REQUEST FOR PROPOSALS

Size: px
Start display at page:

Download "REQUEST FOR PROPOSALS"

Transcription

1 REQUEST FOR PROPOSALS for Architectural and Engineering Services for the Cambie Fire Hall and Ambulance Station Project Contract 5047P

2 City of Richmond 5047P- Architectural and Engineering Services for Cambie Fire Hall and Ambulance Station Project TABLE OF CONTENTS 1. INTRODUCTION Purpose Definitions PROJECT BACKGROUND Project Overview Project Site Project Budget Construction Manager Services to be Performed by the Architect High Performance Building Policy Project Timing British Columbia Emergency Health Services Lease INSTRUCTIONS TO PROPONENTS Closing Time and Address For Proposal Delivery Number of Copies and Packaging Late Proposals Amendments to Proposals Inquiries Discrepancies or Omissions Time for Inquiries Addenda Posting of Addenda PROPOSAL CONTENTS Proposal Contents Signature EVALUATION AND SELECTION Evaluation Committee Evaluation Criteria Reference Checks, Clarifications, Interviews and Other Negotiation of Contract and Award GENERAL CONDITIONS Reservation of Rights Proponent s Expenses No Claims Conflict of Interest No Lobbying Ownership of Proposals Confidentiality... 9 i

3 City of Richmond 5047P- Architectural and Engineering Services for Cambie Fire Hall and Ambulance Station Project 6.8 Information Disclaimer... 9 APPENDIX A PROPOSAL CONTENTS APPENDIX B ARTICLE 18 TO RAIC CANADIAN STANDARD FORM OF CONTRACT FOR ARCHITECTURAL SERVICES APPENDIX C SCHEDULE A TO DOCUMENT SIX - ARCHITECT S SERVICES AND CLIENT S RESPONSIBILITIES APPENDIX D SCHEDULE B TO DOCUMENT SIX - ARCHITECT S DELIVERABLES APPENDIX E SCHEDULE C TO DOCUMENT SIX - PROJECT REQUIREMENTS APPENDIX F SCHEDULE D TO DOCUMENT SIX BCEHS LEASE ii

4 City of Richmond 5047P- Architectural and Engineering Services for Cambie Fire Hall and Ambulance Station Project 1. INTRODUCTION 1.1 Purpose REQUEST FOR PROPOSALS The City of Richmond (the City ) is seeking to select a lead architect and consulting services team to perform architectural and professional engineering services for a new combined fire hall and ambulance station (the Project ) to be located on 9260, 9660 and 9700 Cambie Road, Richmond, British Columbia. As described in this RFP, the services to be performed by the successful Proponent team include architectural, mechanical, structural, electrical, civil, traffic, code, LEED commissioning and landscape architectural consulting services for the Project. 1.2 Definitions In this RFP the following terms will have the meaning set out below: (a) BCEHS Lease has the meaning set out in section 2.8; (b) City has the meaning set out in section 1.1; (c) City s Representative has the meaning set out in section 3.5; (d) Closing Time has the meaning set out in section 3.1; (e) Contract means a formal written contract between the City and a Preferred Proponent to undertake the Services, the preferred form of which will include the following documents: (1) the Canadian Standard Form of Contract for Architectural Services Document Six (2006 edition) (available at (2) Appendix B to this RFP to be attached as Article 18 (Other Terms of Contract) to the Canadian Standard Form of Contract for Architectural Services Document Six; (3) Appendix C to this RFP to be attached as Schedule A (Architect s Services and Client s Responsibilities) to the Canadian Standard Form of Contract for Architectural Services Document Six; (4) Appendix D to this RFP to be attached as Schedule B (Architect s Deliverables) to the Canadian Standard Form of Contract for Architectural Services Document Six; 1

