REQUEST FOR PROPOSAL FIXED ASSET IDENTIFICATION, APPRAISAL AND VALUATION RFP # SCOPE OF SERVICES
|
|
|
- Britney Quinn
- 9 years ago
- Views:
Transcription
1 Mayor: Janan Hebert Mayor Pro Tem: Jim Kopshever Member: David Alexander Member: Dennis Haworth Member: Isaac Jackson REQUEST FOR PROPOSAL FIXED ASSET IDENTIFICATION, APPRAISAL AND VALUATION RFP # SCOPE OF SERVICES Contact for this RFP: Wayne Padilla, Assistant City Administrator/CFO 130 South Second Street Chowchilla, Ca x101 SUBMISSION DATE DECEMBER 6, 2012 BEFORE 3:30PM
2 SECTION DESCRIPTION PAGE ADVERTISEMENT 3 RFP INFORMATION AT A GLANCE INTRODUCTION/BACKGROUND GENERAL INFORMATION CITY S RESERVATION OF RIGHTS BIDDER S RESPONSIBILITIES CONTACT WITH CITY NON CURABLE ITEMS PROOF OF BUSINESS LICENSE CAUSES FOR REJECTING PROPOSALS METHOD OF CONTRACT AWARD PROTESTS SCOPE OF SERVICES PROPOSAL FORMAT LETTER OF INTEREST NON CURABLE DOCUMENTS EXECUTIVE SUMMARY/INTRODUCTION QUALIFICATIONS STATEMENT ORGANIZATION STRUCTURE/KEY PERSONNEL EXPERIENCE REFERENCES WORK PLAN/PROJECT APPROACH OTHER REQUIRED SUBMISSION DOCUMENTS GENERAL INSTRUCTIONS QUESTIONS INTERPRETATION AND ADDENDA DISCREPANCIES IN PROPOSALS EVALUATION AND SELECTED CRITERIA ADDITIONAL INFORMATION INSURANCE REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY, AFFIRMATIVE ACTION STATEMENT 14 SAMPLE CONTRACT 15 INDEMNIFICATION AGREEMENT 23 AFFIDAVIT 24 2 of 24
3 City of Chowchilla 130 South Second Street Chowchilla, Ca REQUEST FOR PROPOSAL/QUALIFICATIONS: FIXED ASSET IDENTIFICATION, APPRAISAL AND VALUATION SERVICES RFP # The City of Chowchilla (CITY) is soliciting proposals from qualified firms to perform FIXED ASSET IDENTIFICATION, APPRAISAL AND VALUATION SERVICES for CITY. The contract term will be negotiated with the successful proposer. Interested and qualified firms who have demonstrated their ability to successfully complete comparable work are invited to obtain a copy of the Scope of Services for this RFP from Wayne Padilla, Assistant City Administrator/CFO 130 South Second Street, Chowchilla, Ca or by calling x 101. A pre proposal conference is scheduled for 10:00 am, November 27, 2012, at the CITY S offices located at the address noted above. A wet ink signature original and four (4) copies, plus one (1) electronic version of the proposal contained on a CD, using a Word or PDF format of the response to this RFP shall be received no later than 3:30 p.m. on December 6, 2012, and addressed to: City of Chowchilla Attn: Wayne Padilla 130 South Second Street Chowchilla, Ca All responses shall be clearly marked City OF CHOWCHILLA SERVICES RFP # "REQUEST FOR PROPOSAL FIXED ASSET IDENTIFICATION, APPRAISAL AND VALUATION SERVICES." Bidders are hereby advised that they must comply with all state and federal regulations regarding fair hiring and employment practices. CITY reserves the right to accept or reject any and all proposals and to waive any informalities in the bidding process. No response shall be withdrawn for a period of ninety (90) days subsequent to the due date of the responses. 3 of 24
4 CITY CONTACT PERSON PRE PROPOSAL CONFERENCE HOW TO FULLY RESPOND TO THIS RFP BY SUBMITTING A PROPOSAL SUBMITTAL PROPOSAL SUBMITTAL RETURN & DEADLINE Wayne Padilla Telephone: (559) x101 [email protected] DATE: November 27, 2012 TIME: 10:00 a.m. LOCATION: 130 S Second Street, Chowchilla, CA As instructed within Section 5.0 of the RFP document, submit one wet ink original, 4 hard copies, and one electronic version of your proposal to the City of Chowchilla, 130 S Second Street, Chowchilla, CA As instructed within Section 2.3, any submissions not including the Non Curable Items will be rejected. The proposal must be received in hand and timestamped by CITY on December 6, 2012 no later than 3:30 p.m. on the aforementioned date. 4 of 24
5 SECTION 1.0 INTRODUCTION/BACKGROUND The City of Chowchilla is a general law city established on February 7, The City is required to comply with Governmental Accounting Standards Board Pronouncement #34, which requires the CITY to establish an inventory of fixed assets and infrastructure that is appropriately valued based on its condition and the time it was placed into service. The CITY is approximately 7.7 square miles and has water, wastewater, storm drain and surface streets. There are no city owned bridges within the CITY limits. A more complete inventory is provided at the end of the RFP document. The goal of this RFP is to select the most qualified firm to perform the services described in Section 3 of this RFP. SECTION 2.0 GENERAL INFORMATION 2.1 CITY'S RESERVATION OF RIGHTS CITY reserves the right to reject any or all proposals, to waive any informality in the RFP process, or to terminate the RFP process at any time, if deemed by CITY to be in its best interests. CITY reserves the right not to award a contract pursuant to this RFP. CITY reserves the right to terminate a contract awarded pursuant to this RFP, at any time for its convenience upon ten (10) days written notice to the successful proposer(s). The CITY reserves the right to determine the days, hours and locations that the successful proposer(s) shall provide the services called for in this RFP. CITY reserves the right to retain all proposals submitted and not permit withdrawal for a period of ninety (90) days subsequent to the deadline for receiving proposals. CITY reserves the right to reject and not consider any proposal that does not meet the requirements of this RFP, including but not necessarily limited to incomplete proposals and/or proposals offering alternate or non requested services. CITY shall have no obligation to compensate any proposer for any costs incurred in responding to this RFP. CITY shall reserve the right to at any time during the RFP or contract process, prohibit any further participation by a proposer or reject any proposal submitted that does not conform to any of the requirements detailed herein. CITY reserves the right to award multiple contracts pursuant to this RFP. CITY reserves the right to make corrections, modifications, amendments and/or clarifications to this RFP. Nothing in this RFP and the subsequent contract shall grant or be interpreted as either party granting exclusive rights to the other party unless explicitly stated. 5 of 24
6 Increase or decrease the Scope of Work. 2.2 BIDDER'S RESPONSIBILITIES CONTACT WITH CITY It is the responsibility of the proposer to address all communication and correspondence pertaining to this RFP process to the designated Contract Coordinator, Wayne Padilla. Proposers must not make inquiry or communicate with any other CITY staff member or official (including members of the CITY Council) pertaining to this RFP. Failure to abide by this requirement may be cause for CITY to not consider a proposal submittal received from any proposer who has not abided by this directive. 2.3 NON CURABLE ITEMS The following requirements shall be considered mandatory items to be submitted at the time specified by the contracting unit for receipt of the proposal; the failure to submit any one of the mandatory items shall be deemed a fatal defect that shall render the proposal submission unresponsive and that cannot be cured by the governing body. 1. The required bid submittal documents provided in this RFP. 2. A listing of sub contractors that will be used to complete the Scope of Work. 3. A document acknowledging the receipt of any notice of revisions or addenda to this RFP. Each proposal form must give the full business address, business phone, fax, e mail (if available), the contact person of the Bidder, and be signed by an authorized representative as follows: Partnerships must furnish the full name of all partners and must be signed in the partnership name by one of the members of the partnership followed by the signature and designation of the person signing. Submittals by corporations must be signed in the legal name of the corporation, followed by the name of the State in which incorporated and must contain the signature and designation of the president, secretary or other person authorized to bind the corporation in the matter. Said signature must be evidenced by the corporate seal. Sole proprietorship shall be signed by the proprietor. When requested, satisfactory evidence of the identity of the officer signing shall be furnished. 2.4 PROOF OF BUSINESS LICENSE The successful bidder shall be required to obtain a CITY of Chowchilla business license for the period covered by the contract and for a period of no less than one (1) year per the CITY s Municipal Code. If subcontractors are used, the general contractor shall be responsible for paying a license fee equal to the total revenues that are generated by the contract awarded for this project. 2.5 CAUSES FOR REJECTING PROPOSALS Proposals may be rejected for any of the following reasons: 1. Any non curable defects identified as shown in Section 2.3 of the RFP. 6 of 24
