REQUEST FOR PROPOSAL (RFP) FOR DESIGN/BUILD SERVICES FOR LANDSCAPING IMPROVEMENTS AT THE PUBLIC SAFETY BUILDING IN GALESBURG, IL
|
|
- Ella Griffith
- 8 years ago
- Views:
Transcription
1 REQUEST FOR PROPOSAL (RFP) FOR DESIGN/BUILD SERVICES FOR LANDSCAPING IMPROVEMENTS AT THE PUBLIC SAFETY BUILDING IN GALESBURG, IL Kraig Boynton, Purchasing Agent City of Galesburg 55 W. Tompkins St. Galesburg, IL RFP Circulation Date: June 9, 2014 PROPOSALS DUE NO LATER THAN 11:00 A.M., July 9, 2014 (4 COPIES) TO THE ATTENTION OF KRAIG BOYNTON, PURCHASING AGENT.
2 CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ REQUEST FOR PROPOSALS ARCHITECTURAL/ENGINEERING SERVICES FOR DESIGN/BUILD SERVICES FOR LANDSCAPING IMPROVEMENTS TO THE PERIMETER OF THE PUBLIC SAFETY BUIDING IN GALESBURG, ILLINOIS The City of Galesburg is seeking Requests for Proposals (RFP) to provide design/build services for landscaping improvements to various sections of the perimeter of the Galesburg Public Safety Building located at 150 S. Broad St., in Galesburg, IL. If you are interested in pursuing the work as outlined herein, please submit your proposal to Kraig Boynton, Purchasing Agent, 55 West Tompkins Street, Galesburg, IL no later than 11:00 a.m. local time July 9, GENERAL INFORMATION: The City of Galesburg has received a grant to improve the appearance of the land surrounding the Galesburg Public Safety Building. This project will include a potential four projects dependent on how far grant dollars will go. The City has a total budget of $40,000. These projects include: Project Area 1 Masonry ground sign (approximately 4 high and 12 long) similar to attached drawing concept. Sign shall be lighted from the front. Two aluminum flagpoles sized for area (approximately 16 high). Flagpoles will be lighted. Concrete/brick pad and walk areas as per drawing. Maltese cross to be laid into the pad at grade. Landscaping as per drawing with trees and shrubbery. Tress minimum 2 ½ diameter. Shrubbery to provide screening for existing diesel tank. Planting area around pad with perennial/ornamental grass and flowers. Project Area 2 Provide landscaping on north end of building to include deciduous tree(s), shrubbery along the north side of the apparatus ramp, and optional planting area at west end of area.
3 Project Area 3 Replace the existing spirea with hardy shrubbery or other alternative. Project Area 4 Provide shrubbery along south edge of drive, ornamental trees in the east end of the area along building, and optional planting at southwest corner of area. For all work listed above, submission shall include cost of: 1)permits and associated fees, 2) preparation of site, 3) completion of tasks listed in projects, 4) any formal meetings for public comment and/or council approval, and 5) job related construction clean up. This work shall be covered by a written contract between the City of Galesburg and firm selected to provide these services. The firm shall have a design professional on staff or shall hire a sub-firm with background in park and recreation development to help with this project. Site inspections can be arranged by contacting Mr. Kraig Boynton, Purchasing Agent, at It is critical to complete this project in a timely manner. Time is of the essence. The selected firm will be expected to have available staff to begin work soon after award and available staff to begin work soon after award and complete the work in a timely manner. Firms submitting proposals shall submit a Not to Exceed dollar amount for each of the phases listed herein, while actual costs will be based upon hourly rates of the various disciplines including but not limited to architectural/landscape architectural, mechanical, electrical and structural engineers and any other services required of the project. Certified payrolls will be required for this project. SCOPE OF WORK: The Proposal Area The proposed project areas are shown on the topographical map included and labeled accordingly. In addition, a sample of the intended layout for project area 1 is attached as well as a sign sample For all the tasks above, the following shall be incorporated into submitted pricing: Design development including hardscape elements, grading and softscape plantings. One review meeting with the City to determine final layout approval. Note: Final design must meet the approval of Galesburg Community Development. Construction upon approval (including any permits and fees)
4 Additional Services A. Prepare additional graphics that may be required to deem necessary by the city or outside review parties to better convey images of proposed landscape improvements. These may include site sections, elevations, interpretive signage details, and or perspectives of the proposed landscape median designs and their surrounding context. B. Any public hearings or meetings that the firm is required or asked to attend regarding this proposal s scope of services. C. Any additional meeting other than those specified above. D. Planting verification (tag trees at nursery, etc.) E. Materials not furnished by the city are deemed necessary to conduct the work such as digital, print or reproducible originals or copies of property surveys, utilities, topographic and spot elevation maps, prints, photographs, reprints, aerial survey, etc. of the project area as well as adjacent properties. SUBMITTALS Firms responding to this RFP shall submit the following as part of their proposal: 1. Name, size and description of firm. 2. Location of main office where work will be accomplished. 3. Qualifications and previous experience with similar projects. 4. Resumes of key personnel who would be assigned to this project. 5. Names, addresses and phone number of references associated with previous work experience. 6. Completed Certificate of Compliance (see attachment). 7. Completed Proposal Form (see attachment) Provide in a separate sealed envelope - 8. Any additional comments or information you may believe to be relevant. 9. Items 1 through 8 for each sub-firm. Proposals will be ranked upon the professional qualifications (Item 1 through 5, above) and time required to complete the work. The cost of professional services, although required as a part of the proposal, does not enter into the ranking process. It will however, determine whether the desired services are affordable within our budget constraints after the proposal effectively addressing our needs is selected. Applicable cost documents should be placed in a separate sealed envelope and labeled Pricing for Landscaping Project at PSB. The outer label of this envelope should clearly state the name and address of the contractor. Note: While four copies of the proposal are required to be submitted; only one copy of the pricing shall be required for submittal.
