Request for Proposals (RFP) No Work Order and Asset Management Software

Size: px
Start display at page:

Download "Request for Proposals (RFP) No. 3424 Work Order and Asset Management Software"

Transcription

1 City of Lakewood Department of Community Resources 480 South Allison Parkway Lakewood, CO Request for Proposals (RFP) No Work Order and Asset Management Software Submittal Due Date: November 1, :00 A.M., MT (our clock) Submit Sealed Proposals to: City of Lakewood Finance Front Desk 1 st Floor, Civic Center South Building 480 S. Allison Parkway Lakewood, CO Addendums may be issued for this Request for Proposal and will be posted on the Rocky Mountain E Purchasing System (RMEPS) at: It is the offeror s responsibility to ensure addendums issued are acknowledged and submitted along with their respective proposal documents. Failure to submit such addendums may result in disqualification of respective proposal.

2 Section I Page 1 of 2 REQUEST FOR PROPOSAL RFP NO Work Order and Asset Management Software 1. PROJECT OVERVIEW AND SCOPE OF WORK The City of Lakewood, Department of Community Resources is soliciting proposal from qualified software vendors for work order and asset management software with the following capabilities: Track and manage the City s assets Establish a work orders process Provide an automated solution for costing of managing the life cycle of physical and infrastructure assets such as service plants, buildings and building systems and other physical assets. The Department of Community Resources (CR) is dedicated to providing City of Lakewood residents with exceptional services and consists of the following seven (7) divisions: Administration and Marketing Planning and Construction Urban Parks and Forestry Recreation Heritage, Culture and the Arts Family Services Regional Parks and Golf 2. SOFTWARE REQUIREMENTS: A. Capability for the Planning and Construction and maintenance programs to keep pace with building maintenance and operation technology and the utilization of technologies for energy efficiencies and sustainability. CR recognizes the need to automate many of its existing processes and desires to replace the existing labor intensive recording processes with more accurate cost tracking tools, asset and infrastructure management, operation efficiencies and a more effective implementation of work planning and scheduling. B. Accessibility and ease of use for City employees to input work requests into the work order system and to track services and assignment of personnel to complete the request. The potential for expandability of the system, allowing the City to add ERSI products for GIS mapping, mobile applications for working in the field, irrigation systems and tree inventories is essential. The ease with which this particular software program can be configured to allow for routing and sharing information between City departments for applications, reports, tracking energy usage and life cycle analysis of critical infrastructure and equipment is required..

3 Section I Page 2 of 2 C. Cloud-based software application with the ability to store all data and information off-site and have the following capabilities: Unit Cost Accounting Work Order Generation and Tracking Service Call Generation and Tracking Inventory Tracking and Accounting Fixed Asset Tracking and Accounting Labor Tracking and Accounting Equipment Tracking and Accounting Capable of a minimum of five (5) concurrent users Seamlessly integrate with ESRI-based GIS for location-based asset tracking D. Ability to track and maintain data on activities, materials, employees and equipment used by the department which could include the following business requirements: Track service calls through resolution Generate and distribute work orders Assign crews automatically to specific work orders based on description Track work order progress Utilize a common dashboard and database to launch and track results of completed work orders Record and store employee hours related to work orders General cost of work order based upon labor, equipment and materials Evaluate, assign and manage staff activities Evaluate and manage allocation and use of materials and equipment Eliminate the creation and maintenance of paper files Attach digital photos or other electronic documents related to work orders Assign and track work orders by defined projects Setup inspection schedules to comply with rules and regulations Fulfill government reporting requirements

4 Section II Page 1 of 2 3. PROPOSAL SUBMITTAL REQUIREMENTS Interested companies must submit one (1) original, marked original and six (6) copies of a written proposal, sealed in an envelope and clearly labeled the RFP. No Proposals must be received no later than 10:00 A.M., M.T. (our clock) on November 1, 2012 and delivered to: City of Lakewood Finance Front Desk 1st Floor- Civic Center South Building 480 S. Allison Parkway Lakewood, CO Proposals will be evaluated by the Department of Community Resources, Information Technology and the Purchasing Division. Submittals should be clear and to the point, emphasizing specific qualifications and directly related past experience of the person who will actually perform the work and shall include the following information: A. Profile of vendor s experience, qualifications, and capabilities in providing required software. B. Descriptions of the type of services performed for other public agencies and a list of contact references for representative projects. C. Approach to installing the software and providing the required training. D. Estimated project schedule and total number of days to complete installation and training. E. The cost of the proposed software, licenses, installation, training and annual maintenance fee (based on a minimum of 5 concurrent users). Pricing shall include a breakdown of module pricing. All questions concerning this RFP should be sent in writing to Mary O Halloran, Contract Administrator at maroha@lakewood.org. All questions must be received in writing no later than 5:00 P.M. M.T. on October 19, 2012.