7 2. If more than one proposal is received from an individual, firm or partnership, corporation or association under the same or a different name. 3. Multiple proposals from an agent representing competing Bidders; 4. The successful Bidder fails to enter into a contract within twenty one (21) business days, unless otherwise agreed upon by the parties to the contract to extend that time. In this case, CITY may accept the proposal of the next highest scored responsible Bidder. A rejected proposal shall be DEEMED as NO PROPOSAL, and the proposal shall be returned to the Bidder. 2.6 METHOD OF CONTRACT AWARD 1. The length of the contract will be mutually negotiated based on the Scope of Service, the CITY s ability to provide necessary documentation and the successful bidder s time required to arrive on the CITY s premises to begin the work. Pursuant to the requirements of the California Government Code, any contract resulting from this proposal shall be subject to the availability and appropriation of sufficient funds annually. 2. The contract awarded shall be based on the enclosed sample contract. Terms of the specifications/proposal package prevail. Bidder exceptions must be formally accepted by CITY. 2.7 PROTESTS CITY s policy for Protests stipulates, "Any protest against a solicitation must be received before the due date for the receipt of bids or proposals, and any protest against an award of a contract must be received within five (5) calendar days after the award of a contract, or the protest shall not be considered. All protests shall be in writing, submitted to the City Administrator, who shall issue a written decision on the matter. SECTION 3.0 SCOPE OF SERVICES The City of Chowchilla is seeking Requests for Proposal from qualified firms to determine the original cost and accumulated depreciation for the CITY's capital assets as set forth by the capital asset reporting requirements of Governmental Accounting Standards Board (GASB) Statement 34 (GASB Statement #34), to establish a property control tracking system utilizing bar code technology, and to provide the means for accomplishing current regulatory reporting requirements including the calculation of future depreciation. The successful Bidder will appraise property, including fixed assets classified as land, land improvements, buildings, and machinery and equipment and any other assets later identified as to be included. A site inspection and physical inventory of all CITY facilities and developments will be completed. All valuations will be made in accordance with GASB Statement #34. The City of Chowchilla desires the consulting firm to perform the following services: 1. Project Description. 7 of 24
8 2. Objectives. A. Inventory Audit. A complete physical re inventory of all assets of CITY on a wall to wall basis with specific data of the equipment such as description, location, useful life, condition, etc. included in the results of the inventory. Inventory will consist of a detailed summary report of fixed assets by location indicating the value and a separate value for the property located within a building. These records should reflect historical cost plus full replacement insurance value and depreciated values. B. Software Use. CITY requires that its current software system, Caselle Fixed Assets Module be used as the fixed asset management system to control the acquisitions and disposition of fixed assets, track the relocation of these fixed assets, and to establish accountability for any loss or theft. CITY requires the successful Bidder to provide an assessment of Caselle s flexibility and functionality, as it exists today and how it will react in the future. Included in such assessment should be recommendations regarding Caselle s use, upgrade, expansion or replacement. To perform a physical inventory and audit and update CITY s records of assets for both insurance and GASB Statement #34 purposes. This includes providing reports, which assist CITY in fulfilling current fiscal reporting requirements ensuring compliance with GAAP, and providing depreciation reporting and valuation as required by GASB Statement #34. Asset groups shall be established as necessary to comply with GASB 34. CITY considers this project to contain the following five (5) major components: A. Fixed Asset Inventory System/Classification Recommendation. Bidder shall determine whether the CITY s current fixed asset software is capable of managing a fixed asset inventory system, which includes the classification, asset tagging process, and ongoing depreciation to conform to requirements of GASB Statement #34, and provide useful management information. In the event that Caselle is not found to be suitable for this purpose, Bidder shall identify one or more reasonable alternatives. B. Inventory Services. Bidder will be required to perform a comprehensive inventory of all fixed assets. During the inventory process, at a minimum, all of the following information will be captured: Asset Number (bar code) Asset Group Serial Number Location Department Manufacturer Model Date Placed Into Service Date Inventoried 8 of 24
9 Date Transferred Date Disposed All personal property items are to be tagged preferably with bar coded asset tags/labels, and coded with a seventeen digit coding pattern. The first two digits represent asset group; the next three digits the department/fund; another four digits location/cost center; another two digits represent location; another two digits represent asset type; and the last four digits run serially. Tags are to be affixed in a manner that they are clearly visible. Asset tags must include additional text: Property of City of Chowchilla and a readable location code supplied by CITY. XX XXX XXXX XX XX XXXX Group Dept/Fund Dept/Cost Location Asset Type Serial Tab Center Number Bidder will provide reasonable assurance that the inventory count performed is materially accurate and will include a copy of their quality control process with their response to this RFP. C. Fixed Asset Management System. In accordance with Bidder s initial analysis, the Bidder is to prepare a Capital Asset Register to be maintained by CITY's finance department. The report must be arranged in the order prescribed by CITY s IT department to be imported successfully into the Caselle Fixed Assets Module. D. Fixed Asset Valuation/Accounting System. For all capital assets identified during the inventory, Bidder will provide the following data: Historical cost for all buildings, machinery, equipment and infrastructure assets using what are realistic estimates, $5, aggregate acquisition threshold. These historical records shall be traceable to specific purchase orders/contracts and funding sources whenever possible. In the absence of the above records, Bidder may supply a reasonable estimate of historical cost or fair market value. E. Technical Support and Training. CITY requires ongoing technical during the life of the contract. support, manuals, training for CITY personnel, etc. 3. Current Operations. For purposes of this proposal and in accordance with CITY's policies, a capital asset will be defined as follows: Capital assets are real or personal property that have a historical or fair market value equal to or greater than $5, (cumulative value for components) for a particular classification of the 9 of 24
10 asset and have an estimated life of greater than one (1) year. CITY has invested in a broad range of capital assets used in its operations, including: A. Land and Land Improvements. B. Investment in Land. C. Buildings and Building Improvements. D. Site Improvements. E. Work in Progress (WIP). F. Utility Infrastructure. G. Furniture and Fixtures (owned) H. Machinery and Equipment (owned). I. Software developed or obtained for internal use. J. Vehicles. K. Street & Road Improvements. 4. Time for Completion. It is anticipated that the term of the contract will be for a period of no more than twelve (12) months. CITY may decide to enter into a new contract or extension with the successful Bidder for further enhancements or customizations subject to City Council approval, cost and the availability of funds. If necessary, written notice of CITY's intention to extend the contract shall be given approximately ninety (90) days prior to the expiration date of the initial contract period. If CITY elects to exercise the option to extend the contract, the contract price for the period of time shall be negotiated between CITY and BIDDER. SECTION 4.0 PROPOSAL FORMAT The purpose of the Proposal is to demonstrate the qualifications, service level, and cost for services, competency and capacity of the organizations seeking to be hired for this scope of work for The City of Chowchilla. The proposal should address all the points outlined here as required: 4.1 LETTER OF INTEREST: This letter must include the name of the Bidder, the location of the principal place of business, the type of business entity (e.g., corporation, partnership), and the state of organization. The name and contact information of the primary contact person must accompany the submission. The letter should summarize briefly the firm and principal team members' qualifications and experience relevant to this RFP. 4.2 NON CURABLE DOCUMENTS: Listing of sub contractors and certification form A signed listing of all sub contractors to be used and completion of certification form. Acknowledgement of Receipt of Addenda/Clarifications A document provided by the CITY for the bidder to acknowledge the bidder's receipt of any notice, revisions, addenda or clarifications to the advertisement or proposal documents. 10 of 24