5
6
7
8 LANDSCAPING IMPROVEMENTS AT PSB PROJECT INFORMATION SHEET If adequate space is not provided for a complete response, please attach additional pages as necessary and identify by number. Proposals will not be considered responsive unless all requests for information are provided. Please us such terms as none, not applicable, unknown, etc. if requested information does not pertain or cannot be provided. 1. Please indicate the response that best describes your business Sole Proprietor Partnership Corporation Other (please explain) 2. Firm Name: Address: Telephone: FAX: First Date in Business: 3. Is your Firm involved in any proceedings that may affect the ability of the firm to continue under the current firm name for the duration of the project? Yes No If yes, please explain (use additional page) 4. Is your firm up for sale? Yes No If yes, please explain (use additional page) 5. Primary Staff to be assigned to the project: (Please indicate college degree and certifications, if any, of personnel listed). Owner/Partner: Project Supervisor: Principal Professional(s):
9 Other Significant Technicians and Employees to be assigned: Please provide resume for project supervisor and principal professionals to be assigned at time of proposal submission for personnel listed above. 6. Estimated project hours of work reflected I the lump sum proposal are as follows: A. Owner/Partner: Hours B. Professionals: Hours C. Technicians: Hours D. Clericals: Hours E. Others (Please identify) Hours Hours 7. Experience: Please indicate below the experience of the individuals in Item 5 from your firm pertaining to the specific type of work listed. Please restrict projects listed to those projects performed by the individuals identified for the project. Please list professional service projects directly involving public renovation similar to work requested for this project where staff identified in Section 5 have provided professional services: Name of Unit/Company Project Contact Person Phone # Total Fee A. B. C. (If more than three projects have been performed, please list the top three that you feel are most comparable to the scope of work being requested. Do not list projects over 5 years old). List any other professional services projects that you feel may indicate the ability of your firm to perform he work requested (use additional pages(s) if necessary).
10 8. If it becomes necessary to preform extra work the following hoarsely rates will apply: A. Owner/Partner: /hour B. Professionals /hour C. Technicians /hour D. Clericals /hour E. Others Specify /hour Rates quoted should be inclusive of all expenses including, but not limited to personnel services, fringe benefits, overhead and profit required by the firm. Please list any expense rates that may apply to extra work. If no expense rates are indicated, no expenses will be allowed. Expenses and Charge Back Rates: 9. Please identify all subcontractors and work to be performed. Please provide a separate Project Information Sheet for each subcontractor. 10. If one or more subcontractors are proposed, it all compensation for fees of the subcontractor included in the fee reflected in the Proposed Cost Summary? Yes No If no, please explain 11. Have all items requested been included with your proposal? Yes No 12. Please provide a tentative timeline of the project. Utilize appropriate benchmarks in developing the timeline.
11 I certify that all information provided above is complete, accurate and to the best of my knowledge, true. I further certify that I am fully authorized by the firm identified in Item 2 of this form to execute this information sheet on behalf of that firm. I hereby state that I have read, understand and agree to be bound by all terms of this Request for Proposal document. Firm: By: Name: Position: Telephone: Facsimile:
12 PROVIDE IN SEPARATE SEALED ENVELOPE LANDSCAPING IMPROVEMENTS AT PSB PROPOSAL COST SUMMARY I, the undersigned, certify that I have read and fully understand all of the specifications supplied by the City in this Request for Proposals. I propose to provide professional services as specified in the Request for Proposals for the total sum of: I propose the following payment schedule by percent of total compensation for each phase: 1. Project 1 - percent of total compensation 2. Project 2 Increase to percent of total compensation 3. Project 3 Increase to percent of total compensation 4. Project 4 Increase to percent of total compensation 5. I would propose to meet the timetable for project completion as provided in my proposal. If you cannot submit a proposal in the format requested, please attach a schedule of total compensation that will cover any and all expenses and services related to the project. I hereby state that I have the authority to submit this proposal which will become a binding contract if accepted by the city. I further state that I have not communicated with nor otherwise colluded with any other person or firm, nor have I made any agreement with nor offered or accepted anything of value from an official or employee of the city that would tent to destroy or hinder free competition. I hereby state that I have read, understand, and agree to be bound by all terms of this Request for Proposal document. Signed: Title: Name: Date: Firm Name: Address: Telephone:
13 PROVIDE IN SEPARATE SEALED ENVELOPE LANDSCAPING IMPROVEMENTS AT PSB PROJECT PROPOSAL FORM Name of Offeror: Business Address: Contact Person: Address: Telephone No. Date of Proposal The offeror above mentioned declares and certifies: First - That this proposal is made without any previous understanding, agreement or connection with any other person, firm or corporation making a proposal for the same purpose, and is in all respects, fair and without collusion or fraud. Second - That no officer, employee or person whose salary is payable in whole or in part from the City of Galesburg, Illinois is directly or indirectly interested in this proposal or in any portion of the profits thereof. Third - That said offeror has carefully examined the instructions to offerors and the Specifications, and will if successful in this proposal, furnish and deliver at the prices proposed/negotiated the services for which this proposal is made. Fourth - That the prices quoted in separate sealed envelope for this project are net and exclusive of all taxes from which the City of Galesburg is exempt. Fifth - That the cost of the professional services which meet the requirements as set forth in the Instructions and the Specifications aforementioned is: Sixth - That said bidder has executed the Certificate of Compliance and has submitted herewith.
