ENGINEERING AND ENVIRONMENTAL SERVICES FOR MORGAN COUNTY LANDFILL RFP SECTION ONE GENERAL INFORMATION IMPORTANT DATES

Size: px
Start display at page:

Download "2011-0613 ENGINEERING AND ENVIRONMENTAL SERVICES FOR MORGAN COUNTY LANDFILL RFP SECTION ONE GENERAL INFORMATION IMPORTANT DATES"

Transcription

1 ENGINEERING AND ENVIRONMENTAL SERVICES FOR MORGAN COUNTY LANDFILL RFP SECTION ONE GENERAL INFORMATION IMPORTANT DATES Advertisement of RFP: Monday, May 16, 2011 Deadline for Questions: 3:00 P.M. MST, June 1, 2011 On-Site Inspection: To be scheduled the week of May 23, 2011 Proposals must be received no later than: 11:00 A.M., June 13, PURPOSE OF REQUEST FOR PROPOSAL (RFP) The purpose for the request for proposal (RFP) is to obtain quotes for Engineering and Environmental Services for the Morgan County Landfill located at Morgan County Road 22, Fort Morgan, Colorado. The response material must be addressed and delivered to: Susan Bailey Administrative Services Manager 218 Kiowa Avenue P. O. Box 596 Fort Morgan, CO Phone: , extension Any questions regarding this RFP should be directed in writing to: Alberta L. Naill Environmental Protection Manager Morgan County Solid Waste Management Department P. O. Box 189 Fort Morgan, CO THE OUTSIDE OF THE ENVELOPE OR CONTAINER MUST STATE: ENGINEERING and ENVIRONMENTAL SERVICES FOR MORGAN COUNTY LANDFILL RFP Morgan County reserves the right to reject any and all proposals received and to waive any formalities as may be permitted by law. 2. INTRODUCTION The Board of Morgan County Commissioners hereby extends this invitation to prospective bidders to submit a proposal for Engineering and Environmental Services for the Morgan County Landfill.

2 3. DUE/OPENING DATES Proposals shall be submitted to Susan Bailey Administrative Services Manager by Monday, June 13, 11:00 a.m.. Proposals received after the deadline noted herein shall not be considered. Proposals will be opened by the Administrative Services Manager at 231 Ensign, (Assembly Room), Fort Morgan, CO at 11:00 a.m., Monday, June 13, Proposals will then be awarded by the Board of County Commissioners at a public meeting, date to be announced at opening. 4. RECEIPT OF RFP PACKAGE The Morgan County Administrative Services Manager is the sole authority to provide the RFP package to interested companies or individuals. Proposers, who are working from an RFP package obtained from any other source, may be working from an incomplete set of documents. The County assumes no responsibility for a proposal s errors, omissions, or misinterpretations resulting from a Proposer s use of an incomplete RFP package. 5. ISSUING OFFICE The RFP is issued for Engineering and Environmental Services for Morgan County Landfill RFP Susan Bailey Administrative Services Manager 218 Kiowa Avenue P. O. Box 596 Fort Morgan, CO Phone: , extension 1410 FAX: sbailey@co.morgan.co.us 6. CONTRACT ADMINISTRATORS Following the signing of the contract, all communications concerning the contract must be directed to George Monsson, County Attorney, 231 Ensign, Fort Morgan, CO INCURRING COSTS Morgan County is not liable for any costs incurred by prospective firms prior to the signing of a Contract for Services attached as Exhibit A. 8. PROPOSALS To be considered, each firm must submit a complete response to this RFP. No other distribution of proposals is to be made by the submitter. An official authorized to bind the submitter to its provisions must sign the proposal in ink. The proposal must include a statement as to the period which the proposal remains valid. This period must be at least 6 months from the date due for proposals to this RFP.

3 9. ACCEPTANCE OF PROPOSAL CONTENT The contents of this RFP and the proposal will become contractual obligations, if a contract ensues. Failure of the selected consultant to accept these obligations may result in cancellation of the award. 10. PROPOSAL CONTENTS All proposals and other material submitted become the property of the County and may be returned only at the County s option. 11. QUESTIONS REGARDING RFP Any questions regarding this RFP should be directed in writing to Alberta L. Naill, P. O. Box 189, Fort Morgan, or via to anaill@co.morgan.co.us. no later than June 1 st, Inquiries received after 3:00 p.m. Mountain Standard Time (MST), June 8, 2011 will not be responded to. All questions and inquiries will be responded to electronically by Morgan County. No contact shall be permitted with unauthorized County Personnel. Information obtained from an unauthorized officer, agent, or employee of the County or any other person shall not affect the risks of obligations assumed by the contractor or relieve him from fulfilling any of the conditions of the contract for the purpose of this project. 12. CONTRACT DOCUMENTS: The Request for Proposal, General Information, Submittal Requirements, Contract for Services (Exhibit A ) and Scope of Work (Exhibit B ) compose the Contract Documents. READ ALL DOCUMENTS TOGETHER IN ORDER TO UNDERSTAND YOUR RIGHTS, DUTIES AND LIABILITIES. 13. TYPE OF CONTRACT A sample contract for services, which would be executed between Morgan County and the consultant, is included herein Exhibit ( A ). Morgan County reserves the right to award the total proposal, to reject any and all proposals in whole or in part, and to waive any informality or technical defects if, in the Board of County Commissioners judgment, the best interest of the County will be so served. In determination of awards, the qualification of the proposal submitter, the conformity with the specifications of services to be supplied and the delivery terms will be considered. 14. TERM OF CONTRACT This is a service contract and the term of the contract shall expire on December 31, However, the Board of County Commissioners shall have the authority to extend the term of the contract due to the depth and scope of this project. The awarded firm must agree and be aware that all records and information shall become the sole property of Morgan County upon the contract period terminating.