5 City of Richmond 5047P- Architectural and Engineering Services for Cambie Fire Hall and Ambulance Station Project (5) Appendix E to this RFP to be attached as Schedule C (Project Requirements) to the Canadian Standard Form of Contract for Architectural Services Document Six and Attachment 1 (Vehicle Inspection Guide); and (6) Appendix F to this RFP to be attached as Schedule D (BCEHS Lease) to the Canadian Standard Form of Contract for Architectural Services Document Six; (f) Evaluation Committee has the meaning set out in section 5.1; (g) Preferred Proponent(s) means the Proponent selected by the Evaluation Committee to enter into negotiations for a Contract; (h) Project has the meaning set out in section 1.1; (i) (j) (k) (l) Proponent means an entity that submits a Proposal; Proposal means a proposal submitted in response to this RFP; RFP means this Request for Proposals; and Services means the services required to be provided by the architect as described in the Contract. 2. PROJECT BACKGROUND 2.1 Project Overview The Project will be designed so that the fire hall and the ambulance station are included in a single building (with a useable area of approximately 23,000 to 26,000 square feet), but with separation within the building as appropriate for the two users. The Project will include a variety of shared areas including the main entrance and meeting rooms. The ambulance station will have its own kitchen and office space. The ambulance station will be designed with flexibility so that it is capable of being converted to fire hall use in the future, if required. Refer to Appendix E [Project Requirements] for more information about Project requirements. 2.2 Project Site The Project is to be located on three City-owned sites at 9620, 9660 and 9700 Cambie Road. 2.3 Project Budget The total building construction budget is approximately $9 million and does not include site acquisition, development cost charges, off site services costs, site development costs, design fees, furniture, fixtures & equipment, owner s project costs or applicable taxes

6 City of Richmond 5047P- Architectural and Engineering Services for Cambie Fire Hall and Ambulance Station Project 2.4 Construction Manager It is anticipated that construction services will be procured by the City s construction manager Stuart Olson Dominion Constructors, Inc. 2.5 Services to be Performed by the Architect The successful Proponent will be required to perform the Services described in the draft Contract. Proponents should refer to Appendix C [Schedule A to Document Six Architect s Responsibilities and Client s Responsibilities], Appendix D [Schedule B to Document Six Architect s Deliverables], and Appendix E [Project Requirements] of this RFP for a description of the services to be provided. For a list of consultants the successful Proponent will be required to coordinate, Proponents should refer to sections 2.1 and 2.2 of Appendix B to this RFP. 2.6 High Performance Building Policy In accordance with the City s Sustainable High Performance Building policy, the facility will target LEED Gold certification, with emphasis on maximizing heat recovery and optimization through energy integration within the facility. As part of the LEED Gold target, the project will aim to achieve 10 points from the LEED Energy and Atmosphere Optimize Energy Performance criteria (~24% better than code), or greater if waste heat or renewable energy sources can be further optimized. 2.7 Project Timing An estimated schedule for the Project is set out in the table below, including key dates and associated milestones. These dates are estimates and are subject to change at the sole discretion of the City. Milestones Date RFP Closes Jan 28/14 Contract Awarded Feb 24/14 Schematic Design Development Complete Jul 0114 Rezoning Application Sep 01/15 Rezoning Process Complete Feb 12/15 Building Approvals Apr 30/15 Working Drawings Complete May 21/15 Construction Starts Mar 27/15 Construction Complete Oct 06/ British Columbia Emergency Health Services Lease The City entered into a lease agreement with British Columbia Emergency Health Services (the BCEHS Lease ) (a copy of which is attached as Appendix F to this RFP), under which the City will lease space in

7 City of Richmond 5047P- Architectural and Engineering Services for Cambie Fire Hall and Ambulance Station Project the Project to British Columbia Emergency Health Services. Under the BCEHS Lease the City is required to design and construct the ambulance station in accordance with specified standards and to meet certain design and construction timelines. Under the Contract, the successful Proponent will be required to design the ambulance station in accordance with these standards and to use all reasonable efforts to assist the City to achieve the specified timelines. Proponents should refer to section 2 of Appendix B (Article 18 Other Terms of Contract) and the BCEHS Lease. 3. INSTRUCTIONS TO PROPONENTS 3.1 Closing Time and Address For Proposal Delivery Proposals will be received on or before the following date and time (the Closing Time ): Time: 3:00 pm local time Date: January 28, 2014 at the following address: Richmond City Hall 6911 No.3 Road Richmond, British Columbia V6Y 2C1 3.2 Number of Copies and Packaging (Proposals are to be delivered to the Information Counter on the Main Floor of Richmond City Hall) Proponents should submit 2 hard copies of their Proposals plus one electronic copy (on a CD ROM or USB). Proposals should be in a sealed package, marked on the outside with the RFP title and reference number. No oral or electronically transmitted Proposals will be accepted. 3.3 Late Proposals Proposals received after the Closing Time will not be accepted and will be returned to the sender unopened or may be included for evaluation at the City s discretion. It is the sole responsibility of the Proponent to ensure its Proposal is received at the address indicated in section 3.1 by the Closing Time. 3.4 Amendments to Proposals An amendment to a Proposal will be considered only if the amendment is received in writing at the location set out in section 3.1 before the Closing Time. Amendments should be signed by an authorized signatory of the Proponent. 3.5 Inquiries All inquiries related to this RFP should be directed in writing to the person named below (the City s Representative ). Information obtained from any person or source other than the City s Representative may not be relied upon