11 4.3 EXECUTIVE SUMMARY/INTRODUCTION: The Executive Summary or Introduction should provide a description of the scope of services to be performed and list all proposed sub consultants, who will be used to accomplish this scope of work, if any. The summary should include a brief description of the firm's organizational structure and resumes of key personnel expected to work on or provide technical assistance for this project. The work plan, programmatic goals, and delivery methods should also be addressed here. 4.4 QUALIFICATIONS STATEMENT: The Bidder must submit a certification affirming the following information relative to their Team's composition, qualifications and experience: 1. Bidder meets the independence requirements of Government auditing standards. 2. Bidder does not have a record of substandard work on similar assignments. 3. Bidder meets all local and state qualifications to perform this type of engagement. 4.5 ORGANIZATION STRUCTURE/KEY PERSONNEL: Bidder shall provide a detailed description of bidder s organizational layout and staffing. information provided should include, but need not be limited to, the following: The 1. Brief history of organization, including size and any specialty areas; 2. Background organization data, including financial references; 3. Particular expertise or involvement in the industry; and 4. Municipal experience. 4.6 EXPERIENCE: Bidder shall submit written and/or graphic evidence of no more than five (5) significant projects that Bidder and its identified project manager have completed that are similar in scope to the Project(s) described in this RFP. Bidder is responsible for establishing in this section the relevance of a listed project to the scope of work shown in this RFP. Bidder should not include previous engagements with City of Chowchilla as experience. 4.7 REFERENCES: Provide current references from no more than three (3) organizations or clients that can address your specific capabilities as they relate to the requirements of the RFP from the list of five (5) previous projects listed above. Reference information must include the following minimum information: 1. Contact names, titles and telephone numbers of contacts with first hand knowledge of your firm s work on the related project. 4.8 WORK PLAN/PROJECT APPROACH: Provide a description of the work plan proposed to carry out the major tasks needed to bring the proposed project to completion. It should provide a detailed outline of the approach and not simply 11 of 24
12 reiterate the Scope of Work described in this RFP. 4.9 OTHER REQUIRED SUBMISSION DOCUMENTS: Each Bidder is required to submit, in addition to those listed in items , the documents included in the Submission Documents package. These include: Cost Proposal (form included; BIDDER to provide a single copy in sealed envelope) Although cost is not the sole determining factor CITY will use to select a firm; cost is an important part of the proposal and shall be considered when determining the winning bid. Liens, suits or judgments submit notarized statement on the firm s letterhead, indicating a description of any disputes, suites, judgments and liens during the past two (2) years. If this is not applicable, the so state. SECTION 5.0 GENERAL INSTRUCTIONS Proposal Submission deadline is December 6, It is the Bidder's responsibility to ensure that proposals are presented to the CITY at the time and at the place designated. Proposals may be hand delivered or mailed; however, the owner disclaims any responsibility for proposals forwarded by regular or overnight mail. If the proposal is sent by express mail service, the designation above must also appear on the outside of the express mail envelope. Proposals received after the designated time and date will be returned unopened. Bidders are asked to submit a wet ink original and four (4) copies, plus one (1) electronic version of the proposal contained on a CD, using a Word or.pdf format addressed to CITY OF CHOWCHILLA; bearing the name and address of the Bidder written on the face of the package, and clearly marked "PROPOSAL" with the RFP title and proposal #. 5.1 QUESTIONS All questions and requests for information must be addressed in writing to Wayne Padilla, Assistant City Administrator. The deadline for receipt of questions pertaining to this proposal will be 3:00 PM on November 30, All communications pertaining to this RFP shall be addressed to City of Chowchilla, 130 South Second Street, Chowchilla, CA or by to [email protected] The Assistant City Administrator will respond to all such inquiries in writing, by addendum to all prospective proposers (i.e. Firms or individuals that have obtained the RFP Documents). During the RFP solicitation process, CITY will NOT conduct any ex parte (a substantive conversation "substantive" meaning, when decisions pertaining to the RFP are made between CITY and a prospective proposer when other prospective proposers are not present) conversations that may give one prospective proposer an advantage over other prospective proposers. 5.2 INTERPRETATION AND ADDENDA: The Bidder should rely only on representations, statements or explanations, contained in this RFP, any documents that the CITY has provided the Bidder, which are referred to in this RFP, and in such formal written addenda as are issued by the CITY prior to the Proposal Submission Deadline. 5.3 DISCREPANCIES IN PROPOSALS 12 of 24
13 If the amount shown in words and its equivalent in figures do not agree, the written words shall be binding. Ditto marks are not considered writing or printing and shall not be used. In the event that there is a discrepancy between the individual rates and the extended totals, the rate prices shall prevail. In the event there is an error of the summation of the extended totals, the computation by the owner of the extended totals shall govern. SECTION 6.0 EVALUATION AND SELECTION CRITERIA All proposals will be evaluated through consideration of several evaluation factors. The Bidders will be scored on a one hundred (100) point scale. The "Evaluation Committee" will review and score Bidders' proposals in accordance with the following evaluation criteria as set below: SELECTION CRITERIA SCORE * Previous Experience/Performance (Section 4.6) 20 * Price/Rates 15 * Work Management Plan/Plan Implementation (Section 4.8) 25 * Qualifications/Relevant Experience (Section 4.4) 25 * Overall Completeness of Proposal 15 OVERALL SCORE 100 The CITY will make an award to the responsible Bidder whose offer conforms to the solicitation and is most advantageous to CITY (i.e., that which represents the best value to CITY), cost or price and other factors considered. SECTION 7.0 ADDITIONAL INFORMATION 7.1 INSURANCE REQUIREMENTS Before the commencement of services under this project, the Bidder shall furnish to the CITY certificates of insurance showing that the following insurance is in force, stating policy numbers, dates of expiration, limits of liability, deductibles, and aggregate amounts payable hereunder. Certificates of insurance must contain a 30 day cancellation clause and a brief description of the work to be performed. The CITY shall be named as an additionally insured in the Comprehensive General Liability Insurance policy. a. Worker's Compensation and Employer's Liability Insurance according to the laws of the State of California. b. Professional Liability Insurance covering claims made at any time prior, during, or subsequent to completion of the Bidder's services with a limit of not less than $1,000, with a deductible not more than $10, c. Comprehensive General Liability Insurance (bodily injury and property damage coverage) covering claims made at any time prior, during, or subsequent to completion of the Bidder's services with a limit of not less than $2,000, with a deductible not more than $10, d. Comprehensive Automobile Liability Insurance for $1,000, combined single limit for bodily injury and property damage covering non owned and hired vehicles, as well as for owned vehicles. e. Where an amendment to the policies is required as a result of a contract with the CITY, the 13 of 24