4 15. COST LIABILITY Morgan County assumes no responsibility of liability for costs incurred by the consultant prior to the signing of the contract for services agreement. Total liability of the County is limited to the terms and conditions of the Contract for Services. 16. COMPLIANCE WITH LAWS AND REGULATIONS It shall be a condition of all Proposals submitted that the contractors will fully and completely comply with all applicable Federal, State and Municipal laws and County regulations, resolutions, laws and orders. 17. INSURANCE REQUIREMENTS The Vendor or Contractor providing services under this Contract will be required to procure and maintain, at their own expense and without cost to the County, until expiration of the agreement the following insurance. The policy limits required are to be considered minimum amounts: Commercial General Liability Insurance: At a minimum combined single limits of $1,000,000 per-occurrence and $1,000,000 general aggregate) for bodily injury and property damage, which coverage shall include products/completed operations, independent contractors and contractual liability each at $1,000,000 per occurrence. Worker s Compensation and Employer s Liability: Including Occupations Disease Coverage in accordance with scope and limits as required by the State of Colorado or state in which the Contractor is a resident (or the firm is registered). Comprehensive Automobile Liability Insurance: Which includes coverage for all, owned, nonowned and rented vehicles with $1,000,000 combined single limit for each occurrence Professional Liability Insurance: Evidence of Professional Liability Insurance coverage in the amount of one million ($1,000,000) dollars, with a minimum coverage of one million ($1,000,000) dollars per occurrence and one million ($1,000,000) dollars aggregate. Morgan County shall be named as an additional insured on general liability and the insurance policy shall include a provision prohibiting cancellation of said policy except upon thirty (30) days prior written notice to Morgan County. Certificates of insurance shall be delivered to Morgan County within fifteen (15) days of execution of the Contract. 18. ASSIGNMENT OF PURCHASE ORDER OR CONTRACT A Contractor may not assign or otherwise transfer any of its rights or obligations under any contract without the prior written approval of the BOCC. 19. BILLING FOR SERVICES RENDERED All bills incurred by the Firm hired for this project will be invoiced directly to Morgan County Commissioners, Finance Department, P.O. Box 189, Fort Morgan, CO with a copy of invoice sent to the Department of Solid Waste Management, P. O. Box 189, Fort Morgan, Colorado Invoices for services provided must reflect the hourly costs and cost by project type. Acceptance and payment shall follow the requirements as indicated in the Morgan County Contract for Services, Exhibit A.

5 SECTION TWO SUBMITTAL REQUIREMENTS Applicants shall submit one original and four copies, in a sealed envelope, indicating clearly the name of this RFP on the outside of the envelope, with the following information and inclusions to: Susan Bailey Administrative Services Manager 218 W. Kiowa Avenue P. O. Box 596 Fort Morgan, CO Phone: , extension sbailey@co.morgan.co.us Submittals should contain the following, in this order, in sections: 1. A cover letter expressing interest in this project, familiarity with project requirements and a proposed approach to completing the scope of work. 2. A Fee Schedule for labor and equipment that may be anticipated to provide services that may be requested by Morgan County on an as requested basis. 3. Location of bidder s office(s) that will be providing the requested services to Morgan County. 4. Indicate how many years firm has been in business and providing the requested services in Colorado. 5. Short professional biographies of personnel to be engaged in and committed to this project, with specific emphasis on similar work. Please include any licenses and certifications. Bidders are required to have a Professional Engineer (P.E.) registered in the State of Colorado. The P.E. should hold a local office and have substantial landfill engineering experience in Colorado. Bidders should propose one person as Project Manager who shall serve as the point of contact for Morgan County. 6 Provide a list of approximately five to ten projects that demonstrate experience applicable to the services requested in this RFP. This list should present projects completed or in progress over a range of time from recent projects to projects completed a minimum of five years previous. Bidders should attempt to provide projects that represent each of the services that may be requested by Morgan County. Each project should include the date range of the project, the name of the client, the facility for which the services were performed, and a very brief description of the services provided. 7 List of recent similar services and references. Provide three to five complete references with contact information for similar projects. 8 Insurance Information as indicated in RFP and Contract for Services.