5 Section II Page 2 of 2 4. PROPOSAL EVALUATION Proposals will be evaluated on the following criteria (ordered in their relative importance): A. Past experience with similar projects. B. Ability meet City's project schedule. C. Ability to coordinate installation and training of the software. D. Cost of software and licensing. E. Cost of installation and training. F. Cost of annual maintenance. A subsequent to the initial evaluation, up to three (3) consultants may be interviewed. The interviewees will then be ranked according to the following criteria: A. Information presented by the team members during the interview B. Consultant team s experience and understanding of the project. C. References. 5. SCHEDULE OF EVENTS RFP Issued October 9, 2012 Questions Due October 19, 2012, 5:00 P.M., M.T. City Addendum Issued (if necessary) October 22, 2012 RFP Submittal Due Date November 1, :00 A.M., M.T. (our clock) Interviews (if necessary) Week of November 19, 2012 Award Date (approximately) November 26, 2012

6 Section III Page 1 of 4 REQUEST FOR PROPOSAL FORM REQUEST FOR PROPOSAL NO.: 3424 PROPOSAL DUE DATE & TIME: November 1, :00 A.M., MT (our clock) SUBMIT SEALED PROPOSALS TO: City of Lakewood Finance Front Desk 1 st Floor, Civic Center South Building 480 S. Allison Parkway Lakewood, CO CONTRACT ADMINISTRATOR: Mary O Halloran PHONE NO.: maroha@lakewood.org COMPANY NAME: ADDRESS: Federal Tax ID Number Contact Person Phone Number

7 Section III Page 2 of 4 1. Company Name STATEMENT OF OFFEROR S QUALIFICATIONS RFP No How many years have you been engaged in this type of business? 3. List several companies and a person to contact with whom you have contracts: A. B. C. D. 4. Are any lawsuits pending against you or your firm at this time? Yes No If yes, detail: 5. Have any charges been filed against you or your firm or the bidding entity with the Office of Contract Compliance, the Equal Opportunity Commission, the State of Colorado Civil Rights Commission, or any other similarly constituted entity charges by any state or local government with the enforcement of anti-discrimination legislation or regulations? Yes No If yes, detail:

8 Section III Page 3 of 4 6. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the City of Lakewood in verification of the recitals comprising this Statement of Offeror s Qualifications and that the answers to the foregoing questions and all statements therein contained are true and correct. Dated this day of, (Company Name) By: Title:

9 Section III Page 4 of 4 SIGNATURE PAGE RFP No The undersigned offeror hereby acknowledges that they have not entered into any agreement with any other offeror or prospective offeror or with any other person, firm, or corporation relating to the price named in said proposal or any other proposal, nor any agreement or arrangement under which any person, firm, or corporation is to refrain from quoting, nor any agreement or arrangement for any act or omission in restraint of free competition among offerors. Furthermore, said offeror has not disclosed to any person, firm, or corporation the terms of said proposal or the price named therein. In compliance with the terms and conditions of RFP No the undersigned agrees to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule. Offeror hereby certifies that this quoted price is firm for a period of 60 calendar days from the due date specified in this Request for Proposal. OFFEROR, the following must be fully completed: Dated at this day of,2012. SIGNATURE OF OFFEROR: If an Individual doing business as If a Partnership by, member of firm If a Corporation a by Title (State) corporation Telephone Number: Address:

10 Section IV Page 1 of 2 INFORMATION TO OFFERORS 1. QUALIFICATIONS A. No proposal shall be accepted from and no contract will be awarded to any person, firm, or corporation that is in arrears to the City of Lakewood, upon debt or contract that is a defaulter, as surety or otherwise, upon any obligation to the City, or that is deemed irresponsible or unreliable by the City of Lakewood. B. If requested, offerors shall be required to submit satisfactory evidence that they have a practical knowledge of the particular service bid upon and that they have the necessary financial resources to complete the proposed services called for as described in the attached Specifications. 2. PROPOSAL SUBMITTAL A. Before submitting this proposal, the offeror shall read the Request for Proposal Specifications, and all other contract documents included herein; fully inform themselves as to all existing conditions, uncertainties, and limitations; and shall include sums in the proposal covering the cost of each item included in the contract. The submission of a proposal shall be considered conclusive evidence that the offeror has fully complied with these requirements. B. Each proposal shall be typed or legibly written in ink, with all prices given in figures and also words where called for. The proposal must cover all of the items of performance therein and no others, unless instructions to the contrary are specifically stated in the Specifications. 3. LATE PROPOSALS, MODIFICATIONS OF PROPOSALS, OR WITHDRAWAL OF PROPOSALS A. Any proposals received at the Property & Purchasing Services Division after the exact time specified for receipt will not be considered unless it is received before award is made and either: i. It was sent by registered or certified mail not later than the fifth (5th) calendar day prior to the date specified for the receipt of bids. ii. It was sent by mail and it is determined by the City that the late receipt was due solely to mishandling by the City after receipt by the City. B. Any modifications or withdrawal of a proposal, prior to the proposal due date and time, is subject to the same conditions as in A above, except that withdrawal of a proposal by a Fax transmission is acceptable. A proposal may also be withdrawn in person by an offeror or its authorized representative, provided identification is supplied and a receipt is signed for the proposal, but only if the withdrawal is made prior to the exact time set for receipt of proposals.

11 Section IV Page 2 of 2 4. PROPOSAL INTERPRETATION A. No information derived from any specifications or from any City representative will relieve the offeror from any risk or from fulfilling all of the terms of this contract. The accuracy of the offeror's interpretation of the facts disclosed by any City representative is not guaranteed. The offeror shall not at any time make claim to any additional payments, considerations, or accounting of any misunderstanding regarding the nature or amount of work to be done. B. Should an offeror find discrepancies in or omissions from specifications, or other contract documents, or should they be in doubt as to their true meaning, they shall at once notify the City of Lakewood, Property & Purchasing Services Division, Mary O Halloran, Contract Administrator at or maroha@lakewood.org, before the set time for questions. If the point in question is not clearly and fully set forth, a written addendum or bulletin of instructions will be sent to all offerors on record. 5. AUTHORITY REQUIREMENTS The offeror agrees to abide by all the laws, rules, and regulations of the United States, State of Colorado, County of Jefferson, and City of Lakewood securing all necessary licenses and permits in connection with the proposal. Such laws, rules, and regulations of all authorities having jurisdiction over the work called for in this proposal shall apply to this contract throughout, and they will be deemed to be included in the contract the same as though herein written out in full. 6. CONTRACT INCLUSIONS All offerors are hereby placed on notice that Section I through VI as are included herein, and any addenda issued for this Request for Proposals, will be incorporated by reference as contract documents with the contract which will be executed by the successful offeror and will be on file in the Office of the City Clerk. As the noted documents will become contract documents, if you are the successful offeror, the same shall not be destroyed. 7. PRICE QUOTATION Proposals submitted with quotations of price in effect at time of delivery are not acceptable. Only firm price quotations will be considered in evaluation and award of this contract.

12 Section V Page 1 of 4 GENERAL PROVISIONS 1. CHANGES CLAUSE: No change will be made to the requirements of this order without the express written consent of the City of Lakewood. Any excess cost incurred by the Offeror, in the event an unauthorized change is made, will be at his expense and not chargeable to the City. Any change made without the consent of the City may result in cancellation of this order. 2. PAYMENT: City payment terms are Net 30 days, unless otherwise negotiated. Payment by City procurement Card is preferred. Payment shall be processed upon receipt by the City of an itemized invoice. Each purchase order shall be invoiced separately. All invoices shall be submitted to the City of Lakewood, Finance Department, Purchasing Division. 3. INDEMNIFICATION: To the fullest extent permitted by law, the Offeror shall indemnify and hold harmless the City of Lakewood, its officers, employees, and insurers, from and against claims, damages, losses and expenses, including but not limited to attorneys fees, arising out of or resulting from performance of this contract, provided that such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property, but only to the extent caused by the negligent acts or omissions of the Offeror, anyone directly or indirectly employed by them or anyone for whose acts they may be liable. Such obligation shall not be construed to negate, abridge, or reduce other rights or obligations of indemnity which would otherwise exist as to a party or person described in this paragraph. The Offeror agrees to investigate, handle, respond to, and to provide defense for any such liability, claims, or demands at the sole expense of the Offeror, and agrees to bear all other costs and expenses related thereto, including court costs and attorney fees, whether or not any such liability, claims, or demands alleged are groundless, false, or fraudulent. 4. EQUAL OPPORTUNITY EMPLOYER: The successful offeror will not discriminate against any employee or applicant for employment because of race, color, religion, age, sex, disability or national origin. The successful offeror will take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, religion, age, sex, disability, 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 forms of compensation; and selection for training, including apprenticeship. The successful offeror agrees to post in conspicuous places, available to employees and applicants for employment, notice to be provided by an agency of the federal government, setting forth the provisions of the Equal Opportunity Laws.