8 City of Richmond 5047P- Architectural and Engineering Services for Cambie Fire Hall and Ambulance Station Project Sharon Bentley, Buyer II Purchasing Section City of Richmond Inquiries and responses will be recorded and may be distributed to all Proponents at the discretion of the City. 3.6 Discrepancies or Omissions Proponents finding discrepancies or omissions in the draft Contract or RFP, or having doubts as to the meaning or intent of any provision, should immediately notify the City s Representative. If the City determines that an amendment is required to this RFP, the City s Representative will issue an addendum in accordance with section 3.8. No oral conversation will affect or modify the terms of this RFP or may be relied upon by any Proponent. 3.7 Time for Inquiries Proponents should direct all inquiries to the City Representative identified in section 3.5 before 3:00 pm local time on January 16, The City reserves the right not to respond to inquiries received after this time. 3.8 Addenda If the City determines that an amendment is required to this RFP, the City s Representative will issue a written addendum that will form part of this RFP. No amendment of any kind to the RFP is effective unless it is contained in a formal written addendum issued by the City s Representative. 3.9 Posting of Addenda The City will make addenda available to Proponents by posting a copy of the addenda on the following websites: City: BC Bid: It is the sole responsibility of Proponents to check these websites to ensure that the Proponent has received all available information, including any addenda, before submitting a Proposal. 4. PROPOSAL CONTENTS 4.1 Proposal Contents Proponents should include in their Proposals responses to each of the items listed in Appendix A

9 City of Richmond 5047P- Architectural and Engineering Services for Cambie Fire Hall and Ambulance Station Project 4.2 Signature Proposals should be signed by a person authorized to sign on behalf of the Proponent and bind the Proponent to statements made in the Proposal. 5. EVALUATION AND SELECTION 5.1 Evaluation Committee The evaluation of Proposals will be undertaken on behalf of the City by an evaluation committee appointed by the City (the Evaluation Committee ). The Evaluation Committee may consult with others, including members of the City s staff, third party consultants and references, as the Evaluation Committee may in its discretion decide is required. The Evaluation Committee will give a written recommendation for the selection of a Preferred Proponent to the City. 5.2 Evaluation Criteria The Evaluation Committee will compare and evaluate all Proposals to determine the Proposal that provides the overall best value to the City, based on the following: (a) (b) (c) (d) (e) the Proponent s understanding of and approach to the Project and Services; the qualifications, experience and reputation of the Proponent, its key personnel, proposed sub-consultants and their personnel, including any past experience the City has with the Proponent, its proposed sub-consultants or their personnel, and including experience with the design of comparable fire halls; the Proponent s proposed deliverables and methodology; the Proponent s fee proposal; and the nature and extent of the Proponent s comments, if any, on required amendments to the draft Contract. The Evaluation Committee may apply the evaluation criteria on a comparative basis, evaluating the Proposals by comparing one Proponent s Proposal to another Proponent s Proposal. 5.3 Reference Checks, Clarifications, Interviews and Other To assist in evaluation of the Proposals, the Evaluation Committee may, in its sole discretion (but is not required to): (a) conduct such internal or external reference checks and background investigations as the Evaluation Committee may consider necessary, and rely on and consider any relevant information from such references and background investigations in the evaluation of Proposals;