6 SELECTION CRITERIA Selection will be based upon the best value that will include an appraisal of technical knowledge and ability to conduct the technical work as described. Responses to this RFP will involve an evaluation of the following factors as presented in the submitter s RFP by the BOCC and the Morgan County Solid Waste Management Department: Firm s Qualifications and Past Experience a. Professional Qualifications Qualifications of the firm. Qualifications of personnel who will be working on this project. b. Past Involvement with Similar Projects c. References Demonstrated success of the firm by providing information that indicates similar projects having been completed satisfactorily within schedule and budget constraints. d. Project Understanding and Approach Firm demonstrates a complete understanding of the project requirements and has developed a comprehensive approach for completing these requirements. e. Fee Schedule Based on Time and Materials Fees should be broken out by personnel. Fees should include any travel and reimbursable expenses. METHOD USED IF COUNTY DEEMS INTERVIEWS ARE NECESSARY AFTER EVALUATION OF ABOVE CRITERIA Interviews with Short List Firms: The County may elect to conduct interviews with a company s responsible employee who submits proposals determined to be reasonably eligible for award. The purpose of these discussions will be to clarify and assure the company s full understanding of, and responsiveness to, the solicitation requirements. Those companies reasonably eligible of being selected for award shall be accorded with fair and equal treatment with respect to any opportunity for discussion and revisions of proposals. Revisions may be permitted after submissions and before award of the contract for the purpose of obtaining best and final offers. In conducting these discussions, the County may not disclose information derived from proposals submitted by competing companies. If satisfied that only one company is deemed eligible for award, Morgan County may opt to proceed to negotiations without an interview. Right to Negotiate: After the County s completion of the evaluation process, the County may elect to initiate contract negotiations with one or more of the selected companies.

7 Failure to Negotiate: If selected company fails to provide the information required to begin negotiations in a timely manner; or fails to negotiate in good faith; or indicates they cannot perform the contract within the budgeted funds available for the project; or, if a selected company and the County after good faith effort, simply cannot come to terms, the County may terminate negotiations with that particular company and commence negotiations with any other company that submitted a proposal.

8 MORGAN COUNTY CONTRACT FOR SERVICES EXHIBIT A This agreement is made this day of, between Morgan County Board of County Commissioners (herein referred to as County ), having its principal place of business at 218 W Kiowa, Fort Morgan, Colorado and (referred to as Vendor ), having its principal place of business at. 1. Compensation and term: County hereby retains vendor, and vendor hereby agrees to perform the following services: The agreement shall commence on August 1, 2011, and shall remain in effect until December 31, An option to renew for five (5) additional terms of one (1) year each shall be considered at the term of this agreement. Either party to this agreement may terminate this agreement with or without cause by providing at least 30 days written notice to the other party. 2. Insurance: Vendor Agrees to carry and keep in full force during the performance of this contract the following insurance coverage: *General liability insurance in an amount not less than $1,000, *Automobile liability insurance in an amount not less than that required by Colorado law. Vendor will name Morgan County as an additional insured on the general liability policy. *Professional errors and omissions insurance in an amount not less than $1,000, *Worker s Compensation insurance in accordance with the laws of the State of Colorado. All certificates of insurance shall be provided to the county prior to the start of work. 3. Representations Vendor represents and warrants to County that it has the experience and ability to perform the services required by this agreement, that it will perform said services in a professional, competent and timely manner; that it has the power to enter into and perform this agreement; and that its performance of this agreement shall not infringe upon or violate the rights of any third party or violate any Federal, State or municipal laws. 1

9 4. Independent Contractor/ Subcontracting: Vendor recognizes and acknowledges that this agreement shall be solely as an independent contractor. Vendor further acknowledges that it is not considered an affiliate or subsidiary of the County, and is not entitled to any employment rights or benefits. It is expressly understood that this undertaking is not a joint venture. 5. County s Right to Suspend Vendor s Performance: For good and sufficient cause such as (a) Faulty workmanship, (b) Improper superintendence, (c) Vendor s failure to carry out any reasonable order or perform any provision of the purchase order and collateral documents, (d) Substantial failure in quantity or quality of material. Any other circumstance unfavorable for prosecution of the work, the County shall have the right to suspend the vendor s performance of the work. Notice of such suspension shall be in writing and the vendor will be allowed 15 working days to correct and complete the unacceptable work. The Vendor shall resume performance of the work promptly when so notified in writing by the county. 6. Confidentiality: Vendor recognizes and acknowledges that this agreement creates a confidential relationship between County and Vendor and that information concerning County business affairs, customers, vendors, finances, properties, methods of operation, computer programs, and documentation, and other such information, whether written, oral, or otherwise is confidential in nature. All such information concerning the County is herein referred to as confidential information 7. Indemnification: Vendor agrees that the personnel, agents, and any other parties that are under its direction and control are either independent contractors or are the employees of vendor. Therefore, Vendor agrees to hold harmless, indemnify and defend the County from the claims of any of Vendor s personnel, agents, employees, or independent contractors or any other parties, working under Vendor s direction and control and from any third party claims or actions proximately caused solely by the actions or negligence of the Vendor, its employees, agents or subcontractors. The vendor agrees that it is strictly liable to the county for any direct or general damages resulting from the vendor s failure to perform its duties under this contract. 8. Non-Disclosure: Vendor agrees that, except as directed by County he will not at anytime during or after the term of this agreement disclose any confidential information to any person whatsoever and that upon the termination of this agreement it will turn over to the County all documents, papers, and other matter in its possession or control that relates to the County. Vendor further agrees to bind its employees and subcontractors to the terms of this agreement. 2