13 Section V Page 2 of 4 5. AMERICANS WITH DISABILITIES ACT: The Offeror shall be in compliance with the appropriate area of the American with Disabilities Act of 1990 as enacted and from time to time amended and any other applicable federal regulation. A signed, written certificate stating compliance with the Americans with Disabilities Act may be requested at any time during the life of any purchase order or contract and with any new purchase order or contract issued by the City. 6. INSURANCE REQUIREMENTS: The Offeror, prior to commencing work, shall provide at his own cost and expense, proof of the following insurance to the City of Lakewood. Such insurance shall be obtained from financially responsible insurance companies, licensed in the State of Colorado and acceptable to the City of Lakewood. Prior to cancellation of or material changed in any required policy, a minimum of thirty (30) days written notice shall be given to the Purchasing Division of the City of Lakewood by means of registered mail, return receipt requested. All notices shall name the Offeror and identify the order RFP number. Required Coverages: A. Workmen's Compensation in accordance with the Workmen's Compensation Act of the State of Colorado. B. Commercial general liability insurance occurrence form, with minimum limits of ONE MILLION DOLLARS ($1,000,000) per each occurrence plus an additional amount sufficient to pay related attorneys' fees and defense costs. C. Comprehensive Automobile Liability insurance with minimum limits for bodily injury and property damage of not less than ONE MILLION DOLLARS ($1,000,000), per occurrence, statutory personal injury protection and uninsured motorists, plus an additional amount sufficient to pay related attorneys' fees and defense costs, with respect to each of the Vendor's owned, hired or non owned vehicles assigned to or used in performance of this order. The policies required by paragraphs (B) and (C) above shall be endorsed to include the City of Lakewood and the City of Lakewood's officers and employees as additional insureds. Every policy required above shall be primary insurance and any insurance carried by the City of Lakewood, its officers, or its employees, or carried by or provided through any self insurance pool of the City of Lakewood, shall be excess and not contributory insurance to that provided by the Vendor. A certified copy of any policy shall be provided to the City of Lakewood at its request. The parties hereto understand and agree that the parties are relying on, and do not waive or intend to waive by any provision of this order, the monetary limitations or any other rights, immunities, and protections provided by the Colorado Governmental Immunity Act et seq, 10 C.R.S., as from time to time amended, or otherwise available to the parties, their officers, or their employees.

14 Section V Page 3 of 4 7. TAX EXEMPTIONS: In accordance with regulations of the Department of Revenue, State of Colorado, all manufacturer's excise and sales tax due in the State of Colorado, County of Jefferson, City of Lakewood, or other local entity, on any items provided pursuant to this order are exempted from payment by the City. A tax exemption certificate is available through the Purchasing Division if needed. 8. VENUE: Venue of any suit or cause of action under this Agreement shall lie in Jefferson County, Colorado. 9. ASSIGNMENT: The Offeror shall not assign or transfer, whether by assignment or novation, any of its rights, duties, benefits, obligations, liabilities, or responsibilities under this contract without the written consent of the City. 10. APPROPRIATIONS: The City is not obligated by this Agreement to make any payments in any fiscal year beyond the fiscal year for which funds are appropriated for the payment thereof or to make payments from any funds of the City other than funds appropriated for the payment of current expenditures. All payment obligations of the City under this Agreement are from year to year only and do not constitute a multiple-fiscal year direct or indirect debt or other financial obligation of the City. 11. TERMINATION: This agreement may be terminated by the City in the event of default by the Contractor, provided the City has first provided the Contractor with written notice of the default and the Contractor shall have failed to cure the specified default within seven (7) days of receipt of the notice. 12. PROHIBITION AGAINST EMPLOYING ILLEGAL ALIENS: (This section shall not apply to an individual person who does not hire employees to perform this contract.) This paragraph shall apply to all Offerorss whose performance of work under this Agreement does not involve the delivery of a specific end product other than reports that are merely incidental to the performance of said work. Pursuant to Section ,C.R.S., et seq., Offeror represents and agrees that: A. UNLAWFUL EMPLOYEES, CONTRACTORS AND SUBCONTRACTORS: Offeror shall not knowingly employ or contract with an illegal alien to perform work under this Contract. Offeror shall not knowingly contract with a subofferor that: (a) knowingly employs or contracts with an illegal alien to perform work under this Contract or (b) fails to certify to the Offeror that the subofferor will not knowingly employ or contract with an illegal alien to perform work under this Contract.

