIREMENTS FOR VENDORS
INSURANCE REQUIREMENTS FOR VENDORS The Contractor/Vendor shall purchase and maintain for the duration of the contract/work insurance against claims for injuries to persons or damages to property which
More 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 informationHow 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 informationSANTA 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 informationAGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and
AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] THIS AGREEMENT is made and entered into this day of, 2014, by and between the City of Yreka, a municipal corporation, hereinafter referred
More informationBerkeley Unified School District ROUTING FORM Contract, MOU and Amendment Approval
ROUTING FORM Contract, MOU and Amendment Approval All Independent Contractor Agreement, MOU and Amendment Forms should be routed to Purchasing Department first for tracking. Purchasing will send the documents
More 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 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 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 informationDivision 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 informationADDENDUM 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 informationINDEPENDENT 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 informationLAS 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 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 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 informationCONTRACTS & 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 informationIndependent 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 informationDocument 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 informationLast: 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 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 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 informationAlterations to Building Request Form
Alterations to Building Request Form This form is required for all Organizational Housing Facilities that wish to request any changes, updates, or overall alterations to the facility or surrounding area.
More 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 informationKALEIDA HEALTH INSURANCE REQUIREMENTS SERVICE PROVIDERS. Bodily Injury and Property Damage Limit occurrence. General Aggregate $2,000,000
1. INSURANCE TO BE MAINTAINED BY VENDOR/SERVICE PROVIDER Prior to providing products/equipment and/or services under this Agreement, Vendor/Service Provider, at its own cost and expense, shall procure
More informationREQUEST 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 informationBorough 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 informationEXHIBIT B. Insurance Requirements for Construction Contracts
EXHIBIT B Insurance Requirements for Construction Contracts Contractor shall procure and maintain for the duration of the contract, and for x years thereafter, insurance against claims for injuries to
More 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 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 informationSt. 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 informationREQUEST 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 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 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 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 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 informationExhibit B (Incorporated into Construction Purchase Order Terms and Conditions) CONSTRUCTION CONTRACT INSURANCE REQUIREMENTS
Exhibit B (Incorporated into Construction Purchase Order Terms and Conditions) CONSTRUCTION CONTRACT INSURANCE REQUIREMENTS 1.1. Contractor shall maintain insurance underwritten by solvent insurance companies
More informationCONSULTANT 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 informationHow To Work For A City Of Germany Project
CONSULTING SERVICES AGREEMENT This Consulting Services Agreement ( Agreement ) is made and entered into this day of, 2013, by and between the City of Clovis, a Municipal Corporation, hereinafter called
More 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 informationRFQ # 15-008-10 CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE
RFQ # 15-008-10 CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE I. INTRODUCTION Shelby County Government (the County ), is soliciting services of a qualified election management
More 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 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 informationTRANSPORTATION 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 informationSARPY 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 informationREQUEST 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 informationCITY 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 informationHow 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 informationD3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 007316 INSURANCE REQUIREMENTS
SECTION 007316 INSURANCE REQUIREMENTS PART 1 - INSURANCE REQUIREMENTS 1.01 GENERAL A. Any person, firm or corporation Contractor authorizes to work upon the Property, including any subcontractor, shall
More 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 informationREQUEST 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 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 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 informationApril 22, 2009 REQUEST FOR PROPOSALS (RFP)
April 22, 2009 REQUEST FOR PROPOSALS (RFP) The New Jersey Schools Development Authority (NJSDA) is seeking proposals to engage a contractor to provide HVAC preventative maintenance and repairs at NJSDA
More informationSTAMFORD 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 informationREQUEST 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 informationHow To Insure Construction Contracts In Northern California Schools Insurance Group
NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP Cover Note to NCSIG Members & Their Architects/Engineers Insurance Recommendations for Construction Contracts Applicable to New Construction & Modernization/Remodeling
More informationTHIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS
INSURER POLICY No. ENDORSEMENT NO: ISO FORM CG 20 10 11 85 (MODIFIED) COMMERCIAL GENERAL LIAIBILITY THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR
More informationCONTRACT 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 informationSERVICE 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 informationNORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP
NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP Insurance Recommendations for Consultant Contracts For contracts providing professional services by Accountants, Architects, Attorneys, Counselors, Consultants,
More informationAGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER (Small Projects-Construction Costs Generally Under $100,000)
AISD PROJECT NO. PROJECT TITLE AND ADDRESS: AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER (Small Projects-Construction Costs Generally Under $100,000) This Agreement ( Agreement ) is made as of the day
More informationSNOW 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 informationAGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:
AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: MARTIN COUNTY BOARD OF COUNTY COMMISSIONERS, a political subdivision
More informationLICENSE 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 informationThe 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 informationGreater 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 informationRequest 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 informationWITNESSETH. That Contractor, for the consideration hereinafter fully set out, hereby agrees with the County as follows:
NORTH CAROLINA RANDOLPH COUNTY CONTRACT THIS CONTRACT, made and entered into this day of, 2015 by and between Randolph County, a political subdivision of the State of North Carolina, hereinafter referred
More informationALLEGANY 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 informationINDEPENDENT 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 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 informationRequest 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 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 informationREQUEST 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 informationREQUEST 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 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 informationSAMPLE 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 informationSubcontractor 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 informationRequest 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 informationCOVENTRY 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