10 9. Governing Law: This agreement shall be construed and enforced in accordance with the laws of the State of Colorado. 10. Prohibitions on Public Contract for Services: ILLEGAL ALIENS: If Contractor/Consultant has any employees or subcontractors, Contractor/Consultant shall comply with C.R.S., and following, regarding Illegal Aliens - Public Contracts for Services, and this Contract. By execution of this Contract, Contractor/Consultant certifies that it does not knowingly employ or contract with any illegal alien who will perform work under this Contract and that Contractor/Consultant will participate in either the E-Verify Program or Colorado Department of Labor and Employment Department Program in order to confirm the eligibility of all employees who are newly hired for employment to perform work under this Contract. By executing this contract the contractor/consultant certifies compliance with all federal and state requirements regarding the employment of illegal aliens. Failure to comply with these regulations is a substantial breach of this contract and may be grounds for cancellation of this contract with no right to cure. 11. Provisions: GIFTS: To the extent required by the law, Contractor certifies that it is familiar with the provisions of Article XXIX of the Colorado Constitution (also known as Amendment 41) regarding gifts and is compliant with the provisions of this Article. 12. Entire Agreement and Notice: This agreement contains the entire understanding of the parties and may not be amended without the specific written consent of both parties. 13. Binding Effect: This contract shall be binding upon and inure to the benefit of the heirs, administrators, successors, personal representatives or assigns of all of the parties hereto. 14. Acceptance and Payment: Vendor agrees to perform all of the work described herein and comply with the terms therein for the sums not to exceed as per attached schedule A. 3

11 Payment Schedule: Payment to be made upon receipt of invoices submitted by: Upon receipt of an invoice/payment request, the County s designated representative will review the request, and shall authorize or deny payment. Payment shall be made 15 days after authorization of payment by such representative. IN WITNESS WHEREOF, the parties have hereunto set their hands and seals this day of, County: MORGAN (SEAL) Attest: Board of County Commissioners Chairman Connie Ingmire Clerk to the Board Approved as to legal form Morgan County Attorney Commissioner Commissioner Vendor: By: Title: 4

12 MORGAN COUNTY EXHIBIT B Scope of Work Engineering and Environmental Services for the Morgan County Landfill Purpose: Morgan County is requesting proposals for Engineering and Environmental Services for the Morgan County Landfill. Bidders shall provide a fee schedule for labor and equipment that may be anticipated to provide services that may be requested by Morgan County on an as requested basis. Contract Term: The proposed initial term of the contract will be from August 1, 2011 through December 31, 2011 with an option to renew for five (5) additional terms of one (1) year each. Scope of Work Minimum Technical Requirements of Bidders: Each bidder and any employee of that bidder who will be responsible for the completion of work pursuant to this RFP must: a) Possess a working knowledge of CDPHE guidelines, requirements, and permitting/reporting criteria. b) Possess a working knowledge of landfill engineering, design, and construction, especially Municipal Solid Waste Landfills located in Colorado with experience with issues particular to smaller rural landfills in Eastern Colorado. c) Possess a working knowledge of methane monitoring, groundwater sampling, waste profiling, and writing reports to meet industry standards summarizing field work. d) Have experience and demonstrated ability to perform complex calculations regarding financial assurance and statistical analysis of data. e) Have an understanding of waste evaluation based upon the approved Morgan County Landfill Solid Waste Acceptance Policy for Wastes to be Disposed of at the Morgan County Landfill. f) Have a working relationship with the Colorado Department of Public Health and Environment (CDPHE). g) Be a member of Solid Waste Association of North America (SWANA) and Colorado SWANA. h) Be available by telephone when needed and on site on short notice. SCOPE OF WORK General Statements that apply to all services: a) All services must conform, as applicable to, Colorado Department of Public Health and Environment (CDPHE), Environmental Protection Agency (EPA), and Morgan County Landfill approved procedures. b) Analytical/laboratory fees will be paid directly to the laboratory by Morgan County. Any shipping costs incurred by the consultant should be paid by the consultant and billed back to Morgan County. c) Contractor must assure that monitoring techniques, sampling methodologies and laboratory analysis is the same or similar to historic methods so that new techniques do not result in data that cannot be compared or statistically analyzed with past data, ultimately resulting in additional, unnecessary assessment monitoring, and a higher cost to Morgan County. Bidder must detail how they will perform methane monitoring, groundwater sampling and laboratory analysis to meet the above listed requirements. Currently Morgan County personnel are performing the field work for methane monitoring on a quarterly basis. Semi-annual Groundwater sampling is performed by County personnel in April and October. Consultant