15 Section V Page 4 of 4 B. VERIFICATION REGARDING ILLEGAL ALIENS: Upon entry into a new contract or renewal of a contract for services Offeror will verify through participation in either the E-verify Program or the Department Program of the State of Colorado that Offeror does not employ any illegal aliens. If Offeror chooses to use the Department Program, Offeror shall complete a "Notice of Participation in the Department Program for Public Contracts for Services" and distribute said notice to the Colorado Division of Labor and the City. If Offeror has chosen to use the Department Program, and if, during the contract period, Offeror hires an employee who is newly hired for employment to perform work under the contract, Offeror shall, within twenty days of hiring an employee, affirm that Offeror has examined the legal work status of such employee, retained file copies of the documents required by 8.U.S.C. 1324a, and not altered or falsified the identification documents for such employees. The Offeror shall provide a written, notarized copy of the affirmation to the City. C. LIMITATION REGARDING E-VERIFY PROGRAM AND DEPARTMENT PROGRAM: Offeror shall not use either the E-verify Program or the Department Program procedures to undertake pre-employment screening of job applicants while performing this Contract. D. DUTY TO TERMINATE A SUBCONTRACT; EXCEPTIONS: If Offeror obtains actual knowledge that a subofferor performing work under this Contract knowingly employs or contracts with an illegal alien, the Offeror shall, unless the subofferor provides information to establish that the subofferor has not knowingly employed or contracted with an illegal alien: (a) notify the subofferor and the City within three days that the Offeror has actual knowledge that the subofferor is employing or contracting with an illegal alien; and (b) terminate the subcontract with the subofferor if, within three days of receiving notice that the Offeror has actual knowledge that the subofferor is employing or contracting with an illegal alien, the subofferor does not stop employing or contracting with the illegal alien. E. DUTY TO COMPLY WITH STATE INVESTIGATION: Offeror shall comply with any reasonable request of the Colorado Department of Labor and Employment made in the course of an investigation pursuant to C.R.S (5). F. DAMAGES FOR BREACH OF CONTRACT: In addition to any other legal or equitable remedy the City may be entitled to a breach of this Contract, if the City terminates this Contract, in whole or in part, due to Offeror s breach of any paragraph in this Section, Offeror shall be liable for actual and consequential damages to the City. G. CERTIFICATION: Prior to executing contract, the offeror shall certify that it does not knowingly employ or contract with an illegal alien who will perform work under the contract and that the offeror will participate in the E-verify Program or the Department Program in order to confirm the employment eligibility of its employees. 13. COLORADO OPEN RECORDS ACT: The City of Lakewood is a governmental agency and as such is subject to the Colorado Open Records Act.

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

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

COUNTY 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 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 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

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

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

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

More information

INSURANCE REQUIREMENTS FOR VENDORS

INSURANCE REQUIREMENTS FOR VENDORS INSURANCE REQUIREMENTS FOR VENDORS The Contractor/Vendor shall purchase and maintain for the duration of the contract/work insurance against claims for injuries to persons or damages to property which

More information

INDEPENDENT CONTRACTORS AGREEMENT

INDEPENDENT CONTRACTORS AGREEMENT INDEPENDENT CONTRACTORS AGREEMENT THIS AGREEMENT entered into by and between (hereafter the Contractor ) and the Park District of Highland Park (hereafter Park District ). WHEREAS, Contractor will be performing

