REQUEST FOR PROPOSAL MOLD INSPECTION AND REMEDIATION PLAN Project # Xavier University of Louisiana New Orleans, Louisiana

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL MOLD INSPECTION AND REMEDIATION PLAN Project # 2012025.01. Xavier University of Louisiana New Orleans, Louisiana"

Transcription

1 REQUEST FOR PROPOSAL MOLD INSPECTION AND REMEDIATION PLAN Project # Xavier University of Louisiana New Orleans, Louisiana Marion Bracy Vice President of Facility Planning and Management November 6,

2 Ad Content Request for Proposal Xavier University of Louisiana is requesting sealed proposals from qualified firms or individuals for Xavier University of Louisiana MOLD INSPECTION AND REMEDIATION PLAN Project # Proposers shall be responsible for the actual delivery of proposals during business hours to the address indicated below. It shall not be sufficient to show that the proposal was mailed in time to be received before scheduled closing time. Delivery address is: Xavier University of Louisiana Facility Planning and Management 1 Drexel Drive, Box 54 New Orleans, Louisiana Purpose of this Request for Proposal (RFP) The purpose of this Request for Proposal (RFP) is to establish a contract for Mold Inspection and Remediation Plan required for Xavier South Building #40 located at 909 S. Jefferson Davis Pkwy. An on-site mandatory pre-proposal conference has been scheduled to be conducted at the site for 2:00 p.m., on Friday, November 9, 2012 in the Food Court/Fitness Area located on the First Floor. All respondents are directed to the document available online as directed above. Please do not phone or anyone in the Facilities Department or any other department regarding this RFP as phone calls and s will not be addressed. Page 2 of 12

3 Schedule of Events ACTION DATE DETAILS Invitation to Bid November 6, 2012 By Mandatory Pre-Bid Conference & Walk Thru November 9, 2012 at 2:00 p.m. Period of Inquiry End date November 14, 2012 By 3:00 p.m. Xavier South 909 S. Jefferson Davis Pkwy, New Orleans, La. Direct all questions in writing to Landmark Consulting 1340 Poydras Street Suite 2150 New Orleans, LA Bid Package Submittal Date & Bid Opening November 16, 2012 By 1:00 p.m. Anticipated Award/Notice to Proceed Week of November 19, 2012 Anticipated Project Timeline (mobilization Approximately days to completion/remediation plan) Xavier University of Louisiana Facility Planning and Management 1 Drexel Drive, Box 54 New Orleans, Louisiana I. SECTION ONE SUBMITTAL REQUIREMENTS The complete original proposal must be submitted in a sealed package and received in accordance with the instructions detailed in this request. All proposals shall be marked Mold Inspection and Remediation Plan. Proposers shall file all documents necessary to support their proposal and include them with their proposal. Proposers shall be responsible for the actual delivery of proposals during business hours to the address indicated in the cover letter. It shall not be sufficient to show that the proposal was mailed in time to be received before scheduled closing time. Proposal Format Proposals shall be submitted in the following format and include the following information Listing of all applicable licenses, insurances and certifications. Statement of work outlining tasks to be performed Detailed description of mold inspection and remediation capabilities including available staff Fee Proposals signed by responsible party References including contact names with phone numbers. Copies An original and three (3) copies of the proposal and supporting documents must be submitted in response to the RFP. All responses must relate to the specifications as outlined. Contact for Questions Proposers must submit proposals in accordance with the instructions contained in this RFP. All requested information must be submitted with the proposal. Instructions for preparation and submission of proposals are contained in this package. Questions regarding this request for proposal should be directed to: Page 3 of 12

4 Landmark Consulting 1340 Poydras Street Suite 2150 New Orleans, LA Submittal of Qualifications: Proposers should submit experience and qualifications as described below. Additional information may be submitted as appropriate to further describe vendor and provide product capabilities. a) List of clients with contact names and phone numbers for whom you have performed projects with a similar scope of work within the last five (5) years. b) Please include a list with brief descriptions of the completed projects/experience of working at a college or university or some type of campus culture work history. c) Number of support personnel available for this project. d) Listing of all applicable licenses and certifications. e) Previous work completed on Xavier University s campus (if applicable). Purpose of this Request for Proposal (RFP) The purpose of this Request for Proposal (RFP) is to establish a contract for MOLD Inspection and Remediation Plan required for Xavier South Building #40. (Please see the attached preliminary assessment report). Xavier South is approximately 111,350 square feet in size and has 6 Air Handler Units. Request for Proposal Xavier University of Louisiana is requesting sealed proposals from qualified firms or individuals for MOLD INSPECTION AND REMEDIATION PLAN Statement of Work and Schedule The proposer shall furnish a Statement of Work (SOW) outlining tasks to be performed by the proposer. It is expected that most of the work required will be completed during office hours (Monday Friday, 7:00 AM 5:00 PM). Work will be permitted during the evenings and weekends. Bids shall be submitted in sealed envelopes or package. All required forms shall be submitted in the envelopes or package(s), which will be clearly marked, XULA Mold Inspection and Remediation Plan and will show the name of bidder, and the date and time when bids are due. Once received by the XULA, bids will not be returned. Formal communication such as requests for clarification and/or information concerning this solicitation shall be submitted in writing Landmark Consulting via . No information concerning this solicitation or request for clarification will be provided in response to bid initiated telephone calls. All requests for information must be asked during submitted in writing. Bids received prior to the closing date and time will be securely kept, unopened until bid opening date. The bid opening manager, whose duty is to open them, will decide when the specified time has arrived, open them, and no bid received thereafter will be considered responsive. Page 4 of 12