13 coordinates lab kit. Groundwater samples are currently being sent to Laboratory recommended by consultant. Field reports are submitted to consultant for analysis and completion of reports. Typical Services that may be requested by Morgan County include, but are not limited to: 1. MSW landfill groundwater and explosive gas monitoring. 2. Groundwater and methane statistical analysis and reporting. 3. Preparation of MSW Landfill Stormwater Discharge Permit (CDPS) applications, Storm Water Management Plans (SWMP s), and Storm Water Monitoring and Reporting activities. Current Stormwater Discharge Permit expires December 31, Preparation of Air Permit applications including, Air Pollution Emissions Notices (APEN s), Construction/Title V Operating Permits, Greenhouse Gas (GHG) Evaluations, and all applicable monitoring and reporting requirements. Current Construction Permit expires November 5, Financial Assurance Closure and Post Closure Cost Estimates. Next update due April Landfill Construction activities including landfill final cover and cell designs, bid package development, construction management, and Construction Quality Assurance (QCA) services. 7. Landfill expansion services including siting, design, operations, monitoring, and permitting, including development of Engineering Design and Operations Plans (EDOP s) associated with new landfills or expansions to existing landfills. Design and Operations Plan will need to be updated in 2014 or sooner if significant changes are made. 8. Assistance with various operational issues including updating existing plans, development of ancillary plans such as Spill Prevention, Control, and Countermeasure Plans (SPCC s), Waste Characterization and Acceptance Plans, volume and airspace evaluations, assessing the acceptability of specific special wastes, landfill phasing plans, landfill life calculations, etc. 9 Provide technical assistance and advise to Morgan County so that Morgan County Landfill remains in compliance with all State and Federal Regulations. SUMMARY OF DETAILED TIMELINE OF REQUIRED SERVICES: Methane Monitoring Quarterly Basis (January, April, July, October) Groundwater Sampling Semi-Annual Basis (currently being conducted in April and October) Current Stormwater Discharge Permit Expires December 31, 2011 Current Construction Permit Expires November 5, 2015 Financial Assurance Closure and Post Closure Cost Estimates Update Due April 2013 Design and Operations Plan Update Due 2014 or sooner if significant changes are made

14 MORGAN COUNTY EXHIBIT C - Evaluation and Selection Criteria The following factors will be considered in evaluating each Proposal: a) Professional Qualifications: Qualifications of the firm s personnel measured by education and experience, especially the specific person(s) that would be working on the project. A Professional engineer registered with the State of Colorado is required with experience for this project. b) Past involvement with similar projects: Familiarity with landfill engineering and environmental services, statistical analysis, sampling and monitoring, and waste profiling. c) A proven experience in developing reports for County and State Officials and efficiently meeting regulatory requirements. d) Knowledge of cell construction and design. e) Fee Schedule for services and equipment that may be anticipated to provide services that may be requested by Morgan County on an as requested basis. f) Knowledge of CDPHE, and other applicable state or federal regulations. g) Knowledge of monitoring techniques and experience related to those required in Exhibit B of this RFP. h) Local office; i.e., near Morgan County or easily available upon request. i) Experience working with rural arid landfills. j) Record of working relationship with the Colorado Department of Public Health and Environment. k) Each offeror must employ or have direct access to the following personnel: 1. Professional Engineer 2. Professional Geologist 3. Environmental Consultant 4. Civil/Geotechnical Engineer 5. Environmental Scientist and/or Geotechnical Technician for various monitoring requirements 6. Office Staff This is a best value solicitation. Therefore, selection of the successful proposer will be based upon a review of all information submitted by a proposer in response to the Scope of Work listed in Exhibit B. Additionally, the evaluation process will also include an appraisal of a proposer s past performance, experience, and technical knowledge and ability to timely and satisfactorily complete the technical work described in this RFP within the budget for that work. File: Landfill Consultant RFP Revised a.doc

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control City of Boulder, Colorado Request for Proposals RFQ #74-2012 The City of Boulder is soliciting Statements of Qualification and hourly billing rates from contractors with experience in General Scope of

More information

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits The City of Louisville, Colorado is accepting proposals for the purpose of performing sales and use tax, and franchise fee compliance

More information

AGREEMENT FOR SECURITY AND TRANSPORT SERVICES

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

More information

INDEPENDENT CONTRACTOR SERVICES AGREEMENT

INDEPENDENT CONTRACTOR SERVICES AGREEMENT INDEPENDENT CONTRACTOR SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 2010, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal corporation, whose

More information

CONSULTANT AGREEMENT

CONSULTANT AGREEMENT Douglas County School District Re.1 Castle Rock, Colorado CONSULTANT AGREEMENT This agreement, dated effective as of is made and entered into by and between the Douglas County School District Re.1, Douglas

More information

#5 Independent Contractor Form - With Insurance With Bonds

#5 Independent Contractor Form - With Insurance With Bonds #5 Independent Contractor Form - With Insurance With Bonds Proposed use: Contracts for smaller projects not involving street construction but important enough to require performance and require an avenue

More information

How To Write A Contract Between College And Independent Contractor

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

More information

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

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

More information

Request For 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 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

More information

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. 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 JBrown@santa-ana.org

More information

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

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

More information

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

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

More information

Unified School District No. 489 Request For Proposals

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

More information

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: MARTIN COUNTY BOARD OF COUNTY COMMISSIONERS, a political subdivision

More information

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE This Agreement is made as of, 20 (the Effective Date ), by and

More information

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

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

More information

Planning Request for Proposal. Digitize Records for Import to Electronic Document Management System Project Number 15-079-5200

Planning Request for Proposal. Digitize Records for Import to Electronic Document Management System Project Number 15-079-5200 Planning Request for Proposal Digitize Records for Import to Electronic Document Management System Project Number 15-079-5200 Let Date: November 6, 2015 Bid Deadline: November 19, 2015 02:00 PM Deliver

More information

Services Agreement Instruction Sheet

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

More information

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

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

More information

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

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

More information

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

ARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and ARCHITECTURAL SERVICES CONTRACT STATE OF TEXAS COUNTY OF NUECES THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and hereinafter called Architect