More information

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

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

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

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

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

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

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

APPALCART REQUEST FOR PROPOSAL

APPALCART REQUEST FOR PROPOSAL APPALCART REQUEST FOR PROPOSAL COMPUTER, NETWORK, AND SERVER CONSULTING INTRODUCTION AppalCART (the Authority) is issuing this Request for Proposal (RFP) to solicit contractor proposals to provide oversight

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

5. Preparation of the State and Federal Single Audit Reports.

5. Preparation of the State and Federal Single Audit Reports. THE CITY OF GROTON REQUEST FOR PROPOSAL FOR AUDITING SERVICES RFP 15-01 (Revised 5/28/15) 1. Introduction The City of Groton, Connecticut (the City) is soliciting proposals for purpose of obtaining the

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 Price. Work Schedule The project shall commence within a reasonable time of the request.

Request For Price. Work Schedule The project shall commence within a reasonable time of the request. Request For Price The Town of Somers is soliciting two (2) year contract proposals for emergency and non-emergency plumbing work at the following locations in Somers, New York 10589: Somers Town House,

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

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

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

STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between. and HARRISBURG AREA COMMUNITY COLLEGE

STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between. and HARRISBURG AREA COMMUNITY COLLEGE STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between and HARRISBURG AREA COMMUNITY COLLEGE This Agreement is made between Harrisburg Area Community College (HACC), whose primary address is One HACC

More information

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

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

More information

REQUEST FOR PROPOSAL 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 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 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

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

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

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND PHARMACY BENEFITS MANAGER BID PACKAGE All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint

More information

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND MEDICAL INSURANCE CARRIER CLAIM AUDIT All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint

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

Merchant Account Services

Merchant Account Services COLORADO MOUNTAIN COLLEGE Request for Proposal Number #466-10 Merchant Account Services Due: July 31, 2010 at 4:00 PM Mountain Time COLORADO MOUNTAIN COLLEGE INVITATION TO BID #466-10 Merchant Account

More information

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

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

More information

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

REQUEST FOR PROPOSAL Procurement of Landscaping Services

REQUEST FOR PROPOSAL Procurement of Landscaping Services City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Procurement of Landscaping Services Issue Date: Thursday February 27, 2014 Bid Number: 14-012

More information

REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING

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 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

INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES

INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES This Independent Contractor Agreement for Services ( Agreement ) is made as of, 2012, between the Culver City Unified School District ("District")

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

#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

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No. MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.] THIS CONTRACT (the Contract ) is made as of the day

More information

1. Provide advice and opinions regarding workers compensation issues, as needed;

1. 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 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

LIVINGSTON COUNTY MICHIGAN

LIVINGSTON 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 information

SERVICE AGREEMENT CONTRACT NO. ARTICLE 1 SCOPE OF SERVICES

SERVICE AGREEMENT CONTRACT NO. ARTICLE 1 SCOPE OF SERVICES SERVICE AGREEMENT CONTRACT NO. THIS AGREEMENT dated 20 between the STOCKTON UNIVERSITY (the "UNIVERSITY") and (Name of Company), with a business address at ("the Service Provider ). 1.1 The Services ARTICLE

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

LIVINGSTON 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 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 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

The School District of Philadelphia Standard Terms for Research Data License Agreements

The School District of Philadelphia Standard Terms for Research Data License Agreements The School District of Philadelphia Standard Terms for Research Data License Agreements The School District of Philadelphia (the School District ) has received and carefully considered your request for

More information

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

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

More information

INDEPENDENT CONTRACTOR AGREEMENT. Currituck (hereinafter County ) and, RECITALS

INDEPENDENT CONTRACTOR AGREEMENT. Currituck (hereinafter County ) and, RECITALS INDEPENDENT CONTRACTOR AGREEMENT THIS AGREEMENT is made the day December, 2015, between the County of Currituck (hereinafter County ) and, (hereinafter Contractor ). RECITALS County is a body corporate

More information

The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision.

The 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 information

Park Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal.