5 Delivery Details Proposers shall be responsible for the actual delivery of proposals during business hours to the address indicated below. It shall not be sufficient to show that the proposal was mailed in time to be received before scheduled closing time. Bids will be received until: Closing Time: 1:00 p.m. Closing Date: Friday, November 16, 2012 Where: Xavier University of Louisiana Facility Planning and Management 1 Drexel Drive, Box 54 New Orleans, Louisiana Mandatory Site Visit An on-site mandatory pre-proposal conference has been scheduled to be conducted at the site located at 909 S. Jefferson Davis Pkwy for 2:00 p.m. on November 9, 2012 to discuss the specifications, visit impacted areas and resolve any questions and/or misunderstandings that may arise. It is mandatory that all bidders attend. Each proposer must completely satisfy themselves to the exact nature and existing conditions of the site and requirements of the specifications for extent and quality of work to be performed. Failure to do so will not relieve the successful contractor of their obligations to carry out the provisions of the contract. Background Landmark Consulting, LLC was retained by Xavier University of Louisiana (XULA) to conduct a preliminary assessment of moisture damage post the weather events (Tropical Storm Isaac and Hurricane Isaac). The evaluation performed at the 2 locations consisted of visual damage assessments which were documented with a digital camera. For the purposes of this RFP, the inspection will include ONLY Xavier South. See attached report: Preliminary Moisture Assessment dated September 11, II. SECTION TWO SCOPE OF WORK Scope of work for Xavier South includes moisture inspection/testing and remediation plan of mold and mildew of the entire building of the affected areas, and all the necessary labor, equipment, needed to complete the project. All work will be performed in accordance with industry guidelines. The industries guidelines are listed below are not limited to the list. Industry and Federal Guidelines Mold Remediation in Schools and Commercial Buildings (Environmental Protection Agency, EPA); IICRC S500, Standard and Reference Guide for Professional Water Damage Restoration (Institute of Inspection, Cleaning and Restoration, IICRC); IICRC S520 Standard and Reference Guide for Mold Remediation (Institute of Inspection, Cleaning and Restoration, IICRC); A Brief Guide to Mold in the Workplace. Occupational Safety and Health Administrations (OSHA) Page 5 of 12

6 Initial Inspection Certified mold inspection personnel shall thoroughly inspect each facet of the moisture damaged sites, carefully noting any area of concern as it relates to existing mold, water intrusion, open windows, visible leaks, foundation cracks, and excess moisture. Please provide inspection protocol. Suggested elements of mold inspection are air quality samples (plate and/or whole), moisture readings (camera and meter) AIR QUALITY SAMPLING Limited air quality testing should be performed to include air samples to collect airborne spores to determine the amount of mold in the air. Air samples should be collected on spore traps. Please provide methodology, protocol and certified testing laboratories. Plate Analysis --Mold samples should be collected using Petri dishes. (Please include methodology and protocol) Whole Air Sample Analysis --Mold samples should be collected using an air quality sampler that is designed for rapid collection and analysis of airborne aerosols to include mold spores. (Please include methodology and protocol) MOISTURE READINGS One of the purposes of the moisture meter is to perform a quantitative survey to identify damaged building substrates. Moisture Meter --Use of a moisture meter is to evaluate the amount of moisture present in the damaged building materials. Moisture meters may be helpful for measuring the moisture content in a variety of building materials following water damage. They can also be used to monitor the process of drying damaged materials. These direct reading devices have a thin probe which can be inserted into the material to be tested or can be pressed directly against the surface of the material. Moisture meters can be used on materials such as carpet, wallboard, wood, brick, and concrete. (Please provide specifications/data sheet of meter) Humidity Gauges or Meters: Monitor Moisture Levels in the Air --Humidity meters can be used to monitor humidity and temperature indoors. Infrared Thermography Camera --Use of an infrared themography camera to screen for positive identification of internal moisture sources and identifies migration patterns. Infrared thermography cameras produce images of invisible infrared and provide precise noncontact temperature measurement capabilities. (Please provide specifications/data sheet of camera). Remediation Plan Remediation plans vary according to the size and complexity of the job. The remediation plan should include but is not limited to the following: Whether containment will be required; What level of PPE will be used; How the water or moisture problem will be fixed so the mold problem does not recur; How the moldy building materials will be removed to avoid spreading mold. Page 6 of 12