14 amendment shall be made prior to the signing of said contract. The Bidder shall require each of the sub consultants to furnish them with certificates of insurance evidencing current policies in force stating policy numbers, dates of expiration, limits of liability, deductibles, and aggregate amounts payable there under. These shall be submitted to CITY for review and approval prior to commencement of the sub consultant's activities. Certificates of insurance are to be forwarded to the CITY upon receipt. CITY shall be named as an additional insured party on these certificates. 7.2 TERMINATION OF CONTRACT 1. If, through any cause, the Bidder shall fail to fulfill in a timely and proper manner obligations under the contract or if the Bidder shall violate any of the requirements of the contract, CITY shall there upon have the right to terminate the contract by giving written notice to the Bidder of such termination and specifying the effective date of termination. Such termination shall relieve CITY of any obligation for balances to the contractor of any sum or sums set forth in the contract. CITY will pay only for goods and services accepted prior to termination. 2. Notwithstanding the above, the Bidder shall not be relieved of liability to CITY for damages sustained by the CITY by virtue of any breach of the contract by the Bidder and the CITY may withhold any payments to the Bidder for the purpose of compensation until such time as the exact amount of the damage due CITY from the Bidder is determined. 3. The Bidder agrees to indemnify and hold the CITY harmless from any liability to subconsultants/suppliers concerning payment for work performed or goods supplied arising out of the lawful termination of the contract by CITY under this provision. 4. In case of default by the Bidder, CITY may procure the goods or services from other sources and hold the Bidder responsible for any excess cost. 5. Continuation of the terms of the contract beyond the fiscal year is contingent on availability of funds in the following year's budget. In the event of unavailability of such funds, CITY reserves the right to cancel the contract. 6. ACQUISITION, MERGER, SALE AND/OR TRANSFER OF BUSINESS, ETC. It is understood by all parties that if, during the life of the contract, the Bidder disposes of his/her business concern by acquisition, merger, sale and or/transfer or by any means convey his/her interest(s) to another party; all obligations are transferred to that new party. In this event, the new owner(s) will be required to submit all documentation/legal instruments that were required in the original proposal/contract. Any change shall be approved by CITY. The Bidder will not assign any interest in the contract and shall not transfer any interest in the same without the prior written consent of CITY. 7. CITY may terminate the contract for convenience by providing 30 calendar days advanced notice to the Bidder. 14 of 24
15 PART II SECTION 1 SAMPLE CONTRACT 15 of 24
16 SAMPLE CONTRACT FOR SERVICES THIS CONTRACT, entered into on the day of in the year Two Thousand and Twelve, by and between the CITY OF CHOWCHILLA, a body corporate and politic, organized and existing under and by virtue of the laws of the State of California, having its principal place of business at 130 South Second Street, in the City of Chowchilla, County of Madera and State of California, hereinafter called "CITY", and,, a corporation organized and existing under the laws of the State of, with its principal place of business at, in the City of (CITY), County of (COUNTY) and State of (STATE) hereinafter called "CONSULTANT''. The CITY solicited proposals from qualified firms to perform fixed asset identification, appraisal and valuation services for the CITY. The CITY has accepted the proposal of the Consultant to perform said work. Said proposal becomes part of this contract. Both parties are mutually desirous of entering into a contract as follows. ARTICLE 1: SCOPE OF SERVICES The scope of services shall include, but not be limited to, the following: The City of Chowchilla is seeking Proposals from interested persons and/or firms to determine original cost and depreciation on CITY's capital assets as set forth by the capital asset reporting requirements of Governmental Accounting Standards Board (GASB) Statement 34 (GASB Statement #34), to establish a property control tracking system utilizing bar code technology, and to provide current regulatory reporting requirements. The successful Bidder will appraise property, including fixed assets classified as land, land improvements, buildings, machinery, equipment, utility infrastructure and any other assets later identified as to be included. A site inspection and physical inventory of all CITY facilities and developments will be completed. All valuations will be made in accordance with GASB Statement #34. The City of Chowchilla desires the consulting firm to perform the following services: 1. Project Description. A. Inventory Audit. A complete physical inventory of all assets of CITY on a wall to wall basis with specific data of the equipment such as description, location, useful life, condition, etc. included in the results of the inventory. Inventory will consist of a detailed summary report of fixed assets by location indicating the value and a separate value for the personal property located within a building. These records should reflect historical cost plus full replacement insurance value and depreciated values. B. Software Use. The CITY requires that its current software system, Caselle Fixed Assets Module Account be used as the fixed asset management system to control the acquisitions and disposition of fixed assets and to establish accountability for any loss or theft. CITY requires the successful Bidder provide an assessment of Caselle s flexibility and functionality as it exists today and how it will react in the future. 16 of 24
17 2. Objectives. Included in such assessment should be recommendations regarding Caselle use, upgrade, expansion or replacement. To perform a physical inventory and audit and update CITY's records of assets for both insurance and GASB Statement #34 purposes. This includes providing reports which assist CITY in fulfilling current fiscal reporting requirements ensuring compliance with GAAP and providing depreciation reporting and valuation as required by GASB Statement #34. Asset groups shall be established as necessary to comply with GASB 34. CITY considers this project to contain the following five (5) major components: A. Fixed Asset Inventory System/Classification Recommendation. Bidder shall determine whether the CITY s software is capable of managing a fixed asset inventory system, which includes the classification, asset tagging process, and on going depreciation to conform to requirements of GASB Statement #34, and provide useful management information. In the event that Caselle is not found to be suitable for this purpose, Bidder shall identify one or more reasonable alternatives. B. Inventory Services. Bidder will be required to perform a comprehensive inventory of all fixed assets. During the inventory process, at a minimum, all of the following information will be captured: Asset Number (bar code) Asset Group Serial Number Location Department Manufacturer Model Date Placed Into Service Date Inventoried Date Transferred Date Disposed All personal property assets are to be tagged preferably with bar coded asset tags/labels, and coded with a seventeen digit coding pattern. The first two digits represent asset group; the next three digits the department/fund; another four digits location/cost center; another two digits represent asset type; another two digits represents location; and the last four digits run serially. Tags are to be affixed in a manner that they are clearly visible. Asset tags must include additional text: "Property of the City of Chowchilla. XX XXX XXXX XX XX XXXX Group Dept/Fund Dept/Cost Location Asset Type Serial Tab Center Number 17 of 24