Park Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal. REQUEST FOR PROPOSAL Park Hill School District 7703 NW Barry Road Kansas City, MO 64153 ------------------------------------------------------------------- Independent Financial Advisor District Bond Issues

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

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

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

RFQ # 15-008-10 CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE

RFQ # 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 information

REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631

REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: 10/23/2015 BID NUMBER: B1500179 DESCRIPTION: COUNTY-WIDE VIDEO DISTRIBUTION SYSTEM DEPARTMENT: COMMUNICATIONS BID OPENING DATE:

More information

REQUEST FOR QUOTATION

REQUEST 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 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

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

Borough of Jamesburg

Borough of Jamesburg Borough of Jamesburg Sale of Cellular Communications Tower Lease Bid Specifications Borough of Jamesburg 131 Perrineville Road Jamesburg, NJ 08831 July, 2012 Bid Opening August 16, 2012 11:00am Borough

More information

PROFESSIONAL ENGINEERING SERVICES FOR HURRICANE IRENE HAZARD MITIGATION GRANT PROGRAM (HMGP) FOR ELEVATION

PROFESSIONAL ENGINEERING SERVICES FOR HURRICANE IRENE HAZARD MITIGATION GRANT PROGRAM (HMGP) FOR ELEVATION REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES FOR HURRICANE IRENE HAZARD MITIGATION GRANT PROGRAM (HMGP) FOR ELEVATION September 22, 2014 TABLE OF CONTENTS REQUEST FOR QUALIFICATIONS

More information

NORTH CAROLINA STATE UNIVERSITY AGREEMENT

NORTH CAROLINA STATE UNIVERSITY AGREEMENT STATE OF NORTH CAROLINA Rev. 11/12 WAKE COUNTY NORTH CAROLINA STATE UNIVERSITY AGREEMENT THIS AGREEMENT ( Agreement ) made and entered into this day of 20, by and between ( Contractor ), and North Carolina

More information

NORTH CAROLINA STATE UNIVERSITY MASSAGE THERAPIST AGREEMENT

NORTH CAROLINA STATE UNIVERSITY MASSAGE THERAPIST AGREEMENT STATE OF NORTH CAROLINA WAKE COUNTY Rev. 3/14 NORTH CAROLINA STATE UNIVERSITY MASSAGE THERAPIST AGREEMENT THIS AGREEMENT ( Agreement ) is made by and between ( Contractor ), and North Carolina State University,

More information

DRAFT AUDITOR SERVICES CONTRACT AGREEMENT FOR AUDITOR SERVICES

DRAFT AUDITOR SERVICES CONTRACT AGREEMENT FOR AUDITOR SERVICES ATTACHMENT 1 DRAFT AUDITOR SERVICES CONTRACT AGREEMENT FOR AUDITOR SERVICES THIS AGREEMENT, made and entered into on XXX XX, 2013, by and between the ORANGE COUNTY VECTOR CONTROL DISTRICT, (hereinafter

More information

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Website Design & Development For the. Tourism Department

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Website Design & Development For the. Tourism Department SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS Website Design & Development For the Tourism Department PROPOSALS DUE: 12:00 p.m., Tuesday, April 22, 2014 1 P age P:\Tourism Website RFQ\RFQ_Website.docx General

More information

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

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

More information

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

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

More information

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

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

More information

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

STATE 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 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 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

COC-Insurance Requirements Page 1 of 9

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

More information

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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ARTICLE 1 PROPOSAL REQUIREMENTS AND CONDITIONS 1.1 Contract Documents The documents that comprise the Contract Documents are set forth in the Agreement and the definition of "Contract

More information

Subcontractor Insurance & Licensing Requirements Please provide the items below

Subcontractor 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 information

EMPLOYER AGREEMENT. Pace Vanpool Incentive Program - (VIP) SHUTTLE SERVICE

EMPLOYER AGREEMENT. Pace Vanpool Incentive Program - (VIP) SHUTTLE SERVICE EMPLOYER AGREEMENT Pace Vanpool Incentive Program - (VIP) SHUTTLE SERVICE THIS AGREEMENT made this day of, 200 by and between Pace, the Suburban Bus Division of the RTA ("Pace"), and ( Employer ) whose

More information

INSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4

INSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4 1THE PHILADELPHIA PARKING AUTHORITY RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4 Prior to commencement of the contract and until completion of your work, shall, at its sole expense,

More information

NOTICE TO PROFESSIONALS. The undersigned shall receive sealed proposals for professional services for the County of Warren as follows:

NOTICE TO PROFESSIONALS. The undersigned shall receive sealed proposals for professional services for the County of Warren as follows: JULIE A. PACYNA PURCHASING AGENT WARREN COUNTY PURCHASING DEPARTMENT 1340 STATE ROUTE 9 LAKE GEORGE, NY 12845 Telephone: (518) 761-6538 Fax: (518) 761-6395 JASON M. SHPUR DEPUTY PURCHASING AGENT NOTICE