10 City of Richmond 5047P- Architectural and Engineering Services for Cambie Fire Hall and Ambulance Station Project (b) (c) (d) seek clarification or additional information from any Proponent with respect to any aspect of its Proposal and consider such additional information in the evaluation of the Proposal; request interviews with any, some or all of the Proponents to obtain clarification of any Proposal and consider any information received from any interviews in the evaluation of Proposals; and/or decide not to complete a detailed evaluation of a Proposal if the Evaluation Committee concludes, having undertaken a preliminary review of the Proposal, that the Proponent is not in contention to be selected as a Preferred Proponent. 5.4 Negotiation of Contract and Award If the City selects a Preferred Proponent, then it will enter into discussions with the Preferred Proponent to clarify any outstanding issues and attempt to finalize the terms of a Contract. The City may negotiate any aspect of the Preferred Proponent s Proposal or the draft Contract, including the scope of the Services, proposed fees, proposed subconsultants or other terms. If discussions are successful, the City and the Preferred Proponent will finalize a Contract. If at any time the City reasonably forms the opinion that a mutually acceptable agreement is not likely to be reached within 90 days of the City commencing discussions with the Preferred Proponent (or such other reasonable time determined by the City) then the City may give the Preferred Proponent written notice to terminate discussions, in which event the City may then either open discussions with another Proponent or terminate this RFP and, if the City elects, commence a new procurement process or obtain the Services in some other manner. Award of a Contract is contingent upon funds being approved and the Contract award being approved by the appropriate City authority. 6. GENERAL CONDITIONS 6.1 Reservation of Rights This RFP is not a call for tenders or an agreement to purchase goods or services. The City is not obligated to select a Proponent or to proceed to negotiations for a Contract, or to award any Contract. The City reserves the right to take any of the following actions, and will not be liable for any such actions: (a) (b) (c) (d) waive a defect or irregularity in a Proposal and accept that Proposal; accept a Proposal which is not the lowest cost Proposal; amend the scope and description of the Services to be procured as described in this RFP, terms of the draft Contract or any other aspect of this RFP; assess the ability of the Proponent to perform the Contract and reject any Proposal where, in the City s sole estimation, the personnel and/or resources of the Proponent are deemed insufficient;

11 City of Richmond 5047P- Architectural and Engineering Services for Cambie Fire Hall and Ambulance Station Project (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) cancel the RFP process and recommence in respect of the same RFP with the same or an amended set of documents, information and requirements; cancel the RFP process at any time and reject all submissions; not accept any Proposal; reject a Proposal even if it is the only Proposal received by the City; reject any and all Proposals, including without limitation the lowest priced Proposal, even if the lowest priced Proposal conforms in all aspects with the RFP; reject or accept any or all Proposals at any time prior to execution of a Contract; reject Proposals which are incomplete, conditional or obscure or contain erasures or alterations of any kind, negotiate any aspect of a Preferred Proponent s Proposal or the draft Contract; object to a subconsultant proposed by the Proponent and permit the Proponent to propose a substitute subconsultant acceptable to the City; and extend, from time to time, any date, time period or deadline provided in this RFP by addendum. 6.2 Proponent s Expenses Proponents are solely responsible for their own expenses in preparing and submitting Proposals, and for any meetings, negotiations or discussions with the City or its representatives and consultants, relating to or arising from this RFP. 6.3 No Claims By submitting a Proposal, each Proponent agrees that the City and its representatives, agents, consultants and advisors will not under any circumstances be liable for any claims, whether for costs, expenses, losses or damages, or loss of anticipated profits, or for any other matter whatsoever, incurred by the Proponent in preparing and submitting a Proposal, or participating in negotiations for a Contract, or other activity related to or arising out of this RFP, including if the City cancels this RFP, accepts any compliant or non-compliant Proposal or otherwise breaches any express or implied duty to the Proponent. 6.4 Conflict of Interest Proponents should disclose any potential conflicts of interest and existing business relationships they may have with the City, its elected or appointed officials or employees. The City may rely on such disclosure. The City may reject a Proposal from any Proponent that the City judges would be in a conflict of interest if the Proponent is awarded a Contract. Failure to disclose, or providing false or insufficient disclosure of, the nature and extent of any relationship the Proponent may have with any employee or

12 City of Richmond 5047P- Architectural and Engineering Services for Cambie Fire Hall and Ambulance Station Project elected or appointed official of the City will be grounds for immediate termination of any Contract with the City, in the City s sole discretion, without liability to the City. By submitting a Proposal, the Proponent warrants that neither it nor any of its officers or directors, or any employee with authority to bind the Proponent, has any undisclosed financial or personal relationship or affiliation with any elected or appointed official or employee of the City or their immediate families which might be seen by the City to create a conflict of interest. 6.5 No Lobbying Proponents and their agents will not contact any member of the City except for the City s Representative with respect to this RFP at any time prior to the award of a Contract or the termination of this RFP, and the City may reject the Proposal of any Proponent that makes any such contact. 6.6 Ownership of Proposals All Proposals, other than late Proposals, become the property of the City and will not be returned to the Proponent. 6.7 Confidentiality All Proposals will be held in confidence by the City unless otherwise required by law. Proponents should be aware that the Corporation is a public body defined by and subject to the Freedom of Information and Protection of Privacy Act (British Columbia). 6.8 Information Disclaimer While the City has made efforts to provide an accurate representation of information in this RFP, the information contained in this RFP is not necessarily comprehensive or exhaustive. Each Proponent will conduct its own independent investigations and interpretations and will not rely on the City with respect to information, advice, or documentation provided by the City. Nothing in this RFP is intended to relieve the Proponent from forming its own opinions and conclusions in respect of the matters addressed in the RFP