14 PROVIDE IN SEPARATE SEALED ENVELOPE BASIS OF COMPENSATION: Project 1 as outlined in submitted proposal: Project 2 as outlined in submitted proposal: Project 3 as outlined in submitted proposal: Project 4 as outlined in submitted proposal: $ $ $ $ "Total Proposal-Not to Exceed." $ Firm Phone By Title Address State and Zip Subscribed and sworn to before me this day of, Notary Public
15 SPECIAL PROVISIONS TO COVER CONTRACTOR'S AND MUNICIPAL VENDORS The Contractor, or Municipal Vendor, shall not commence work under this contract until he has obtained all insurance required under this paragraph, and such insurance has been approved by the City; nor shall the Contractor allow any sub-contractor to commence work on his sub-contract until all similar insurance required of the sub-contractor has been approved by the City. COVERAGE LIMITS 1) Comprehensive General Liability Bodily Injury Property Damage $500,000 each occurrence $500,000 aggregate $500,000 each occurrence $500,000 aggregate OR $1,000,000 Combined Single Limit Comprehensive Form Premises-Operations Explosion Collapse Hazard Underground Hazard Products/Completed Operations Contractual Insurance* Broad Form Property Damage Independent Contractors *See separate Hold Harmless Agreement for Contractors and Municipal Vendors. COVERAGE LIMITS 2) Automobile Liability Bodily Injury $300,000 each person $500,000 each accident 3) Property Damage $100,000 OR $500,000 Combined Single Limit Comprehensive Form Hired Non-Owned Workers' Compensation A. Statutory B. $500,000 each accident 4) Excess Liability - Umbrella Form Although not a minimum requirement unless specifically stated, all contractors should seriously consider an umbrella policy of at least $1,000,000. The above insurance requirements are minimum insurance requirements, however, the City of Galesburg, Illinois reserves the right to demand specific insurance requirements for specific contracts. The contractor, prior to execution of the contract, shall file with the City copies of completed certificates of insurance, satisfactory to the City, to afford protection against all claims for damages to public or private property, and injuries to persons, arising out of and during the progress of the work to its completion, being whenever the improvement called for by the contract shall have been completely performed on the part of the contractor and all parts of the work have been approved and accepted by the City, and the final payment made. The policy of insurance shall include the City as an additional insured or provide separate coverage with an Owner's Protective policy. All such insurance must include an endorsement whereby the insurer agrees to notify the City at least 30 days prior to non-renewal, reduction, or cancellation. The contractor shall cease operations on the project if the insurance is cancelled or reduced below the required amount of coverage. All costs for insurance as specified herein will not be paid for separately, but shall be considered as incidental to the contract.
16 RETURN WITH BID TO THE CITY OF GALESBURG, ILLINOIS CERTIFICATE OF COMPLIANCE EMPLOY- MENT SUPER- VISORY SALES OFFICE SKILLED SEMI- SKILLED NON- SKILLED WHITE BLACK OTHER MALE FEMALE (PLEASE FILL IN THE NUMBER OF EMPLOYEES IN EACH CLASS) 1. THE CONTRACTOR OF COMPANY WILL NOT DISCRIMINATE AGAINST ANY EMPLOYEES OR APPLICANT FOR EMPLOYMENT BECAUSE OF RACE, CREED, COLOR, SEX, AGE, NATIONAL ORIGIN, HANDICAPPING CONDITION UNRELATED TO ABILITY TO PERFORM THE JOB; AND, WILL TAKE AFFIRMATIVE ACTION TO ENSURE THAT APPLICANTS ARE EMPLOYED WITHOUT REGARD TO THEIR RACE, CREED, COLOR, SEX, AGE, HANDICAP OR NATIONAL ORIGIN. SUCH ACTION SHALL INCLUDE, BUT NOT BE LIMITED TO, THE FOLLOWING: EMPLOYMENT, UPGRADING, DEMOTION OR TRANSFER, RECRUITMENT OR RECRUITMENT ADVERTISING, LAYOFF OR TERMINATION, RATES OF PAY OR OTHER COMPENSATION, AND SELECTION FOR TRAINING, INCLUDING APPRENTICESHIP. THE CONTRACTOR OR COMPANY AGREES TO POST, IN CONSPICUOUS PLACES, AVAILABLE TO EMPLOYEES AND APPLICANTS FOR EMPLOYMENT, NOTICES SETTING FORTH THE PROVISIONS OF THIS NON-DISCRIMINATION CLAUSE. 2. THE CONTRACTOR OR COMPANY WILL, IN ALL SOLICITATIONS OR ADVERTISEMENTS FOR EMPLOYEES OR ON THEIR BEHALF, STATE THAT ALL QUALIFIED APPLICANTS WILL RECEIVE CONSIDERATION FOR EMPLOYMENT WITHOUT REGARD TO RACE, CREED, COLOR, SEX, AGE, HANDICAPPING CONDITION UNRELATED TO ABILITY OR NATIONAL ORIGIN. THE SAME SHALL HOLD TRUE WHEN RECRUITMENT SOURCES ARE USED TO SECURE APPLICANTS. 3. THE CONTRACTOR OR COMPANY AGREES TO NOTIFY ALL OF ITS SUBCONTRACTORS OF THEIR OBLIGATION TO COMPLY WITH THE NON-DISCRIMINATION POLICY. 4. In the event of the Contractor's or Company's non-compliance with the non-discrimination clauses of the Contract or Purchase or with any of such rules, regulations or orders, the CONTRACT OR Purchase may be cancelled, terminated or suspended in whole or in part and the Contractor or Company may be declared ineligible for further City Contracts or Purchases in accordance with the Affirmative Action Program adopted by the Galesburg City Council at their meeting on August 6, BY: BIDDER