7 Final Inspection A thorough post mold remediation inspection shall be conducted to ensure quality of the work done. This should include but not limited to a visual inspection and air sampling. (Please provide protocol for final inspection) III.SECTION THREE Right of Rejection and Clarification XULA reserves the right, at its sole discretion, to reject any and all Statements of Qualifications, to cancel this RFP in its entirety, request clarification of information from any proposer, or to cancel the selected group of approved applicants. Any submittal which does not meet the requirements of this RFP may be considered to be nonresponsive, and bid may be rejected. Respondents must comply with all of the terms of this RFP and all applicable local, state, and federal laws and regulations. XULA may reject any bid that does not comply with all of the terms, conditions, and performance requirements of this RFP. Request for Additional Information Prior to the final selection, proposers may be required to submit additional information which the XULA may deem necessary to further evaluate the proposer's qualifications. Denial of Reimbursement XULA will not reimburse proposers for any costs associated with the preparation and submittal of any proposal, or for any travel and/or per diem costs that are incurred. Right of Negotiation XULA reserves the right to negotiate with the selected proposer the exact terms and conditions of the contract. Right of Rejection of Lowest Fee Proposal XULA is under no obligation to award this project to the proposed offering the lowest fee proposal. Evaluation criteria included in this document shall be used in evaluating proposals. Exceptions to the RFP Proposers may find instances where they must take exception with certain requirements or specifications of the RFP. All exceptions shall be clearly identified, and written explanations shall include the scope of the exceptions, the ramifications of the exceptions for XULA, and a description of the advantage to be gained or disadvantages to be incurred by the XULA as a result of these exceptions. Evaluation Criteria Proposals will be evaluated on the following criteria, listed in order of their relative priority with most important listed first: a) Qualifications, b) Past Experience and c) Price Warranty The proposer shall include details of any warranty provided. Page 7 of 12

8 Indemnity If a contract is awarded, the successful contractor shall provide contractual liability insurance which will, to the fullest extent permitted by law, indemnify, defend and hold harmless the Owner and their agents and employees from and against all claims, suits, damages, losses, liabilities and expenses, including but not limited to attorney s fees, arising out of, relating to or resulting from the performance of the Work, provided that any such claim, damage, loss or expense (1) Is attributable to bodily injury, sickness, disease or death, or to injury to any persons, including Contractor s/subcontractor s employees or destruction of tangible property (other than the Work itself) including the loss of use resulting there from, and (2) Is caused in whole or in part by any negligent act or omission of the selected Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity, which would otherwise exist. This indemnity agreement shall also specifically apply to all claims, damages, losses and expenses, including but not limited to attorney s fees, arising out of or resulting from the use of any machinery, equipment, tools or other paraphernalia furnished by the Owner for use by the Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or anyone whose acts may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Notwithstanding the forgoing, it is agreed that selected Contractor s indemnification hereunder, shall not apply to the extent that such damage or resulting loss is adjudicated and attributed to the fault or neglect of Owner. The obligation to defend begins at the time a claim or demand is made and runs through a final adjudication or settlement. In any and all claims against the Owner or any of their agents or employees by any employee of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, this indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the selected Contractor or Subcontractor under workers or workmen s compensation acts, disability benefit acts or other employee benefit acts. The obligations of the selected Contractor under this Paragraph shall not extend to the liability of the Owner, their agents or employees, arising out of the preparation or approval of reports, opinions, change orders or specifications, or the giving of or the failure to give directions or instructions by his agents or employees provided such giving or failure to give directions or instructions by his agents or employees provided such giving or failure to give is the primary cause of the injury damage. Page 8 of 12

9 IV.SECTION FOUR Contract The contract between the XULA and the contractor shall consist of (1) the Request for Proposal (RFP) and any amendments thereto, and (2) the proposal submitted by the contractor in response to the RFP. In the event of a conflict in language between the two documents referenced above, the provisions and requirements set forth and/or referenced in the RFP shall govern. However, XULA reserves the right to clarify any contractual relationship in writing with the concurrence of the contractor, and such written clarification shall govern in case of conflict with the applicable requirements stated in the RFP or the contractor s proposal. In all other matters not affected by the written clarifications, if any, the RFP shall govern. The contract resulting from this invitation will be a firm-fixed-price type contract. The contractor shall be paid full compensation for work required, performed, and accepted under the contract at the prices indicated on the attached worksheets. The XULA reserves the right to reject any and all bids and to waive any informality in the bidding. The XULA is prohibited from making any awards to contractor firms (including subcontractors) or any individuals that are on the list of firms ineligible to receive awards from the United States Government. A written award or acceptance of offer mailed or otherwise furnished to the successful bidder within the time for acceptance specified in the offer shall result in a binding contract without further action by either party. All respondents will be notified by mail of the XULA s selection as soon as possible. The selected vendor will be expected to begin work no later than three (3) days after the Notice To Proceed (NTP). Fees Proposals shall include a lump sum fee for the inspection and remediation plan Termination of Contract Xavier may cancel the contract at any time for breach of contractual obligations by providing the consultant with a written notice of such cancellation. Should Xavier exercise its right to cancel the contract for such reasons, the cancellation shall become effective on the date as specified in the notice of cancellation sent to the contractor. RESPONDENT S REPRESENTATIONS Each Respondent by making his/her Response represents that: A. Respondent has read and understands the RFP Documents and his/her Response is made in accordance therewith. B. Respondent has visited the campus, has familiarized himself/herself generally with local conditions under which the work is to be performed. C. Respondent has familiarized himself/herself with all local conditions that may in any manner affect performance, including manpower availability and local labor practices. D. Respondent has familiarized himself/herself with federal, state and local laws, ordinances, rules and regulations that may affect this project. Page 9 of 12