More information

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M. CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue

More information

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS Date Issued: March 12, 2014 Bid Number: 14-25 The City of Sikeston is soliciting bids for the resurfacing of four tennis courts. The sealed bids

More information

CONSULTANT AGREEMENT WITNESSETH. Recitals:

CONSULTANT AGREEMENT WITNESSETH. Recitals: CONSULTANT AGREEMENT THIS AGREEMENT, made and entered into this day of, 2000, by and between ( CONSULTANT ) and the City of Santa Ana, a municipal corporation of the State of California ( CITY ). WITNESSETH

More information

RFP12915 ELECTRONIC CURRICULUM DEVELOPMENT AND MANAGEMENT TOOL CONTACT rhanneman@mccneb.edu PLEASE READ CAREFULLY!

RFP12915 ELECTRONIC CURRICULUM DEVELOPMENT AND MANAGEMENT TOOL CONTACT rhanneman@mccneb.edu PLEASE READ CAREFULLY! RFP12915 ELECTRONIC CURRICULUM DEVELOPMENT AND MANAGEMENT TOOL CONTACT rhanneman@mccneb.edu OPENING DATE AND TIME January 29, 2015 2:00pm local RETURN ALL PROPOSALS TO: METROPOLITAN COMMUNITY COLLEGE ATTN

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

CONSULTING SERVICES AGREEMENT THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality. ( City ) and. an Ontario. ( Consultant").

CONSULTING SERVICES AGREEMENT THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality. ( City ) and. an Ontario. ( Consultant). Page 1 of 13 CONSULTING SERVICES AGREEMENT This consulting services agreement is between: THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality ( City ) and, an Ontario ( Consultant"). The parties

More information

AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD

AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD JANUARY 1, 2014 TO DECEMBER 31, 2015 AGREEMENT THIS AGREEMENT, is made and entered into

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

CULVER CITY UNIFIED SCHOOL DISTRICT INDEPENDENT CONTRACTOR AGREEMENT FOR PROFESSIONAL SERVICES (SPECIAL SERVICES) CONSULTING SERVICES

CULVER CITY UNIFIED SCHOOL DISTRICT INDEPENDENT CONTRACTOR AGREEMENT FOR PROFESSIONAL SERVICES (SPECIAL SERVICES) CONSULTING SERVICES CULVER CITY UNIFIED SCHOOL DISTRICT INDEPENDENT CONTRACTOR AGREEMENT FOR PROFESSIONAL SERVICES (SPECIAL SERVICES) CONSULTING SERVICES This Independent Contractor Agreement for Special Services ( Agreement

More information

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Security Guard Services Provider Listing for Public and/or Private Special Events at Brentwood Senior Activity Center and Brentwood Community Center Brentwood, CA February 2016 City

More information

Berkeley Unified School District ROUTING FORM Contract, MOU and Amendment Approval

Berkeley Unified School District ROUTING FORM Contract, MOU and Amendment Approval ROUTING FORM Contract, MOU and Amendment Approval All Independent Contractor Agreement, MOU and Amendment Forms should be routed to Purchasing Department first for tracking. Purchasing will send the documents

More 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

STANDARD AGREEMENT FOR CONSULTANT SERVICES. THIS AGREEMENT, made and entered into in the City of Modesto, State of

STANDARD AGREEMENT FOR CONSULTANT SERVICES. THIS AGREEMENT, made and entered into in the City of Modesto, State of STANDARD AGREEMENT FOR CONSULTANT SERVICES THIS AGREEMENT, made and entered into in the City of Modesto, State of California, this day of, 20, ( Effective Date ) by and between the CITY OF MODESTO, a municipal

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

Page 1 of 12 Document Effective Date Solicitation Terms & Conditions 08/08/2008 Purchase Order Terms and Conditions 01/01/2009 Special Provisions 01/01/2009 STATE OF COLORADO SOLICITATION INSTRUCTIONS/

More information

COUNTY OF UNION, NEW JERSEY

COUNTY OF UNION, NEW JERSEY CITY OF ELIZABETH, COUNTY OF UNION, NEW JERSEY REQUEST FOR QUALIFICATIONS Insurance Consultant Contract Term Fiscal Year (July 1, 2015 through June 30, 2016) SUBMISSION DEADLINE 4:00 P.M. Friday JUNE 26,

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