17 RETURN WITH BID CITY OF GALESBURG MUNICIPAL VENDORS HOLD HARMLESS AGREEMENT All vendors doing business with the City of Galesburg, Illinois, shall read and agree to sign this Hold Harmless Agreement. In lieu of the vendor signing this agreement, the City will accept being named as an additional insured on the vendor s general liability policy only as respects specific operations performed by the vendor on behalf of or on the premises of the City of Galesburg, Illinois. In consideration of your permitting us, our servants, our agents, employees and representatives from time to time to enter upon or to place or maintain equipment upon premises owned or controlled by you for the purposes of servicing our account, we agree to indemnify and hold harmless the City and its agents and employees from and against all claims for personal injury or property damage, including claims against the City, its agents or servants, and all losses or expenses, including attorney s fees that may be incurred by the City in defending such claims, rising out of or resulting from the performance of the work and caused in whole or in part by any negligent act or omission of the Municipal Vendor, or anyone directly or indirectly employed by the Municipal Vendor or anyone for whose acts any of them may be liable, the indemnification obligation under this paragraph shall not be limited in anyway by any limitation on the amount or type of damages, compensation or benefits payable by or for the Municipal Vendor, under Workers Compensation Acts, Disability Acts, or other Employee Benefit Acts. Subscribed and sworn to before me this, 20 Person, Firm, or Corporation Notary Public
18 THIS FORM IS BASED ON IRS REQUIRMENTS FOR THE SAME ESSENTIAL INFORMATION AS A W-9 RETURN TO: CITY OF GALESBURG ATTN: A/P 55 W TOMPKINS ST GALESBURG, IL OR FAX TO: The following information is needed to complete your vendor file and to comply with IRS requirements. Please fill out this form as completely as possible to ensure proper payment to you. Please return completed form as soon as possible to The City of Galesburg at the above address or fax number. Please call with any questions. BUSINESS NAME: INDIVIDUAL NAME: (for Sole Proprietors as appears on Social Security Card) BUSINESS ADDRESS: CITY, STATE, ZIP: YOUR TAXPAYER IDENTIFICATION NUMBER: (FEIN or business tax ID. No.) OR, YOUR SOCIAL SECURITY NUMBER: If using SSN, enter the name on the card above as Individual Name.) PLEASE CHECK APPROPRIATE BOX: Individual/Sole Proprietor Corporation Partnership Other YOUR COMPANY PROVIDES: Legal Services Services Materials Other ARE YOU SUBJECT TO BACKUP WITHHOLDING? Yes No PERSON TO CONTACT: PHONE NUMBER: UNDER PENALTY OF PERJURY, I CERTIFY THAT THE INFORMATION PROVIDED ABOVE IS CORRECT AND COMPLETE. Signature Date Title FOR OFFICE USE ONLY ENTERED INTO SYSTEM VENDOR NUMBER:
19 Only required to be submitted if your firm is the awarded vendor. City of Galesburg Operating Under Council Manager Government Since 1957 The City of Galesburg will no longer be issuing checks for vendor payments. The City will pay vendors through ACH by automatically depositing payments to a bank checking/savings account (once a month) or payment to vendors can be made by credit card at the time of purchase. In order to process your next payment, please fill out the following information and provide a copy of a void check. Please mail to City of Galesburg, Accounts Payable, P.O. Box 1589, Galesburg, IL or fax the completed form and a void check, if the funds are being deposited to a checking account, to the fax number listed below. Vendor Name: Address: City, State, Zip Code: Phone Number: Address: Bank Name: Checking/Savings Acct Number: (Please indicate type of account by circling Checking or Savings) Bank Routing Number: Signature: Payment information will be ed to you approximately 2 days prior to the funds being credited to your bank account. If you have any questions, please contact me. Tifani Miller Accounts Payable City of Galesburg 309/ / fax City Hall 55 West Tompkins Street Galesburg, IL /
REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING
Revised to 4/28/2015 REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING The Borough of Naugatuck is seeking responses from architectural/engineering
More informationREQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT
REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT The Town of Avon is seeking written responses to a Request for Proposal (RFP) for services of a landscape architect
More informationCITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS
TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule
More informationSubcontractor Insurance & Licensing Requirements Please provide the items below
Subcontractor Insurance & Licensing Requirements Please provide the items below Commercial General Liability Limits of Insurance $2 Million dollars General Aggregate (Per Project) $2 Million dollars Product/Completed
More information1. Applicants must provide information requested in the section titled Required Information.