10 E. Respondent acknowledges that XULA is not responsible for any costs associated with the preparation, submittal, or presentations of any kind and that the Respondent assumes all costs of same. INSURANCE REQUIREMENTS The selected Respondent shall furnish and maintain throughout the project such insurance (including appropriate retained limits insurance plans) which will protect the Contractor and XULA, against and from any claims, suits, demands or actions which in any way relate to or arise from the Contractor s performance of services hereunder or its operations with XULA with insurance carriers duly authorized to issue policies within the State of Louisiana and which have a key-rating of not less than A or a retained limits insurance plan(s) acceptable to XULA. The insurance carrier for coverage required in this paragraph shall waive its rights of subrogation against XULA. All coverage s other than worker s compensation shall include XULA as an additional named insured on each policy throughout the term agreement. The selected Contractor shall furnish XULA with certificates of insurance (to be included in proposal) that indicate that the following insurance coverage with the minimum limits indicated below or greater are maintained by the selected Contractor during the term of the Agreement: A. Comprehensive general liability or commercial general liability insurance with limits of at least $500,000 combined single limit per each occurrence/$1,000,000 aggregate, with broad form comprehensive general liability endorsement including coverage for premises and operations, independent contractor s protection, products/completed operations, personal injury (with employee and contractual exclusion deleted) broad form contractual indemnity liability coverage, and broad form property damage. B. Worker s Compensation and Employer s Liability Insurance, which shall cover the selected Contractor and its employees for liabilities arising under all applicable Workers Compensation laws. C. Property insurance coverage with respect to all property brought onto the premises by the selected Contractor, owned or maintained by the selected Contractor within XULA. D. Comprehensive Motor Vehicle Liability Insurance shall be provided with the limits of not less than $300,000 combined single limit per occurrence for all injuries and/or deaths resulting from any one occurrence. The limit of liability for property damage shall not be less than $500,000 for each occurrence. Such insurance shall include coverage for loading and unloading hazards. E. Fire Legal Liability in the amount of $100,000. F. Professional Liability Insurance Coverage (Errors and Omissions) of at least $1,000,000 combined single limit, per occurrence with a maximum deductible of $50,000. Coverage Amount will vary according to the value of the Project assigned to the selected Contractor. Page 10 of 12

11 Date Project No. ATTACMENT A BID FORM BID FORM FOR UNIT PRICE and LUMP SUM Proposal of (hereinafter called "Bidder") * a corporation, organized and existing under the laws of the State of,* a partnership, or an individual doing business as. To the XAVIER UNIVERSITY OF LOUISIANA, (hereinafter called "Owner") The Bidder, in compliance with your request for proposal having examined the RFP, addendum, related documents, the sites of the proposed work at Xavier South, and being familiar with all of the conditions surrounding the INSPECTION and REMEDIATION PLAN of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies, and to complete the project in accordance with the contract documents, within the time set forth therein, and at the prices stated below. These prices are to cover all expenses incurred in performing the work required under the contract documents, of which this proposal is a part. Bidder hereby agrees to commence work under this contract on or before a date to be specified in written "Notice of Proceed" of the Owner. Bidder acknowledges receipt of the following addenda: Bidder agrees to perform the scope of work as described in the RFP and project related documents, for the following UNIT PRICE and LUMP SUM for XAVIER SOUTH site: TABLE FOR UNIT PRICING and LUMP SUM PRICING (INSERT HERE) Page 11 of 12

12 Amounts are to be shown in both words and figures. In case of discrepancy, the amount shown in words will govern). The above unit prices shall include all labor, materials, removal, overhead, profit, insurance, etc., to cover the finished work. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. Respectfully Submitted, Seal (if Corporation) By (Title) (Business Address and Zip Code) Page 12 of 12

13

14

15

16

17

Information Concerning Specifications: Contact: Torri Martin (770)-964-2244 Email: tmartin@fairburn.com

Information Concerning Specifications: Contact: Torri Martin (770)-964-2244 Email: tmartin@fairburn.com ISSUE DATE: November 21, 2014 Information Concerning Specifications: Contact: Torri Martin (770)-964-2244 Email: tmartin@fairburn.com Information Concerning HR Policies: Contact: Abril Montano (770)-964-2244

More information

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,

More information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information Memorandum Important information related to requirements of state or local laws to include additional provisions in residential construction contracts Potentially Affected AIA Contract Documents AIA Document

More 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

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

INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS

INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS 1. GENERAL PROVISIONS A. Indemnification. The Contractor shall indemnify and save harmless the City of Lincoln, Nebraska from and against all losses, claims,