More information

SAMPLE SERVICES CONTRACT

SAMPLE SERVICES CONTRACT SAMPLE SERVICES CONTRACT The parties to this contract are the SAN DIEGO COUNTY WATER AUTHORITY, a county water authority, (the Water Authority) and, [a / an], having its principal place of business at

More information

TOWN OF SCITUATE MASSACHUSETTS

TOWN OF SCITUATE MASSACHUSETTS TOWN OF SCITUATE MASSACHUSETTS REQUEST FOR SERVICES Marketing Services for Town of Scituate Economic Development Commission NOVEMBER 2014 GENERAL INFORMATION The Town of Scituate, acting through its Economic

More information

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

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

More information

NPSA GENERAL PROVISIONS

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

More information

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

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

More information

WASTE SERVICES & DISPOSAL AGREEMENT. By: By: Name: Name: Title: Title:

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

More information

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

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

More information

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

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

More information

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor Department of Public Services REQUEST FOR QUOTES FOR On-Call Plumbing Contractor November 2013 One Detjen Drive Crestwood, Missouri 63126 314-729-4720 Fax 314-729-4729 http://www.ci.crestwood.mo.us 1 Request

More information

CITY OF SHERWOOD Independent Contractor Agreement (for Personal Services or for Public Works under $25,000)

CITY OF SHERWOOD Independent Contractor Agreement (for Personal Services or for Public Works under $25,000) CITY OF SHERWOOD Independent Contractor Agreement (for Personal Services or for Public Works under $25,000) Dated: Parties: City of Sherwood ( CITY ) 20 NW Washington Street Sherwood, Oregon 97140 And

More information

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] THIS AGREEMENT is made and entered into this day of, 2014, by and between the City of Yreka, a municipal corporation, hereinafter referred

More information

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS NAME OF CONTRACTOR: RESPONSIBLE PRINCIPAL OF CONTRACTOR:, Vendor

More information

PURCHASE ORDER TERMS AND CONDITIONS

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

More information

INVITATION TO BID EOE

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

More information

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

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

More information

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

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

More information

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

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

More information

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

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

More information

COMPUTER AND INFORMATION TECHNOLOGY MANAGED SERVICES AGREEMENT

COMPUTER AND INFORMATION TECHNOLOGY MANAGED SERVICES AGREEMENT COMPUTER AND INFORMATION TECHNOLOGY MANAGED SERVICES AGREEMENT This Computer and Information Technology Services Agreement is made as of the day of, between Crown Networking Consultants, Inc. (CNC Inc.),

More information

City of Kirkland, WA - Contract For Aircraft Industry

City of Kirkland, WA - Contract For Aircraft Industry City of Kirkland, WA REQUEST FOR QUOTATION LiDAR (Light Distance And Ranging) Data Acquisition Services Job #29-15-IT The City of Kirkland, Washington is soliciting price quotations from qualified and

More information

AGREEMENT FOR PROFESSIONAL SERVICES

AGREEMENT FOR PROFESSIONAL SERVICES AGREEMENT FOR PROFESSIONAL SERVICES This Agreement is made this day of 20, by and between Long Island University ( University ), an educational institution incorporated and doing business under the laws

More information

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS Allegany County will receive sealed bids until 10:00

More information

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

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

More information

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019

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

More information

City of Scotts Valley INTEROFFICE MEMORANDUM

City of Scotts Valley INTEROFFICE MEMORANDUM DATE: January 15, 2014 City of Scotts Valley INTEROFFICE MEMORANDUM Agenda Item Date: 1-15-2014 TO: FROM: SUBJECT: Honorable Mayor and City Council Corrie Kates, Community Development Director/Deputy City

More information

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT Contract #: Total Obligation: AGREEMENT BETWEEN: The Georgia Department of Transportation s location identified in Paragraph 101A

More information

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

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

More information

CITY OF LEAWOOD. Independent Contractor Agreement

CITY OF LEAWOOD. Independent Contractor Agreement #3 Small Indep Contractor Agreement with Ins Optional, for use with small agreements less than $15k [e.g., entertainment, 4 th of July projects, sports] CITY OF LEAWOOD Independent Contractor Agreement

More information

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT Joliet Junior College Request for Proposal INFORMATION SECURITY PENETRATION ASSESSMENT RFP Opening MAY 22, 2013 @ 2:00P.M. Background

More information

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

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

More information

Request for Proposal. Broker and Claims Management Services For Redlands Christian Migrant Association, Inc. Workers Compensation Insurance Program

Request for Proposal. Broker and Claims Management Services For Redlands Christian Migrant Association, Inc. Workers Compensation Insurance Program Request for Proposal Broker and Claims Management Services For Redlands Christian Migrant Association, Inc. Workers Compensation Insurance Program April 8, 2015 2 Page 1 Redlands Christian Migrant Association,

More information

AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR

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

More information

AGREEMENT FOR PROFESSIONAL LAND SURVEYING SERVICES WITNESSETH: ARTICLE 1

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.,

More information

BRITISH SOCCER CAMP A G R E E M E N T

BRITISH SOCCER CAMP A G R E E M E N T THE STATE OF TEXAS * COUNTY OF CORYELL * KNOW ALL MEN BY THESE PRESENTS: BRITISH SOCCER CAMP A G R E E M E N T This agreement is made and entered into this the 20th day of January, 2015 by and between