Lane County Health & Human Services Strategic Plan Development REQUEST FOR QUOTES Introduction Lane County Health & Human Services is interested in contracting with a consultant to help develop an updated
More informationNEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016
NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,
More informationOffice 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 informationCITY OF LEAWOOD. Independent Contractor Agreement
#3 Small Indep Contractor Agreement with Ins Optional, for use with small agreements less than $15k [e.g., entertainment, 4 th of July projects, sports] CITY OF LEAWOOD Independent Contractor Agreement
More information5. Preparation of the State and Federal Single Audit Reports.
THE CITY OF GROTON REQUEST FOR PROPOSAL FOR AUDITING SERVICES RFP 15-01 (Revised 5/28/15) 1. Introduction The City of Groton, Connecticut (the City) is soliciting proposals for purpose of obtaining the
More information#5 Independent Contractor Form - With Insurance With Bonds
#5 Independent Contractor Form - With Insurance With Bonds Proposed use: Contracts for smaller projects not involving street construction but important enough to require performance and require an avenue
More informationRequest for Quote. LETTERING REPLACEMENT At Tulsa International Airport
Request for Quote LETTERING REPLACEMENT At Tulsa International Airport 7777 East Apache Street Room A217 Tulsa OK 74115 Attn: Mark Soltero Airports Facilities Engineer Office (918)838-5603 Email marksoltero@tulsaairports.com
More informationMenlo Park City School District 181 Encinal Avenue Atherton, CA 94027
181 Encinal Avenue Atherton, CA 94027 The offers this information to any individual or firm wishing to be added to the District s general construction informal bid list for all trades pursuant to Public
More informationREQUEST FOR QUALIFICATIONS PROFESSIONAL ARCHITECTURAL SERVICES
City of McHenry REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL SERVICES FOR THE City of McHenry Aquatics and Recreation Center Page 1 REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL
More informationINSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4
1THE PHILADELPHIA PARKING AUTHORITY RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4 Prior to commencement of the contract and until completion of your work, shall, at its sole expense,
More informationREQUEST FOR INFORMATION
Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR INFORMATION EMERGENCY MITIGATION AND RESTORATION SERVICES RFI # 09-10 ISSUE DATE: November 17, 2009 DUE DATE: OPEN
More informationALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS
ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS Allegany County will receive sealed bids until 10:00
More informationLIVINGSTON COUNTY, MICHIGAN REQUEST FOR PROPOSAL Web/IVR Based Self-Service Employee Benefits System RFP # LC-07-02
LIVINGSTON COUNTY, MICHIGAN REQUEST FOR PROPOSAL Web/IVR Based Self-Service Employee Benefits System RFP # LC-07-02 1. INTRODUCTION & GENERAL INFORMATION Livingston County Purchasing is requesting sealed
More informationREQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015
REQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT August 10, 2015 The City of Rome, Georgia is requesting proposals from qualified firms to provide Check Processing
More informationRequest for Quotes Conductor Heads / Downspout Replacement
February 8, 2016 RFP-1516-393 Request for Quotes Conductor Heads / Downspout Replacement The Danville Public Schools Maintenance Department is requesting quotes for Collector / Downspout replacement as
More informationINDEPENDENT CONTRACTORS AGREEMENT
INDEPENDENT CONTRACTORS AGREEMENT THIS AGREEMENT entered into by and between (hereafter the Contractor ) and the Park District of Highland Park (hereafter Park District ). WHEREAS, Contractor will be performing
More informationTo: From: Patricia Baskerville, PCS Email: Email: patricia.baskerville@jfs.ohio.gov Phone: (000) Date: June 12, 2015 Pages: 10
Armond Budish Cuyahoga County Executive Cuyahoga County Division of Senior and Adult Services To: From: Patricia Baskerville, PCS Email: Email: patricia.baskerville@jfs.ohio.gov Phone: (000) Date: June
More informationHow To Work For A City Of Germany Project
CONSULTING SERVICES AGREEMENT This Consulting Services Agreement ( Agreement ) is made and entered into this day of, 2013, by and between the City of Clovis, a Municipal Corporation, hereinafter called
More informationDRAFT 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
More informationSTAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS
MAIL BIDS TO: STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 RFP 14-08 REQUESTING DEPT: PURCHASING TITLE OF RFP: E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC
More informationREQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES
REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES 1. STATEMENTS OF QUALIFICATIONS REQUESTED The San Bernardino Community College District (District) Facilities
More informationTOWN OF SCITUATE MASSACHUSETTS
TOWN OF SCITUATE MASSACHUSETTS REQUEST FOR SERVICES Marketing Services for Town of Scituate Economic Development Commission NOVEMBER 2014 GENERAL INFORMATION The Town of Scituate, acting through its Economic
More informationAT: 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 informationTOWN 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 informationSAMPLE SERVICES CONTRACT
SAMPLE SERVICES CONTRACT The parties to this contract are the SAN DIEGO COUNTY WATER AUTHORITY, a county water authority, (the Water Authority) and, [a / an], having its principal place of business at
More informationRequest for Proposal Hewlett Packard Network Switches and Peripherals
Request for Proposal Hewlett Packard Network Switches and Peripherals Vernon Public Schools, Connecticut BID # VPS-FY16-003 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov
More informationTOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES
951 MARTIN LUTHER KING BLVD. KISSIMMEE, FL 34741 TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES LEGAL ADVERTISEMENT TOHO WATER AUTHORITY RFQ 11-003 RATE CONSULTING
More informationREQUEST FOR QUOTATION
REQUEST FOR QUOTATION Nutrition Services Solicitation Number: QT1604 Description: Kitchen Appliances for Nutrition Services Date: September 30, 2015 SUBMIT OFFER BY: October 14, 2015 by 2:00 PM PROCUREMENT
More information14RFP00721B-WL, Small Business Market Availability Study
August 12, 2014 Re: 14RFP00721B-WL, Small Business Market Availability Study Dear Proposers: Attached is one (1) copy of Addendum 1, hereby made a part of the above referenced Request for Proposal #14RFP00721B-WL,
More informationCeres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014
Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING
More informationREQUEST FOR 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 informationIMPORTANT! - 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 informationK YROUS R EALTY G ROUP, I NC.