More information

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

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT APPENDIX A ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT DATED AS OF ASBESTOS/LEAD SURVEY AND CONSULTING

More information

SECTION 3 AWARD AND EXECUTION OF CONTRACT

SECTION 3 AWARD AND EXECUTION OF CONTRACT SECTION 3 AWARD AND EXECUTION OF CONTRACT 3.01 CONSIDERATION OF BIDS: After the Proposals are opened and read, the approximate estimated quantity of each item multiplied by the unit price bid for that

More information

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM 200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM

More information

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

Retaining Wall Replacement at the Currituck County Veterans Memorial Park CONTRACT DOCUMENTS FOR Retaining Wall Replacement at the Currituck County Veterans Memorial Park Coinjock, NC May 24, 2016 NOTICE TO BIDDERS Bids will be received until 4:00 pm on June 17, 2016 at the

More information

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

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

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

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

IMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you!

IMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you! ` SUBCONTRACTOR: PHONE PROJECT: LOCATION: Page 1 of 6 SUBCONTRACT (SHORT FORM) JOB NO.: COST CODE: PRICE: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC.

More information

Request for Proposals for Upgraded or Replacement Phone System

Request for Proposals for Upgraded or Replacement Phone System City of Bandon Request for Proposals for Upgraded or Replacement Phone System 7/17/2015 Phone System Request for Proposal Page 1 NOTICE The City of Bandon is accepting Proposals for an upgraded or replacement

More information

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1 Invitation to Bid Asphalt Restoration and Spot Repairs For Hardin County Water District No. 1 Prepared by: Hardin County Water District No. 1 1400 Rogersville Road Radcliff, KY 40160 Phone: 270-351-3222

More information

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 CITY OF FLORENCE Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 REQUEST FOR QUALIFICATIONS NO. 2014-08 ARCHITECTURAL SERVICES FOR COMMUNITY GYMNASIUM DESIGN PROPOSAL

More information

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

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

More information

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

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

More information

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent September 12, 2011 Re: 11ITB80101A-CJC-Locum Tenens Positions Staffing Services Dear Bidders: Attached is one (1) copy of Addendum 1, hereby made a part of the above referenced ITB. Except as provided

More information

REQUEST FOR PROPOSAL. Design Services

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

More information

Request for Proposal Architectural/Engineering Services. Adapt/SouthRiver CHC. P a g e 1

Request for Proposal Architectural/Engineering Services. Adapt/SouthRiver CHC. P a g e 1 P a g e 1 Request for Proposal Architectural/Engineering Services Adapt/SouthRiver CHC RFP for Architectural/Engineering Services P a g e 2 Introduction (SRCHC), a Federally Qualified Health Center, is

More information

INVITATION TO BID EOE

INVITATION TO BID EOE INVITATION TO BID The 22 nd Judicial Circuit is currently soliciting bid proposals for the Clerk and Admission Office s new flooring for the Family Courts Juvenile Division at 920 N. Vandeventer Ave. The

More information

Proposal Writing - A Cover Letter of Compliance

Proposal Writing - A Cover Letter of Compliance 1.0 Submission Requirements: SECTION I INFORMATION & INSTRUCTIONS 1.1 The complete original proposal must be submitted in a sealed package and received in accordance with the instructions detailed in the

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

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

Request for Proposal #2015-03

Request for Proposal #2015-03 Request for Proposal #2015-03 Mold Remediation For Washington County, Arkansas Washington County, Arkansas Request of Proposal # 2015-03 1. INTRODUCTION... 3 1.1 INTRODUCTION... 3 1.2 GENERAL INFORMATION...

More information

Air Conditioning Maintenance Services

Air Conditioning Maintenance Services Town of Lauderdale-By-The-Sea REQUEST FOR PROPOSAL No. 14-05-01 Air Conditioning Maintenance Services RFP OPENING: July 29, 2014 2:00P.M. Town Hall 4501 Ocean Drive Lauderdale-By-The-Sea, FL 33308 acs

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

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

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325 REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325 NOTICE IS HEREBY GIVEN that the Cape Fear Public Utility Authority (hereinafter referred to as CFPUA or the Authority ) is requesting

More information

Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation

Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation Purpose The purpose of this Request for Proposal (RFP) is to invite prospective vendors to submit a proposal to supply

More information

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

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

More information

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS The Competitive Solicitation Acknowledgement Form must be completely filled in. This may be done on line then printed or you may

More information

Prepared by: Public Works Department 210 West River Rd. Hooksett, NH 03106 (603)668-8019 REQUEST FOR PROPOSAL

Prepared by: Public Works Department 210 West River Rd. Hooksett, NH 03106 (603)668-8019 REQUEST FOR PROPOSAL Prepared by: Public Works Department 210 West River Rd. Hooksett, NH 03106 (603)668-8019 REQUEST FOR PROPOSAL TOWN OF HOOKSETT SNOW PLOWING SERVICES FOR SCHOOL PARKING LOTS BID #2015-11 Acceptance Date:

More information

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois INTERACTIVE WHITEBOARDS (SMARTBOARDS) AND DIGITAL PROJECTORS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School

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

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

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 Bill.Kroll@snco.us

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 Bill.Kroll@snco.us SECTION I Shawnee County is requesting qualifications/proposals for the renovation of 2600 SW East Circle Drive, Topeka, Kansas 66606 which will be utilized by the Shawnee County Health Agency per the

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

DUE DATE: August 23, 2011-2:00 p.m.