18 Bidder will provide reasonable assurance that the inventory count performed is materially accurate and will include a copy of their quality control process with their response to this RFP. C. Fixed Asset Management System. In accordance with Bidder s initial analysis, the Bidder is to prepare a Capital Asset Register to be maintained by CITY's finance department. The report must be arranged in the order prescribed by CITY s IT department and formatted in a manner allowing the data to be imported successfully into Caselle s Fixed Assets Module. D. Fixed Asset Valuation/Accounting System. For all capital assets identified during the inventory, Bidder will provide the following data: Historical cost for all buildings, machinery, equipment and infrastructure assets using a $5, aggregate acquisition threshold. These historical records shall be traceable to specific purchase orders/contracts and funding sources. In the absence of the above records, Bidder may supply an estimated historical cost or fair market value. E. Technical Support and Training. CITY requires technical support, manuals, training for CITY personnel, etc. during the life of the contract. 3. Current Operations. For purposes of this proposal and in accordance with CITY's policies, a capital asset will be defined as follows: Capital assets are real or personal property that have a historical or fair market value equal to or greater than $5, for a particular classification of the asset and have an estimated life of greater than one (1) year. CITY has invested in a broad range of capital assets used in its operations, including: A. Land and Land Improvements. B. Investment in Land. C. Buildings and Building Improvements. D. Site Improvements. E. Work in Progress (WIP). F. Utility Infrastructure G. Furniture and Fixtures (owned) H. Machinery and Equipment (owned). I. Software developed or obtained for internal use. J. Vehicles. K. Street & Road Improvements 4. Time for Completion. 18 of 24
19 It is anticipated that the term of the contract will be for a period of six (6) months. CITY may decide to enter into a new contract or extension with the successful Bidder for further enhancements or customizations subject to City Council approval, cost and the availability of funds. If necessary, written notice of CITY's intention to extend the contract shall be given approximately ninety (60) days prior to the expiration date of the initial contract period. If CITY elects to exercise the option to extend the contract, the contract price for the period of time shall be negotiated between CITY and BIDDER. ARTICLE 2: INSURANCE Before commencing work, the Consultant shall furnish to the CITY certificates of insurance showing that the following insurance is in force, stating policy numbers, dates of expiration, limits of liability, deductibles and aggregate amounts payable hereunder. Certificates of insurance must contain thirty (30) day written cancellation clause and a brief description of the work to be performed. The CITY shall be named additional insured on all policies. Certificates shall be submitted to the CITY and must be approved before work commences. Worker's Compensation and Employer s Liability Insurance, in accordance with the laws of the State of California. Comprehensive General Liability Insurance coverage/bodily injury and property damage covering claims made at any time prior, during, or subsequent to completion of the Consultant s services with a limit of not less than $2,000,000 with a deductible not more than $10,000. Comprehensive Automobile Liability Insurance for $1,000,000 combined single limit for bodily injury and property damage covering non owned and hired vehicles, as well as owner vehicles. Professional Liability Insurance covering claims made at any time prior, during, or subsequent to completion of the Consultant's services with a limit of not less than $1,000,000 with a deductible not more than $15,000. The Consultant shall require each of his or her sub consultants to furnish him or her with certificates of insurance evidencing current policies in force stating policy numbers, dates of expiration, limits of liability, deductibles and aggregate amounts payable hereunder. These shall be submitted to CITY for review and approval prior to commencement of the sub consultant's activities. Certificates of insurance are to be forwarded to the CITY upon receipt. CITY shall be named as an additional insured party on these certificates. All policies terms, conditions, and limits shall be the same as stated for Consultant. ARTICLE 3: TIME OF COMPLETION The consultant shall commence work under this contract on the date specified in the written Notice to Proceed issued by the CITY. ARTICLE 4: COMPENSATION AND METHOD OF PAYMENT The CITY shall pay the Consultant for services to be rendered under this contract in accordance with the schedule of rates as stated in the Consultant's proposal dated DATE. Payment shall be in current funds, subject to additions and deductions as provided in the contract documents, a not to exceed amount of 19 of 24
20 (AMOUNT WRITTEN IN WORDS) ($xxx,xxx.xx). Payments of the Consultant's work shall be made on a monthly basis following presentation of the Consultant's invoice for services rendered to date. The award of this contract is subject to approval of the Chowchilla City Council and the continuing availability of funds after approval. This also includes any payment as a result of litigation of any dispute flowing from the award of this contract. Further, any change orders amounting to more than 20% must be approved by action of the Chowchilla City Council. ARTICLE 5: MISCELLANEOUS REQUIREMENTS TERMINATION FOR DEFAULT: If, through any cause, the Consultant shall fail to fulfill in a timely and proper manner his obligations under this Contract or violate any statute or regulation, or if the Consultant shall violate any of the covenants, agreements or stipulations of this Contract, the CITY shall thereupon have the right to terminate this Contract by giving written notice to the Consultant of such termination and specifying the effective date thereof, at least five (5) days before the effective date of termination. In such event, all finished or unfinished documents, data, studies, and reports prepared by the Consultant under this Contract shall, at the option of the CITY, become its property and the Consultant shall be entitled to receive just and equitable compensation for any satisfactory work completed on such documents. Notwithstanding the above, the Consultant shall not be relieved of liability to the CITY for damages sustained by the CITY by virtue of any breach of the Contract by the Consultant, and the CITY may withhold any payments to the Consultant for the purpose of setoff until such time as the exact amount of damages due the CITY from the Consultant is determined. COVENANT AGAINST CONTINGENT FEES: The Consultant warrants that he has not employed any person to solicit or secure this Contract upon any contract for a commission, percentage, brokerage, or contingent fee. Breach of this warranty shall give the CITY the right to terminate this Contract, at its discretion, for default. TERMINATION FOR CONVENIENCE: The CITY may terminate this Contract any time by a notice in writing from the CITY to the Consultant. If the Contract is terminated by CITY as provided herein, the Consultant shall be paid an amount which bears the same ratio to the total compensation as the services actually performed bear to the total services of the Consultant covered by this Contract, less payments of compensation previously made provided, however, that if less than sixty percent (60%) of the services covered under this Contract have been performed upon the effective date of such termination, the Consultant shall be reimbursed (in addition to the above payment) for that portion of the actual out of pocket expenses (not otherwise reimbursed under this Contract) incurred by the Consultant during the contract period which are directly attributable to the uncompleted portion of the services covered by this Contract. If this Contract is terminated due to fault of the Consultant, the above section hereof relative to termination shall apply. CHANGES: The CITY may, from time to time, request changes in the scope of services of the Consultant to be performed hereunder. Such changes, including any increase or decrease in the amount of the Consultant's compensation, which are mutually agreed upon by and between the CITY and the Consultant, shall be incorporated in written amendments to this Contract. ASSIGNMENT OF CONTRACT: The Consultant shall not assign or transfer any interest in this Contract; except that claims for monies due or to become due from the CITY under the contract may be assigned to a bank, trust company, or other financial institution. Such assignments of claims shall only be made with the written concurrence of the CITY. 20 of 24