K YROUS R EALTY G ROUP, I NC. 263 West 38 th Street Suite 15E New York, NY 10018 Phone: 212.302.1500 Fax: 212.302.3855 500 Greenwich Street Condominium-Alteration Policy The following documents must be
More informationBRITISH SOCCER CAMP A G R E E M E N T
THE STATE OF TEXAS * COUNTY OF CORYELL * KNOW ALL MEN BY THESE PRESENTS: BRITISH SOCCER CAMP A G R E E M E N T This agreement is made and entered into this the 20th day of January, 2015 by and between
More informationCALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE
CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE The following are excerpts from Caltrans 2010Standard Specifications. Specifications are subject to change so refer to the project
More informationTHE 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 informationRequest for Proposals (RFP) No. 3424 Work Order and Asset Management Software
City of Lakewood Department of Community Resources 480 South Allison Parkway Lakewood, CO 80226 Request for Proposals (RFP) No. 3424 Work Order and Asset Management Software Submittal Due Date: November
More informationCOUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642
COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP Issue Date: August 22, 2008 RFP #: 1642 Title: Applicant Tracking Software Classification Code: 20851 Issuing Agency: Using Agency And/Or Location Where
More informationREQUEST FOR PROPOSAL # 6530 ROOFING REPAIR SERVICES FOR VARIOUS WASHTENAW COUNTY BUILDINGS
BIDDERS COMPANY NAME REQUEST FOR PROPOSAL # 6530 ROOFING REPAIR SERVICES FOR VARIOUS WASHTENAW COUNTY BUILDINGS Prepared By: Washtenaw County Purchasing Administration Building 220 N. Main, B-35 Ann Arbor,
More informationINSURANCE REQUIREMENTS FOR VENDORS
INSURANCE REQUIREMENTS FOR VENDORS The Contractor/Vendor shall purchase and maintain for the duration of the contract/work insurance against claims for injuries to persons or damages to property which
More informationEXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000
INSURANCE REQUIREMENTS F CONSTRUCTION CONTRACTS ABOVE $30,000 Indemnity To the fullest extent allowed by law, the Contractor shall indemnify, defend, and hold harmless the County of Santa Clara (hereinafter
More informationAGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES
AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES THIS AGREEMENT is made as of December 1, 2003, by and between the San Francisquito Creek Joint Powers Authority, a body corporate and politic
More informationINVITATION FOR PRICE QUOTES FIRE HOSE TESTING
INVITATION FOR PRICE QUOTES FIRE HOSE TESTING The Franklin Regional Council of Governments (FRCOG), on behalf of certain Fire Departments in Franklin County, MA, is soliciting price quotes from qualified
More informationThe AIA B 141-1997 Standard Form of Agreement between the Owner and Architect is hereby amended as follows:
AMENDMENT A to AIA B 141-1997 between the Owner, Colorado College, and Architect (Firm s name) with Standard Form of Architect s Services made as of (Contract date). PROJECT: (Project name) The numbering
More informationPROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )
PROPOSAL DOCUMENT CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVEBEVERLY HILLS, CALIFORNIA 90210(310) 285-2440 LEGAL NOTICE - PROPOSALS WANTED Sealed proposals are requested on the list
More informationThe West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision.
May 19th, 2016 RE: REQUEST FOR QUOTES 2016 Sidewalk Replacement The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision. The enclosed Quote
More informationINSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000
Page 1 of 9 DOCUMENT 00850 INDEMNIFICATION AND INSURANCE REQUIREMENTS EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000 Indemnity The Contractor shall indemnify, defend, and hold
More informationINDEPENDENT CONTRACTOR AGREEMENT - OR -
INDEPENDENT CONTRACTOR AGREEMENT INSTRUCTIONS 1. It is the end-users responsibility to do the following prior to the contractor providing services: Complete all sections of the ICA and obtain the appropriate
More informationINFORMATION FOR VENDORS CITY OF ALLENTOWN PENNSYLVANIA
INFORMATION FOR VENDORS CITY OF ALLENTOWN PENNSYLVANIA BETH ANN STROHL PURCHASING AGENT JUDY SNYDER BUYER MARGARET WELLS BUYER KEITH PUDLINER PURCHASING CLERK City of Allentown Purchasing Office 435 Hamilton
More informationAttachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016