DUE DATE: August 23, 2011-2:00 p.m. REQUEST FOR PROPOSALS CREDIT CARD MERCHANT SERVICES RFP 11-08 DUE DATE: August 23, 2011-2:00 p.m. CITY OF LEAGUE CITY 300 W Walker League City, TX 77573 281-554-1001 www.leaguecity.com 1 TERMS AND CONDITIONS

More information

Request for Proposal. For Installation, Care and Maintenance of Landscape and Plant Materials at Specified Locations

Request for Proposal. For Installation, Care and Maintenance of Landscape and Plant Materials at Specified Locations Request for Proposal For Installation, Care and Maintenance of Landscape and Plant Materials at Specified Locations Issued By: The Village of Hainesville 100 N. Hainesville Road Hainesville, Illinois 60030

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

Department of Purchasing & Contract Compliance

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

More information

AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave.

AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave. Date: 03/07/2014 RFP # 2014-6 Request for Proposal for: Paper Shredding / Document Destruction Services AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott

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

CITY OF CORNING REQUEST FOR PRICE QUOTES PAVEMENT MARKINGS

CITY OF CORNING REQUEST FOR PRICE QUOTES PAVEMENT MARKINGS CITY OF CORNING REQUEST FOR PRICE QUOTES PAVEMENT MARKINGS Quotes for the installation of pavement markings for the City of Corning will be received by the City of Corning at the office of the Department

More information

Terms and Conditions for Purchase Orders for Recycling Materials

Terms and Conditions for Purchase Orders for Recycling Materials Terms and Conditions for Purchase Orders for Recycling Materials This Agreement is made by and between AEROJET-GENERAL CORPORATION, an Ohio corporation with a place of business at Rancho Cordova, California

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

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

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

More information

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement THIS INDEPENDENT CONTRACTOR SERVICES AGREEMENT (this Agreement ) is made this day of, 20 (the Effective Date ), regardless of the date of execution, by and between Sierra Field Services, Inc., a Nevada

More information

RFQ REQUEST FOR QUALIFICATIONS. Architectural/Engineering Services. MENANDS SCHOOL DISTRICT 19 Wards Lane Menands, NY 12204

RFQ REQUEST FOR QUALIFICATIONS. Architectural/Engineering Services. MENANDS SCHOOL DISTRICT 19 Wards Lane Menands, NY 12204 RFQ REQUEST FOR QUALIFICATIONS Architectural/Engineering Services MENANDS SCHOOL DISTRICT 19 Wards Lane Menands, NY 12204 Issued: January 28, 2015 Submission Deadline: February 26, 2015 @ Noon Att: Joanne

More information

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1 388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation

More information

COUNTY OF YUBA REQUEST FOR PROPOSAL SOUTH ANNEX BUILDING ASBESTOS ABATEMENT. Due Date: November 13, 2009 Time: 2:00 PM, PST.

COUNTY OF YUBA REQUEST FOR PROPOSAL SOUTH ANNEX BUILDING ASBESTOS ABATEMENT. Due Date: November 13, 2009 Time: 2:00 PM, PST. COUNTY OF YUBA REQUEST FOR PROPOSAL SOUTH ANNEX BUILDING ASBESTOS ABATEMENT Due Date: November 13, 2009 Time: 2:00 PM, PST. October 19, 2009 To: All Interested Vendors Re: Request for Proposals, County

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

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing CITY OF DEARBORN ADVERTISEMENT FOR NATURAL GAS PROVIDER TO THE CITY OF DEARBORN, MICHIGAN Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing Agent, 2951 Greenfield, Dearborn,

More information

QSP INFORMATION AT A GLANCE

QSP INFORMATION AT A GLANCE QSP INFORMATION AT A GLANCE CONTACT PERSON FOR QUESTIONS/INTERPRETATIONS: HOW TO OBTAIN THE QSP DOCUMENTS: HOW TO FULLY RESPOND TO THIS QSP BY SUBMITTING A QUOTE: NON-MANDATORY JOB WALK: PROJECT LOCATION:

More information

Village of Nakusp RFQ 2016-1 Source Protection Plan

Village of Nakusp RFQ 2016-1 Source Protection Plan RFQ 2016-1 Source Protection Plan The is requesting quotations from qualified professional consultants or firms to undertake a Source Protection Plan for the Village s surface water sources (Halfway Creek,

More information

AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401

AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401 AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401 The Arapahoe Library District (ALD) is seeking competitive proposals from qualified, reliable Vendors to hire a professional audio/visual company.