More information

A. For the consideration agreed below to be paid to Contractor by City, Contractor shall provide

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

More information

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 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,

More information

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000 INSURANCE REQUIREMENTS F CONSTRUCTION CONTRACTS ABOVE $30,000 Indemnity To the fullest extent allowed by law, the Contractor shall indemnify, defend, and hold harmless the County of Santa Clara (hereinafter

More information

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

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FOR. Attention: AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FOR NAME OF CONSULTANT: RESPONSIBLE PRINCIPAL OF CONSULTANT: CONSULTANT'S ADDRESS: Attention: CITY'S ADDRESS: City of Beverly Hills 455 N. Rexford Drive

More information

ADDENDUM NO. 1 TO RFP 9600-61: Locum Tenens Referrals

ADDENDUM NO. 1 TO RFP 9600-61: Locum Tenens Referrals ADDENDUM NO. 1 TO RFP 9600-61: Locum Tenens Referrals Date: March 18, 2015 To: All Vendors Interested in RFP # 9600-61 From: Kristen Aldrich, Deputy Purchasing Agent, NMC Contracts Division Subject: Addendum

More information

State of New Jersey New Jersey Public Broadcasting System New Jersey Network Standard Terms and Conditions

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

More information

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT The WALTON COUNTY SCHOOL DISTRICT will receive

More information

WITNESSETH. That Contractor, for the consideration hereinafter fully set out, hereby agrees with the County as follows:

WITNESSETH. That Contractor, for the consideration hereinafter fully set out, hereby agrees with the County as follows: NORTH CAROLINA RANDOLPH COUNTY CONTRACT THIS CONTRACT, made and entered into this day of, 2015 by and between Randolph County, a political subdivision of the State of North Carolina, hereinafter referred

More information

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES

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

More information

THE CITY OF KIRKLAND REQUEST FOR PROPOSALS (RFP) Fine Payment Processing by Credit Card Job No. 21-15-KMC

THE CITY OF KIRKLAND REQUEST FOR PROPOSALS (RFP) Fine Payment Processing by Credit Card Job No. 21-15-KMC THE CITY OF KIRKLAND REQUEST FOR PROPOSALS (RFP) Fine Payment Processing by Credit Card Job No. 21-15-KMC The City of Kirkland is soliciting proposals from vendors interested in processing credit card

More information

NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING

NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING This Agreement is hereby entered into by and between Piedmont Triad Regional Council (herein Contractor ) and (Subcontractor)

More information

CONSULTING SERVICES AGREEMENT

CONSULTING SERVICES AGREEMENT CONSULTING SERVICES AGREEMENT THIS AGREEMENT ("Agreement") is entered into on / /, between SCWOA ("Consultant"), a CA corporation with its principal place of business located at PO Box 1195, Pacifica,

More information

Payroll Services Agreement

Payroll Services Agreement Payroll Services Agreement THIS PAYROLL SERVICES AGREEMENT (the Agreement ) is made and entered into this day of, 20, by and between Susan Arnoldussen, of Accounting Unlimited, LLC (the Payroll Service

More information

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

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

More information

The University of Procurement Services Department, N.S.F.A.A.F.A.F.F.F.F.F.F.A.F.F.A.

The University of Procurement Services Department, N.S.F.A.A.F.A.F.F.F.F.F.F.A.F.F.A. MONTCLAIR STATE UNIVERSITY STANDARD CONTRACT TERMS AND CONDITIONS I. The contractor certifies that it understands and agrees that the following terms and conditions (collectively the "University s Standard

More information

AN AGREEMENT BY AND BETWEEN THE TEXAS A&M UNIVERSITY SYSTEM OFFICES AND FM GLOBAL

AN AGREEMENT BY AND BETWEEN THE TEXAS A&M UNIVERSITY SYSTEM OFFICES AND FM GLOBAL AN AGREEMENT BY AND BETWEEN THE TEXAS A&M UNIVERSITY SYSTEM OFFICES AND FM GLOBAL This Services Agreement ( Agreement ) is entered into effective upon final execution of this agreement (the Effective Date

More information

Purchase Order Terms and Conditions

Purchase Order Terms and Conditions Purchase Order Terms and Conditions "Avanade" means Avanade Asia Pte Ltd (Company Registration No.: 20005969E), a company incorporated in Singapore, having its offices at 238A Thomson Road, #25-01 Novena

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS PLYMOUTH-CANTON COMMUNITY SCHOOLS REQUEST FOR PROPOSALS Assignment of Rights to Wireless Telecommunication Lease, Tower and/or Tower Management Agreement Plymouth-Canton Community Schools E.J. McClendon

More information

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 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.

More information

Stephenson County, Illinois

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

More information

Agreement for Services

Agreement for Services Agreement for Services This Agreement is entered into as of the day of, 20, between Inc. ( the Company ) and ( the Contractor ). The purposes of this agreement are to define the rights and obligations

More information

PHOTOGRAPHY/VIDEO SERVICES AGREEMENT

PHOTOGRAPHY/VIDEO SERVICES AGREEMENT PHOTOGRAPHY/VIDEO SERVICES AGREEMENT This Agreement is entered into as of the day of, 201_, between, Villanova University ( Villanova ) and, ( Photographer ). 1. Services. (a) Description and Requirements.