21 INTEREST OF MEMBERS OF CONGRESS: No member of or Delegate to the Congress of the United States, and no City Council Member, shall be admitted to any share or part of this Contract or to any benefit to arise there from. INTEREST OF MEMBERS, OFFICERS, OR EMPLOYEES AND FORMER MEMBERS, OFFICERS, OR EMPLOYEES: No officer, or employee of the CITY, no member of the Chowchilla City Council shall during his/her tenure, or for one year thereafter, have any interest, direct or indirect, in any contract or the proceeds thereof. SUBCONTRACTING: None of the services covered by this Contract shall be subcontracted without the prior written consent of the CITY. The Consultant shall be as fully responsible to the CITY for the acts and omissions of his sub consultants, and of persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed by him.. COMPLIANCE WITH ALL APPLICABLE LAWS: The Consultant shall comply with all applicable laws, ordinances, regulations and codes of the Federal, State and local governments, and shall not trespass on any public or private property in performing any of the work embraced by this Contract. 21 of 24
22 ARTICLE 6: CONTRACT DOCUMENTS Contract documents shall consist of the following component parts: a) This Instrument b) Indemnification Agreement c) Request for Proposals/Qualifications# d) Proposal submitted by the Consultant by 12/6/12 deadline e) Disclosure of liens, suits or judgments This instrument, together with the other documents enumerated in Article 6, are as fully a part of the Contract as if hereto attached or herein repeated. In the event that any provision in one of the component parts of this Contract conflicts with any provision of any other component part, the provision in the component part first enumerated shall govern, except as otherwise specifically stated. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed as of the day and year first above written. CONSULTANT: ATTEST: (Consultant) Approved as to Form and Legality: Thomas E. Ebersole, City Attorney City of Chowchilla CITY OF CHOWCHILLA Mark Lewis, City Administrator 22 of 24
23 INDEMNIFICATION AGREEMENT This agreement made this day of, 2012, between the CITY OF CHOWCHILLA and (Consultant) in the County of and State of. WHEREAS, CONSULTANT has been contracted by the City of Chowchilla to perform personal services in accordance with the Contract Documents and all applicable laws; and, WHEREAS, parties hereto seek to protect the CITY OF CHOWCHILLA and all potential claims arising from any willful or negligent act of omission of the Consultant, and Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. NOW, THEREFORE, CONSULTANT hereby agrees to save and indemnify and keep harmless the CITY OF CHOWCHILLA against all liability for claims, demands, judgments and damages including personal and property damage arising from any act by, or willful malfeasance or negligence of CONSULTANT or its Subcontractors, agents or employees, while in or about the buildings or premises and further agrees to indemnify the CITY OF CHOWCHILLA and/or its agents. Signed and Sealed this day of, CONSULTANT: ATTEST: (Consultant) Approved as to Form and Legality: Thomas E. Ebersole, City Attorney City of Chowchilla CITY OF CHOWCHILLA Mark Lewis, City Administrator 23 of 24
24 AFFIDAVIT STATE OF COUNTY OF On (DATE) before me, (insert name and title of the officer) personally appeared ((insert name/company), who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of the foregoing paragraph is true and correct. that WITNESS my hand and official seal. Signature (seal) 24 of 24
25 RFP # Proposal Submission Document Checklist 1).* Executive Summary / Introduction Limit to no more than 5 pages. 2). Certification of Qualifications 3).* Organization Structure / Key Personnel Limit to no more than 5 pages. 4).* Experience Limit to no more than 5 pages 5).* References Provide current references from 3 agencies for which similar work has been performed. Provide a current contact at each agency who worked closely with Consultant on the assignment. Provide contact s name, job title, phone number and address (if available). 6).* Work Plan / Approach Provide a thorough description of the proposed approach to completing this Scope of Work. Do not merely repeat the Scope of Work. 7). Cost Proposal Use only the form provided for this purpose. Provide one original of this document in a sealed envelope labeled, Cost Proposal RFP ). Notarized Statement regarding liens, suits, judgments in accordance with Section 4.9 of the RFP. *represents items that are to be submitted on Consultant s letterhead.
26 Certification of Qualifications In submitting this proposal in response to RFP #12-101, I hereby certify that does not have a previous record of failing to satisfactorily perform work of a scope and nature similar to that which is identified in the Scope of Work section of this RFP. Signed: Title: Date:
27 RFP # Cost Proposal from (firm name) Fee for Asset Inventory and tagging: (This includes the cost of establishing asset groups & Sub-groups as necessary in order allow the logical Identification of similar items and components of Infrastructure systems and sub-systems) Fee for determining the usefulness of Caselle Clarity as the city s fixed asset tracking software: Fee for Establishing Carrying Value of Asset: Fee for Determining Cumulative Depreciation on per Asset basis: Fee for Creating Detailed Report that can be uploaded Electronically into Caselle Clarity to populate the fixed Asset module (If Caselle Clarity is not the chosen module, then the upload will be made to another suitable software product.) $ $ $ $ $ Other Fees not delineated above: $ List basis for other fees below: (Use one additional page if necessary for other fees ) Total Proposed Fees: $ By signing this document, the signer agrees to bind his/her firm to the pricing, terms and conditions outlined in the submitted proposal and further, the signer attests to their ability to create such an obligation on behalf of their firm. Signed: Date: Printed Name: Title:
AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES
AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES THIS AGREEMENT is made as of December 1, 2003, by and between the San Francisquito Creek Joint Powers Authority, a body corporate and politic
CONSULTANT AGREEMENT. THIS CONSULTANT S AGREEMENT (the Agreement ) is effective this day of
CONSULTANT AGREEMENT THIS CONSULTANT S AGREEMENT (the Agreement ) is effective this day of, 2011, by and between the TOWN OF UNIVERSITY PARK (the Town ), a municipal corporation of the State of Maryland,
ARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and
ARCHITECTURAL SERVICES CONTRACT STATE OF TEXAS COUNTY OF NUECES THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and hereinafter called Architect
Borough of Jamesburg
Borough of Jamesburg Sale of Cellular Communications Tower Lease Bid Specifications Borough of Jamesburg 131 Perrineville Road Jamesburg, NJ 08831 July, 2012 Bid Opening August 16, 2012 11:00am Borough
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
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
AGREEMENT FOR SECURITY AND TRANSPORT SERVICES
AGREEMENT FOR SECURITY AND TRANSPORT SERVICES THIS AGREEMENT For Security Services (the Agreement ) is made and entered into effective this day of, 20, by and between CITY OF Commerce City, COLORADO, a
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
How To Work For A City Of Germany Project
CONSULTING SERVICES AGREEMENT This Consulting Services Agreement ( Agreement ) is made and entered into this day of, 2013, by and between the City of Clovis, a Municipal Corporation, hereinafter called
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
INDEPENDENT CONTRACTOR SERVICES AGREEMENT
INDEPENDENT CONTRACTOR SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 2010, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal corporation, whose
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
STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between. and HARRISBURG AREA COMMUNITY COLLEGE
STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between and HARRISBURG AREA COMMUNITY COLLEGE This Agreement is made between Harrisburg Area Community College (HACC), whose primary address is One HACC
AGREEMENT FOR INDEPENDENT CONTRACTOR SERVICES (NAME OF PROJECT) PROJECT # 101
AGREEMENT FOR INDEPENDENT CONTRACTOR SERVICES (NAME OF PROJECT) PROJECT # 101 THIS AGREEMENT FOR INDEPENDENT CONTRACTOR SERVICES is made this day of, 2013, and entered into by and between the City of Meridian,
AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR
AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR AGREEMENT made this day of, 201_, pursuant to the provisions of the Delaware River Basin Compact, by and between the DELAWARE RIVER BASIN COMMISSION
Draft 12/23/04 XXXX FUNDING AGREEMENT BETWEEN XXXX. and CITY/TOWN TO SUPPORT AFFORDABLE HOUSING AT X HOUSE
Draft 12/23/04 XXXX FUNDING AGREEMENT BETWEEN XXXX. and CITY/TOWN TO SUPPORT AFFORDABLE HOUSING AT X HOUSE This AGREEMENT made as of, 2005 by and between XXXX, Incorporated, a not-forprofit corporation
MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.
MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.] THIS CONTRACT (the Contract ) is made as of the day
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
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
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
STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010
STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010 Fiscal Year 2011 1 TABLE OF CONTENTS Part 1 - Informational...3 Part 2 - Operating Environment...8 Part
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
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
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
PALOMAR COMMUNITY COLLEGE DISTRICT AGREEMENT WITH INDEPENDENT CONTRACTOR
PALOMAR COMMUNITY COLLEGE DISTRICT AGREEMENT WITH INDEPENDENT CONTRACTOR THIS AGREEMENT is made and entered into this day of by and between the Palomar Community College District, hereinafter called "District",
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
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
5. Preparation of the State and Federal Single Audit Reports.
THE CITY OF GROTON REQUEST FOR PROPOSAL FOR AUDITING SERVICES RFP 15-01 (Revised 5/28/15) 1. Introduction The City of Groton, Connecticut (the City) is soliciting proposals for purpose of obtaining the
City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control
City of Boulder, Colorado Request for Proposals RFQ #74-2012 The City of Boulder is soliciting Statements of Qualification and hourly billing rates from contractors with experience in General Scope of
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
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,
ASSOCIATION OF AMHERST STUDENTS (AAS) Office of the Treasurer and Budgetary Committee
ASSOCIATION OF AMHERST STUDENTS (AAS) Office of the Treasurer and Budgetary Committee AGREEMENT FOR CONSULTING SERVICES This Agreement is made between the Association of Amherst Students (Association)
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
STANDARD AGREEMENT FOR CONSULTANT SERVICES. THIS AGREEMENT, made and entered into in the City of Modesto, State of
STANDARD AGREEMENT FOR CONSULTANT SERVICES THIS AGREEMENT, made and entered into in the City of Modesto, State of California, this day of, 20, ( Effective Date ) by and between the CITY OF MODESTO, a municipal
388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email [email protected] ADDENDUM NO. 1
388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email [email protected] May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation
NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES
NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES The City of Novi will receive sealed proposals for Consultant - Architectural Façade Services according to the
NPSA GENERAL PROVISIONS
NPSA GENERAL PROVISIONS 1. Independent Contractor. A. It is understood and agreed that CONTRACTOR (including CONTRACTOR s employees) is an independent contractor and that no relationship of employer-employee
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
AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD
AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD JANUARY 1, 2014 TO DECEMBER 31, 2015 AGREEMENT THIS AGREEMENT, is made and entered into
TOWN OF LINCOLN, MA Request for Quotes For Affordable Accessory Apartments Consultant
TOWN OF LINCOLN, MA Request for Quotes For Affordable Accessory Apartments Consultant The Town of Lincoln is seeking quotes from qualified consultant(s) to collaborate with the Housing Commission in the
APPALCART REQUEST FOR PROPOSAL
APPALCART REQUEST FOR PROPOSAL COMPUTER, NETWORK, AND SERVER CONSULTING INTRODUCTION AppalCART (the Authority) is issuing this Request for Proposal (RFP) to solicit contractor proposals to provide oversight
CAP CONSULTING SERVICES AGREEMENT
CAP CONSULTING SERVICES AGREEMENT This Agreement is made on this day of, by and between the College of American Pathologists, a not-for-profit Illinois corporation with offices at 325 Waukegan Road, Northfield,
Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas
Request For Proposal Furnish Schneider Business Park Signs Design Build Services For the Cibolo Economic Development Corporation Cibolo, Texas The City of Cibolo, Texas Economic Development Corporation
MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND
MEDICAL INSURANCE CARRIER CLAIM AUDIT All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint
CITY OF CHILLICOTHE REQUEST FOR PROPOSALS
CITY OF CHILLICOTHE REQUEST FOR PROPOSALS The City of Chillicothe is accepting sealed proposals for a Financial and Payroll software system for the Chillicothe Auditor s office. Proposal Must Be Sealed,
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
This page left blank intentionally
ATTACHMENT 13 PERFORMANCE AND PAYMENT BONDS This page left blank intentionally RFP #0606-14 Attachment 13: Payment & Performance Bonds Page 1 of 8 PAYMENT BOND (CALIFORNIA PUBLIC WORK) KNOW ALL MEN BY
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
LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01
LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 TABLE OF CONTENTS I. INSTRUCTIONS... 3 A. BID INFORMATION... 3 B. BID PROPOSAL FORMAT... 4 C.
THE CORPORATION OF THE CITY OF BURLINGTON D1 - AGREEMENT
Agreement 2006 Page 1 THE CORPORATION OF THE CITY OF BURLINGTON D1 - AGREEMENT THIS AGREEMENT made in triplicate this day of 20 THE CORPORATION OF THE CITY OF BURLINGTON (hereinafter called "the City")
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,
MEMORANDUM OF AGREEMENT SUMMARY
MEMORANDUM OF AGREEMENT Project Name/Description: Owner(s): Owner s (Owners ) Address/Phone/Email: Owner Type: Private Property Address/Vicinity: SHF Project Number: # Grant Amount: Total Estimated Project
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
WITNESSETH. That Contractor, for the consideration hereinafter fully set out, hereby agrees with the County as follows:
NORTH CAROLINA RANDOLPH COUNTY CONTRACT THIS CONTRACT, made and entered into this day of, 2015 by and between Randolph County, a political subdivision of the State of North Carolina, hereinafter referred
MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES
MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES THIS AGREEMENT is made and entered into this day of, 2007, by and between the University of Washington ( Owner ) and, ( Project
COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments
COUNTY OF SARPY, NEBRASKA SPECIFICATIONS VOIP Phones For the Various County Departments PROPOSALS DUE: Thursday, 2:00 p.m., June 13, 2013 1 P age P:\VOIP Phones\RFP_VOIP.docx General Information Notice
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.
City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID
INVITATION TO BID Sealed bid proposals, plainly marked "Plumbing Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,
TAFT LIBRARY ADDENDUM STANDARD FORM OF AGREEMENT BETWEEN TOWN OF MENDON ( THE TOWN ) AND ( ARCHITECT ) 1.1 Delete space if no additional information.
TAFT LIBRARY ADDENDUM STANDARD FORM OF AGREEMENT BETWEEN TOWN OF MENDON ( THE TOWN ) AND ( ARCHITECT ) This Addendum is attached to and modifies the Standard Form of Agreement between the Town and Architect,
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
DRAFT AUDITOR SERVICES CONTRACT AGREEMENT FOR AUDITOR SERVICES
ATTACHMENT 1 DRAFT AUDITOR SERVICES CONTRACT AGREEMENT FOR AUDITOR SERVICES THIS AGREEMENT, made and entered into on XXX XX, 2013, by and between the ORANGE COUNTY VECTOR CONTROL DISTRICT, (hereinafter
WASTE SERVICES & DISPOSAL AGREEMENT. By: By: Name: Name: Title: Title:
WASTE SERVICES & DISPOSAL AGREEMENT COMPANY: CUSTOMER: By: By: Name: Name: Date Date Title: Title: Effective Date of Agreement: Initial Term: Contract No. This Waste & Disposal Services Agreement, consisting
CONSULTANT AGREEMENT
Douglas County School District Re.1 Castle Rock, Colorado CONSULTANT AGREEMENT This agreement, dated effective as of is made and entered into by and between the Douglas County School District Re.1, Douglas
QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.