More 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

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

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

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

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

More information

NOTICE TO ALL CHW VENDORS

NOTICE TO ALL CHW VENDORS . C H O I C E H O M E W A R R A N T Y Thank you for your interest in becoming a CHW Vendor. You are temporarily approved to be a CHW Vendor, and will begin receiving work orders right away. Please be aware

More information

CITY COLLEGE OF SAN FRANCISCO May 2008 PROJECT INSPECTION SERVICES

CITY COLLEGE OF SAN FRANCISCO May 2008 PROJECT INSPECTION SERVICES REQUEST FOR QUALIFICATIONS Project Number 105A, 106A City College of San Francisco DSA - Inspector of Record Services for: Balboa Reservoir Development Site Work Academic Joint Use Facility (Revised 5/12/08)

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

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

TABLE OF CONTENTS. Section 1: Minimum Qualifications 4. Section 2: Guidelines and General Information 5

TABLE OF CONTENTS. Section 1: Minimum Qualifications 4. Section 2: Guidelines and General Information 5 AUGUST 17, 2015 NOTICE INVITING PROPOSALS FOR THE CITY OF BEVERLY HILLS, COMMUNITY SERVICES DEPARTMENT RECREATION MANAGEMENT SOFTWARE SYSTEM The City of Beverly Hills invites prospective respondents to

More information

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078 Request for Proposal Uintah High School Yearbook Publishing & Printing Services Uintah School District 635 West 200 South Vernal Utah, 84078 Deadline for Submittal June 18, 2014 2:00 p.m. Uintah School

More information

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

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

More information

COC-Insurance Requirements Page 1 of 9

COC-Insurance Requirements Page 1 of 9 CITY OF CONCORD INSURANCE AND INDEMNIFICATION REQUIREMENTS (The 1 st two pages provide basic insurance requirements information.) Insurance Required: See below Sample in Contract Limits of Coverage: Additional

More information

Invitation for Bids. For. Solarwinds Software Modules IFB 15-86

Invitation for Bids. For. Solarwinds Software Modules IFB 15-86 Invitation for Bids For IFB 15-86 The Office of Contracting & Procurement 201 Mullica Hill Road Glassboro, NJ 08028 Linden Hall, Room 136 Phone: 856.256.4171 Email: bids@rowan.edu Table of Contents Administration

More information

REQUEST FOR PROPOSAL FINANCIAL ADVISING, AUDITING & COST ALLOCATION SERVICES

REQUEST FOR PROPOSAL FINANCIAL ADVISING, AUDITING & COST ALLOCATION SERVICES REQUEST FOR PROPOSAL FINANCIAL ADVISING, AUDITING & COST ALLOCATION SERVICES CONTENTS I. PURPOSE OF REQUEST II. III. IV. PROPOSAL REQUIREMENTS EVALUATION PROCEDURES SELECTION PROCESS / AWARD OF CONTRACT

More information

THE TOWN OF NORTH SMITHFIELD

THE TOWN OF NORTH SMITHFIELD THE TOWN OF NORTH SMITHFIELD SPECIFICATIONS FOR REQUEST FOR PROPOSALS FOR EMERGENCY PLANNING, DISASTER RECOVERY, DEBRIS MANAGEMENT, AND HAZARD MITIGATION PROGRAM SERVICES SEPTEMBER 2014 FINANCE DIRECTOR

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

Harvey County. Electronic Health Records and Payment Management System Request for Proposal. May 18, 2015

Harvey County. Electronic Health Records and Payment Management System Request for Proposal. May 18, 2015 Harvey County Electronic Health Records and Payment Management System Request for Proposal May 18, 2015 Harvey County 800 N. Main St., PO Box 687 Newton, KS 67114 1 Harvey County is currently soliciting

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

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

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

More information

REQUEST FOR PROPOSALS EMERGENCY STANDBY SERVICES

REQUEST FOR PROPOSALS EMERGENCY STANDBY SERVICES REQUEST FOR PROPOSALS EMERGENCY STANDBY SERVICES Xavier University of Louisiana New Orleans, Louisiana Marion Bracy Vice President of Facility Planning and Management August 7, 2014 Page 1 of 7 DESCRIPTION

More information

Unified School District No. 489 Request For Proposals

Unified School District No. 489 Request For Proposals Unified School District No. 489 Request For Proposals Broker and Risk Management Services for the Unified School District #489 Commercial Insurance Program JANUARY 21, 2015 1 Unified School District No.