1. Bid Delivery Instructions for State Procurement: Fax quotations may be submitted either: Via fax to: (225) 342-9756 OR Delivered by hand or courier service to: Office of State Procurement Claiborne
More informationTROUP COUNTY COMPREHENSIVE HIGH SCHOOL
TROUP COUNTY BOARD OF EDUCATION REQUEST FOR SEALED COMPETITIVE PROPOSALS FOR CONSTRUCTION OF: RE-FLOORING TO: TROUP COUNTY COMPREHENSIVE HIGH SCHOOL LAGRANGE, GEORGIA TROUP COUNTY SCHOOL SYSTEM LAGRANGE,
More informationStephenson County, Illinois
Stephenson County, Illinois REQUEST FOR PROPOSALS For EXTERIOR CLEANING OF STEPHENSON COUNTY COURTHOUSE Bids Due: Sealed proposals are due and must be received in the Stephenson County Administrator s
More informationCOUNTY ADMINISTRATOR 220 NORTH MAIN STREET, P.O. BOX 8645 ANN ARBOR, MICHIGAN 48107-8645 (734) 222-6850 FAX (734) 222-6715
COUNTY ADMINISTRATOR 220 NORTH MAIN STREET, P.O. BOX 8645 ANN ARBOR, MICHIGAN 48107-8645 (734) 222-6850 FAX (734) 222-6715 TO: FROM: Andy LaBarre, Chair Ways & Means Committee Verna McDaniel Washtenaw
More informationREQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT
REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT WOODY WHITE, CHAIRMAN BETH DAWSON, VICE-CHAIRMAN JONATHAN BARFIELD, JR. BRIAN BERGER THOMAS WOLFE CHRIS COUDRIET, COUNTY
More informationSECTION 3 AWARD AND EXECUTION OF CONTRACT
SECTION 3 AWARD AND EXECUTION OF CONTRACT 3.01 CONSIDERATION OF BIDS: After the Proposals are opened and read, the approximate estimated quantity of each item multiplied by the unit price bid for that
More informationCOC-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 informationGENERAL TERMS & CONDITIONS OF QUOTE
Quote #: MS-77-6 (WCSD) is soliciting for formal quotes for certain PRODUCTS identified on the QUOTE PRICE SCHEDULE/SPECIFICATION SHEET included in accordance with all defined terms and conditions in this
More 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 informationSAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM NO.
SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Joseph Ramon Date Issued: June 15, 2015 BID NO.: 15-0118 FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM
More informationSidewalk Rehabilitation Program
REQUEST FOR PROPOSALS FOR ENGINEERING AND CONSTRUCTION MANAGEMENT SERVICES Sidewalk Rehabilitation Program City of Maywood Building and Planning Department 4319 E. Slauson Avenue Maywood, CA 90270 Deadline:
More informationCITY OF PORTSMOUTH PORTSMOUTH, NH Purchasing Department. Annual Fuel Bid - #01-14 INVITATION TO BID
PORTSMOUTH, NH Purchasing Department Annual Fuel Bid - #01-14 INVITATION TO BID Sealed bid proposals, plainly marked with the Annual Fuel Bid, Bid #01-14 on the outside of the mailing envelope and the
More informationAGREEMENT 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
More information1. Provide advice and opinions regarding workers compensation issues, as needed;
Town of West New York Requests Proposals ( RFP ) From Law Firms Interested in Serving as Workers Compensation Counsel for the Town of West New York For the Period January 1, 2016 through December 31, 2016
More informationINVITATION 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 informationThe purpose of this Agreement is to establish the services of Independent Contractor to the University of La Verne on
THIS AGREEMENT is made by and between UNIVERSITY OF LA VERNE ( University ) and. Independent Contractor In consideration of the mutual promises and covenants contained herein, the parties are agreed as
More informationBOROUGH OF KENILWORTH
BOROUGH OF KENILWORTH REQUEST FOR PROPOSALS FOR TAX APPEAL ATTORNEY BOROUGH OF KENILWORTH Contract Term January 1, 2016 through December 31, 2016 SUBMISSION DEADLINE 3:00 P.M. NOVEMBER 12, 2015 ADDRESS
More informationAttachment 04 Contractor s Insurance Requirements
GROUP 31503 BITUMINOUS CONCRETE Page 1 of 5 Attachment 04 Contractor s Insurance Requirements The prospective awardee shall be required to procure, at its sole cost and expense, all insurance required
More informationSAINT LOUIS COUNTY GOVERNMENT PARKS & RECREATION DEPARTMENT REQUEST FOR PROPOSAL (RFP)
PARKS & RECREATION DEPARTMENT (RFP) FULL-SERVICE ADVERTISING, MARKETING, BRANDING, MEDIA AND COMMUNICATIONS AGENCY Proposal Due Date: July 1, 2013 PARKS & RECREATION DEPARTMENT Page 1 TABLE OF CONTENTS:
More informationAlterations to Building Request Form
Alterations to Building Request Form This form is required for all Organizational Housing Facilities that wish to request any changes, updates, or overall alterations to the facility or surrounding area.
More informationATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS
ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS Contractor shall obtain insurance of the types and in the amounts listed below. A. COMMERCIAL GENERAL AND UMBRELLA
More informationDepartment of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Fulton County, GA August 8, 2014 Re: 14RFP070714K-NH 2015 STANDBY ENGINEERING SERVICES Dear Vendors: Attached is one (1) copy of Addendum 2, hereby made a
More informationL ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming
L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming Request for Proposals to provide Landscape Architect Due Date Proposal Submissions Monday, June 15, 2015 by 5:00 p.m. RFP15-15008 Solicited by: Department
More informationSTATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office
STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office SERVICES CONTRACT/P. O. # Title: THIS CONTRACT, and amendments and supplements thereto, is
More informationRHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY INVITATION TO BID
RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY INVITATION TO BID - GENERAL REPAIRS & MAINTENANCE RI TURNPIKE & BRIDGE AUTHORITY FACILITY FY 2013 - FY 2016 CONTRACT 13-2 Sealed bids, in triplicate, plainly
More informationCharlie 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 informationHURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT
HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT Proposals will be received in the New Hanover County Finance, 230 Government Center
More informationAttachment 4: Insurance Requirements
The prospective awardee shall be required to procure, at its sole cost and expense, all insurance required by this Section and, unless otherwise required by this Section, provide proof of the same within
More informationSTATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT
STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT Contract #: Total Obligation: AGREEMENT BETWEEN: The Georgia Department of Transportation s location identified in Paragraph 101A
More informationINDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES
INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES This Independent Contractor Agreement for Services ( Agreement ) is made as of, 2012, between the Culver City Unified School District ("District")
More informationSTANDARD 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
More informationCITY 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 informationLIVINGSTON COUNTY MICHIGAN
LIVINGSTON COUNTY MICHIGAN REQUEST FOR PROPOSALS - RFP-LC-14-19 TRANSCRIPTION SERVICES INTRODUCTION Livingston County is soliciting proposals from interested, qualified and experienced vendors for TRANSCRIPTION
More informationBOROUGH OF ELMWOOD PARK REQUEST FOR PROPOSAL PAYROLL SERVICES
BOROUGH OF ELMWOOD PARK REQUEST FOR PROPOSAL PAYROLL SERVICES Date Issued: May 15, 2015 Return Date & Time: Return To: May 26, 2015, no later than noon Keith Kazmark, RMC/CMC/MMC Borough of Elmwood Park
More informationX Originator-Public Safety, X City Clerk \"1 X
CITY OF PALMER ACTION MEMORANDUM No. 08-063 SUBJECT: Authorize the City Manager to Enter into a Contract to Provide Dispatch Services for Guardian Flight, a Medical Evacuation Ground and Air Ambulance
More informationCITY OF UNION CITY REQUEST FOR PROPOSALS ( RFP ) TO PROVIDE GPS FLEET MANAGEMENT SYSTEM FOR UNION CITY VEHICLES
CITY OF UNION CITY REQUEST FOR PROPOSALS ( RFP ) TO PROVIDE GPS FLEET MANAGEMENT SYSTEM FOR UNION CITY VEHICLES Pursuant to the fair and open process as defined by the New Jersey Local Unit Pay-to- Play
More informationRFQ # 15-008-10 CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE
RFQ # 15-008-10 CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE I. INTRODUCTION Shelby County Government (the County ), is soliciting services of a qualified election management
More informationAGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS
AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS NAME OF CONTRACTOR: RESPONSIBLE PRINCIPAL OF CONTRACTOR:, Vendor
More informationTOWNSHIP OF BERKELEY HEIGHTS
TOWNSHIP OF BERKELEY HEIGHTS REQUEST FOR PROPOSALFOR TAX ATTORNEY SERVICES Township of Berkeley Heights Contract Term January 1, 2015 through December 31, 2015 SUBMISSION DEADLINE 10:00 A.M. DEBEMBER 5,
More informationTHE GLOCESTER SCHOOL DEPARTMENT Request for Proposals G-2015-01 Architectural Services RIDE 5 Year Capital Plan
The Glocester School Department is accepting sealed proposals for Architectural Services RIDE 5 Year Capital Plan. Proposals for Architectural Services -RIDE 5 Year Capital Plan are due at the Treasurer
More informationREQUEST FOR PROPOSAL (RFP) FOR GROUP TERM LIFE PLAN FOR THE CITY OF GALESBURG, IL
REQUEST FOR PROPOSAL (RFP) FOR GROUP TERM LIFE PLAN FOR THE CITY OF GALESBURG, IL RFP Circulation Date: 6/5/14 Proposal Submission Deadline: 7/18/14 NOTICE Prospect: City of Galesburg, IL Deadline for
More informationNOTICE OF REQUEST, SOLICITATION AND INVITATION FOR PROPOSALS FOR LIBRARY ATTORNEY FOR MOUNT LAUREL LIBRARY, BURLINGTON COUNTY
NOTICE OF REQUEST, SOLICITATION AND INVITATION FOR PROPOSALS FOR LIBRARY ATTORNEY FOR MOUNT LAUREL LIBRARY, BURLINGTON COUNTY Please be advised that the Mount Laurel Library will accept proposals for a
More informationAGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:
AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: MARTIN COUNTY BOARD OF COUNTY COMMISSIONERS, a political subdivision
More informationMIDDLESEX COUNTY UTILITIES AUTHORITY REQUEST FOR QUALIFICATIONS FOR PROVIDING SERVICES AS THE AUTHORITY S HEALTH & SAFETY CONSULTANT 2016
MIDDLESEX COUNTY UTILITIES AUTHORITY REQUEST FOR QUALIFICATIONS FOR PROVIDING SERVICES AS THE AUTHORITY S HEALTH & SAFETY CONSULTANT 2016 DEADLINE: 11:00 AM ON NOVEMBER 6, 2015 This REQUEST FOR QUALIFICATIONS
More informationInvitation 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 informationREQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS
SECOND ADDENDUM TO RFP DOCUMENTS REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS 11/9/2015 To All Potential Bidders: This
More informationSOLICITATION QUOTATION PROFESSIONAL SERVICES
SEALED BID PROPOSAL FORM L. BROOKS PATTERSON - OAKLAND COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION SOLICITATION QUOTATION PROFESSIONAL SERVICES Contact Information: Oakland County Purchasing Division
More information