COUNTY OF MUSKEGON REQUEST FOR QUOTES (RFQ) FOR PROFESSIONAL REAL ESTATE SERVICES The County of Muskegon, through its County Administration Department, Office of Grant Services, is seeking contractors
INDEPENDENT CONTRACTOR CONSULTING AGREEMENT INSTRUCTIONS, ROUTING AND APPROVAL COVER SHEET
INDEPENDENT CONTRACTOR CONSULTING AGREEMENT INSTRUCTIONS, ROUTING AND APPROVAL COVER SHEET I. The requesting department should complete the following Independent Contractor Consulting Agreement ( Agreement
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
SUB-PRODUCER AGREEMENT
SUB-PRODUCER AGREEMENT THIS AGREEMENT is made and entered into on the day of, 2015 by and between SELECT INSURANCE MARKETS, LP., a Texas Company ( SIM ) and the following named individual or agency who/which
AGREEMENT FOR PROFESSIONAL LAND SURVEYING SERVICES WITNESSETH: ARTICLE 1
AGREEMENT FOR PROFESSIONAL LAND SURVEYING SERVICES This Agreement, made as of the 29 th day of January, 1999, by and between the County of Wake (hereinafter, the "Owner") and McKim & Creed Engineers, P.A.,
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.
REQUEST FOR PROPOSALS FOR PROFESSIONAL SERVICES. TO PROVIDE Internet Service Provider. Office of Management and Budget Government Support Services
REQUEST FOR PROPOSALS FOR PROFESSIONAL SERVICES TO PROVIDE Internet Service Provider ISSUED BY Office of Management and Budget Government Support Services CONTRACT NUMBER GSS13442-INTERNET CONTACT TITLE:
CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245
CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 Notice is hereby given that the City of Lemoore is soliciting proposals
PRODUCER AGREEMENT. Hereinafter ("Producer"), in consideration of the mutual covenants and agreements herein contained, agree as follows:
PRODUCER AGREEMENT Hereinafter First Choice Insurance Intermediaries, Inc "FCII", a Florida company, having an office at 814 A1A North, Suite 206, Ponte Vedra Beach, FL 32082 and " Producer" having an
SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department
SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS Jail Boiler Replacement Project For the Facilities Management Department PROPOSALS DUE: 2:00 p.m., Thursday, November 20, 2014 1 P age P:\Jail Boiler Replacement
BENTON COUNTY PERSONAL SERVICES CONTRACT
BENTON COUNTY PERSONAL SERVICES CONTRACT This is an agreement by and between BENTON COUNTY, OREGON, a political subdivision of the State of Oregon, hereinafter called COUNTY, and, hereinafter called CONTRACTOR.
CHAPTER 7 PUBLIC WORKS LAW
7-1 CHAPTER 7 PUBLIC WORKS LAW GENERAL PROVISIONS The "Public Works Law" [IC 36-1-12] applies to all public work performed or contracted by political subdivisions and their agencies. Any public work performed
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
REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority
REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office [email protected]
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
A. For the consideration agreed below to be paid to Contractor by City, Contractor shall provide
STATE OF TEXAS CONTRACT FOR SERVICES COUNTY OF DALLAS THIS CONTRACT is made and entered into by and between the CITY OF DALLAS, a Texas municipal corporation, located in Dallas County, Texas (hereinafter
EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES
EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES The following Extra Services to the Agreement shall be performed by Architect if needed and if authorized or requested by the District: 1. Making revisions
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
CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019
CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 Pursuant to Florida Statutes, Chapter 287, The City of Bonita Springs hereinafter referred to as the City, will accept sealed Responses for Qualifications and
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
Robla School District
Robla School District e-rate Y14 2011-2012 RFP 2011-02 CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS November 3, 2010 Robla School District 5248 Rose St. Sacramento, CA 95838 SUMMARY The Robla School
Services Agreement Instruction Sheet
Delta-T Group POB 884 Bryn Mawr, PA 19010 Phone: 800-251-8501 FAX: 610-527-9547 www.delta-tgroup.com Services Agreement Instruction Sheet We thank you for your interest in Delta-T Group. Below please find
CITY OF JERSEY CITY REQUEST FOR PROPOSALS: AUDITING SERVICES: FORENSIC AUDIT OF FINANCIAL ACTIVITIES OF PROPERTY OWNER GRANTED PILOT AGREEMENT
CITY OF JERSEY CITY REQUEST FOR PROPOSALS: AUDITING SERVICES: FORENSIC AUDIT OF FINANCIAL ACTIVITIES OF PROPERTY OWNER GRANTED PILOT AGREEMENT SUBMISSION DEADLINE: 4:00 p.m. November 13, 2013 ADDRESS ALL
INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES
INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES This Independent Contractor Agreement for Services ( Agreement ) is made as of, 2012, between the Culver City Unified School District ("District")
TOWN OF SCITUATE MASSACHUSETTS
TOWN OF SCITUATE MASSACHUSETTS REQUEST FOR SERVICES Marketing Services for Town of Scituate Economic Development Commission NOVEMBER 2014 GENERAL INFORMATION The Town of Scituate, acting through its Economic
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
Page 1 of 12 Document Effective Date Solicitation Terms & Conditions 08/08/2008 Purchase Order Terms and Conditions 01/01/2009 Special Provisions 01/01/2009 STATE OF COLORADO SOLICITATION INSTRUCTIONS/
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:
State of New Jersey New Jersey Public Broadcasting System New Jersey Network Standard Terms and Conditions
1. STANDARD TERMS AND CONDITIONS APPLICABLE TO THE CONTRACT: Unless the bidder is specifically instructed otherwise in the Request for Proposals (RFP), the following terms and conditions shall apply to
(INSERT NAME OF FIRM)
MASTER AGREEMENT FOR CONSULTING SERVICES (INSERT NAME OF FIRM) THIS AGREEMENT is made and entered into as of the day of by and between South Tahoe Public Utility District, hereinafter referred to as "DISTRICT"
MASTER SERVICES AGREEMENT - DIGITAL ADVERTISING SERVICES
MASTER SERVICES AGREEMENT - DIGITAL ADVERTISING SERVICES MASTER SERVICES AGREEMENT This Master Services Agreement (the Agreement ) shall govern the provision of services to the undersigned client (the
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,
COVENTRY PUBLIC SCHOOLS PHOTOGRAPHY BID
COVENTRY PUBLIC SCHOOLS PHOTOGRAPHY BID PROJECT: To Provide Photography Services for School Pictures to Coventry Public Schools. The School District is comprised of (5) Elementary Schools with total enrollment
CULVER CITY UNIFIED SCHOOL DISTRICT INDEPENDENT CONTRACTOR AGREEMENT FOR PROFESSIONAL SERVICES (SPECIAL SERVICES) CONSULTING SERVICES
CULVER CITY UNIFIED SCHOOL DISTRICT INDEPENDENT CONTRACTOR AGREEMENT FOR PROFESSIONAL SERVICES (SPECIAL SERVICES) CONSULTING SERVICES This Independent Contractor Agreement for Special Services ( Agreement
Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 [email protected]
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
STANDARD FORM OF CONTRACT FOR DESIGN-BUILD CONSULTANT SERVICES
STANDARD FORM OF CONTRACT FOR DESIGN-BUILD CONSULTANT SERVICES Document No 501 Second Edition, 2010 Design-Build Institute of America Washington, D.C. TABLE OF CONTENTS Article Name Page Article 1 Consultant