More information

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS ROWAN COUNTY 130 West Innes Street Salisbury, NC 28144 Tel: (704) 216-8174 Email: david.sifford@rowancountync.gov REQUEST FOR PROPOSALS FOR REPLACEMENT OF COMMERCIAL ROOFTOP AIR CONDITIONING UNIT Issued

More information

How To Work With The City Of Riverhead

How To Work With The City Of Riverhead MEMORANDUM OF UNDERSTANDING BETWEEN RIVERSIDE COMMUNITY COLLEGE DISTRICT and CITY OF RIVERSIDE THIS MEMORANDUM OF UNDERSTANDING ( MOU ) is made and entered into this day of, 2012 ( Effective Date ), by

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

REQUEST FOR PROPOSALS LIBRARY SECURITY CAMERA SYSTEM NOVEMBER 3, 2015

REQUEST FOR PROPOSALS LIBRARY SECURITY CAMERA SYSTEM NOVEMBER 3, 2015 REQUEST FOR PROPOSALS LIBRARY SECURITY CAMERA SYSTEM NOVEMBER 3, 2015 PROJECT NAME: Library Security Camera System Request for Proposals ISSUANCE DATE: November 3, 2015 CLOSING DATE: December 1, 2015 INTRODUCTION

More information

EXPERIENTIAL EDUCATION AGREEMENT BETWEEN THE ADMINISTRATORS OF THE TULANE EDUCATIONAL FUND, THROUGH ITS COMMUNITY FOR PUBLIC SERVICE AND

EXPERIENTIAL EDUCATION AGREEMENT BETWEEN THE ADMINISTRATORS OF THE TULANE EDUCATIONAL FUND, THROUGH ITS COMMUNITY FOR PUBLIC SERVICE AND EXPERIENTIAL EDUCATION AGREEMENT BETWEEN THE ADMINISTRATORS OF THE TULANE EDUCATIONAL FUND, THROUGH ITS COMMUNITY FOR PUBLIC SERVICE AND THIS EXPERIENTIAL EDUCATION AGREEMENT ( Agreement ) is made by and

More information

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011 GALVESTON COUNTY HEALTH DISTRICT Request For Proposal Health Insurance Broker Services RFP 15-011 INTRODUCTION The Galveston County Health District (GCHD) is requesting Proposals for health insurance broker

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

PROFESSIONAL SERVICES AGREEMENT BETWEEN UNIVERSITY OF NORTH TEXAS SYSTEM AND DESIGN PROFESSIONAL (MORE THAN $100,000.00 IN COMPENSATION)

PROFESSIONAL SERVICES AGREEMENT BETWEEN UNIVERSITY OF NORTH TEXAS SYSTEM AND DESIGN PROFESSIONAL (MORE THAN $100,000.00 IN COMPENSATION) PROFESSIONAL SERVICES AGREEMENT BETWEEN UNIVERSITY OF NORTH TEXAS SYSTEM AND DESIGN PROFESSIONAL (MORE THAN $100,000.00 IN COMPENSATION) This Agreement made the day of (the Effective Date ), by and between

More information

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS M. D. ANDERSON CANCER CENTER SERVICE PROVIDER for A PROJECT OF LIMITED SIZE OR SCOPE

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS M. D. ANDERSON CANCER CENTER SERVICE PROVIDER for A PROJECT OF LIMITED SIZE OR SCOPE AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS M. D. ANDERSON CANCER CENTER SERVICE PROVIDER for A PROJECT OF LIMITED SIZE OR SCOPE This Agreement is made as of, 20 (the Effective Date ), by and between: The

More information

6. WARNING BY BUYER. BUYER shall give warning of any possible hazard to any person or persons to whom BUYER resells, gives or delivers the Property

6. WARNING BY BUYER. BUYER shall give warning of any possible hazard to any person or persons to whom BUYER resells, gives or delivers the Property TERMS AND CONDITIONS FOR ONLINE TRANSACTIONS TO PURCHASE GP PROPERTY (VIA GOINDUSTRY DOVEBID) By submitting a bid to purchase the Property (as defined below), BUYER (as defined below) agrees that the following

More information

OUR COMPANY SOLICITATION FOR BIDS and CONTRACT FOR SERVICE. (Project)

OUR COMPANY SOLICITATION FOR BIDS and CONTRACT FOR SERVICE. (Project) OUR COMPANY SOLICITATION FOR BIDS and CONTRACT FOR SERVICE (Project) PART I GENERAL TERMS AND CONDITIONS 1. REQUIREMENTS 1.1. Pricing will be per unit shown and charges will be totaled in the extension

More information

ARTICLE 11. INSURANCE AND BONDS

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

More information

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

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

More information

Moyer Heavy Use Area Project Hollenback Township Luzerne County, PA. Bid Package. Contracting Officer: Joshua Longmore, District Manager 570-674-7991

Moyer Heavy Use Area Project Hollenback Township Luzerne County, PA. Bid Package. Contracting Officer: Joshua Longmore, District Manager 570-674-7991 Moyer Heavy Use Area Project Hollenback Township Luzerne County, PA Bid Package Contracting Officer: Joshua Longmore, District Manager 570-674-7991 1. PROPOSALS INSTRUCTIONS TO BIDDERS A. The Drawings

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 Manage A Power Station

How To Manage A Power Station CARESERV TECHNOLOGIES, LLC SERVICE AGREEMENT COLOCATION SERVICES SCHEDULE Version 2014.1 (01.01.2014) This Schedule, together with any Order referencing this Schedule or pursuant to which the services

More information

-1- -2- -3- -4- -5- INSURANCE REQUIREMENTS FOR DEVELOPER EXTENSION AGREEMENTS 1.1 The developer shall obtain and keep in force during the term of the contract, Commercial General Liability insurance policies

More information