More information

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014

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

More information

North Central Texas College Board of Regents Meeting October 20, 2014. Consideration of Approving Fees for Owner s Representative

North Central Texas College Board of Regents Meeting October 20, 2014. Consideration of Approving Fees for Owner s Representative North Central Texas College Board of Regents Meeting October 20, 2014 AGENDA ITEM: Consideration of Approving Fees for Owner s Representative At the December, 2013, meeting of the Board of Regents, the

More information

ASSOCIATION OF AMHERST STUDENTS (AAS) Office of the Treasurer and Budgetary Committee

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)

More information

PROFESSIONAL/CONSULTING SERVICES AGREEMENT

PROFESSIONAL/CONSULTING SERVICES AGREEMENT This SERVICES AGREEMENT ( Agreement ) is entered into by and between the undersigned, ( Contractor ), (Social Security Number or Federal I.D. No.), located at and Texas Southern University ( TSU ), an

More information

NORTH BEACH WATER DISTRICT PACIFIC COUNTY, WASHINGTON

NORTH BEACH WATER DISTRICT PACIFIC COUNTY, WASHINGTON NORTH BEACH WATER DISTRICT PACIFIC COUNTY, WASHINGTON RESOLUTION 20-2014 A RESOLUTION OF THE NORTH BEACH WATER DISTRICT OF PACIFIC COUNTY, WASHINGTON, APPROVING A CONTRACT FOR ARCHITECTURAL SERVICES WITH

More information

QSP INFORMATION AT A GLANCE

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

More information

AGENDA BOARD OF SUPERVISORS October 21, 2009. Delinquent Tax Attorney RFP

AGENDA BOARD OF SUPERVISORS October 21, 2009. Delinquent Tax Attorney RFP MOTION: I move to award Mr. Anthony Paone, Innsbrook Law Group, the contract for the Request for Proposals to Perform the Services of a Delinquent [Collections] Tax Attorney subject to approval as to form

More information

Insurance Producer Agreement

Insurance Producer Agreement Insurance Producer Agreement Section 1 - Producer s Authority The Producer shall periodically submit risks to the Company for its consideration as authorized by the Company. These risks shall be located

More information

AGREEMENT FOR PROFESSIONAL SERVICES - ARCHITECTS

AGREEMENT FOR PROFESSIONAL SERVICES - ARCHITECTS AGREEMENT FOR PROFESSIONAL SERVICES - ARCHITECTS This Agreement is made this day of 20, by and between Long Island University ( University ), an educational institution incorporated and doing business

More information

Request for Proposals for Upgraded or Replacement Phone System

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

More information

EXHIBIT A (of Request for Proposal)

EXHIBIT A (of Request for Proposal) EXHIBIT A (of Request for Proposal) INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES This Independent Contractor Agreement for Services ( Agreement ) is made as of, 2016 between the Dublin Unified

More information

FREELANCE PHOTOGRAPHY AGREEMENT

FREELANCE PHOTOGRAPHY AGREEMENT FREELANCE PHOTOGRAPHY AGREEMENT This Freelance Photography Agreement ( Agreement ) is made and entered into this day of, 201 ( Effective Date ) by and between Xavier University ( University ), an Ohio

More information

E-RATE CONSULTING AGREEMENT

E-RATE CONSULTING AGREEMENT E-RATE CONSULTING AGREEMENT This E-Rate Consulting Agreement is made and entered into on this _6th_ day of August 2012 between the Harrisburg School District (the District ) and Julie Tritt-Schell (the

More information

RFP 13-2014 Request for Proposal Drain and Sewer Line Maintenance Services

RFP 13-2014 Request for Proposal Drain and Sewer Line Maintenance Services RFP 13-2014 Request for Proposal Drain and Sewer Line Maintenance Services Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies to provide the following services

More information

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016 1. Bid Delivery Instructions for State Procurement: Fax quotations may be submitted either: Via fax to: (225) 342-9756 OR Delivered by hand or courier service to: Office of State Procurement Claiborne

More information

How To Build A Data Backup System In Town Of Trumbull

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

More information

UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT

UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT SECTION 1 ADMINISTRATIVE OVERVIEW 1.1 BACKGROUND Utah County is planning to

More information

REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO

REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO PROPOSAL NUMBER: 13-02 DESCRIPTION: Administration of 401(a) and 457 Plans RECORDING DATE: 2/25/2013 The Board

More information

How To Work With The City Of Riverhead

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

More information

REQUEST FOR QUALIFICATIONS PROFESSIONAL ARCHITECTURAL SERVICES

REQUEST 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 information

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT Proposals will be received in the New Hanover County Finance, 230 Government Center

More information

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

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

More information

ZOETIS STANDARD TERMS AND CONDITIONS

ZOETIS STANDARD TERMS AND CONDITIONS Page 1 of 6 ZOETIS STANDARD TERMS AND CONDITIONS INTERPRETATION AND DEFINITIONS : "the Purchase Order" means Zoetis's relevant order for the supply of Goods and/or Services by the Seller. the Buyer means

More information