13 City of Richmond 5047P- Architectural and Engineering Services for Cambie Fire Hall and Ambulance Station Project APPENDIX A PROPOSAL CONTENTS Proponents should provide the following information in their Proposals and in the order that follows: SECTION A: Cover Letter Proponents should provide a cover letter referencing the RFP number and title. The letter should include the name(s) of the person(s) who will be authorized to make representations for the Proponent, their title(s) and telephone number(s) and address(es). The cover letter should be signed by an authorized signatory in a position to legally bind the Proponent to statements made in response to this RFP. SECTION B: Table of Contents Proponents should provide a table of contents referencing the applicable section, sub-section and page numbers. Pages should be consecutively numbered. SECTION C: Experience, Reputation, Capacity, Architectural Firm Composition and Resources Proponents should provide sufficient information that demonstrates the Proponent s experience, reputation, capacity, and availability of resources, including the ability to meet the requirements of this RFP, qualifications and competencies, track record, references of current and former clients for the types of services described in this RFP, including the following: Part 1: Profile, Experience and Project Team Part 1 should include the following information: (a) (b) (c) (d) name and corporate profile of the architectural firm lead; names and resumes of the architectural firm lead s key personnel to be assigned to the Project and confirmation of their availability for the duration of the Project; a detailed listing, with descriptions, of successfully completed projects that demonstrate the proposed architectural firm s experience with providing the types of services required by this RFP; name and corporate profile of all sub-consultants who will be engaged by the Proponent to perform one or more of the following services as required for the Project: (i) structural engineering; (ii) mechanical engineering; (iii) electrical engineering; (iv) civil engineering; (v) traffic consultant; (vi) code consultant; (vii) landscape architecture; and 1

14 City of Richmond 5047P- Architectural and Engineering Services for Cambie Fire Hall and Ambulance Station Project (viii) any other consultants who will provide specialized services that the Proponent believes will add value to the Project; (e) for each sub-consultant: the name of the sub-consultant s design lead; a list of key staff members with a description of their assigned roles, a brief resume identifying their relevant qualifications and experience, and confirmation of their availability for the duration of the Project. Note: The City will not allow substitutions or changes to the Proponent s proposed team after the Closing Time, unless approved in writing. Part 2: Additional Information In this section, Proponents may provide any additional comments about the Proponent s experience, capacity and resources which they feel would be informative and beneficial to the City. Part 3: References Proponents should provide a list of former and current references for all customers for whom the Proponent has provided the similar services required in this RFP, with an emphasis on local municipalities, for the past five (5) years (list all). Proponents should include a brief summary of the services provided and the date of the services. Include the organization name and address, telephone number, and address of primary contact. The City may, during the evaluation process, contact the references to confirm statements made in response to this RFP. SECTION D: TECHNICAL INFORMATION Proponents should provide: (a) (b) a short narrative (no more than two pages) that illustrates the Proponent s understanding of the Project, the City s requirements, Project deliverables and how these will be achieved by the Proponent s methodology; and a Project schedule in MS Project that includes planning and construction milestones. SECTION E: DELIVERABLES AND METHODOLOGY Proponents should: (a) confirm they will perform the services described in Appendix C [Schedule A to Document Six - Architect s Services and Client Responsibilities] and Appendix D [Schedule B to Document Six - Architect s Deliverables] and/or provide or suggested changes; (b) (c) respond and comment on the preliminary Project schedule included in Section 0 of this RFP; suggest a detailed design process and timetable given the fixed milestone dates already established by the City for the successful delivery of the Project;

15 City of Richmond 5047P- Architectural and Engineering Services for Cambie Fire Hall and Ambulance Station Project (d) (e) (f) include a proposed work plan illustrating all key tasks, duration, deliverables, the expected type of input and timeframe for City user group reviews at key stages of the Project, critical presentations to the public and stakeholder group, City user group, Richmond Senior Staff, Council, and the City s construction manager. Also indicate a preliminary schedule of the Proponent team s anticipated critical milestones for City user group sign-off by the City. Outline the Proponent s strategies to deliver the Project according to the critical milestone dates; provide a solid commitment to deliver the Project within the budget outlined in Section 2.3 and indicate the approach, methodology and specialized resources to ensure successful cost control performance. It is the expectation of the City that the Proponent team will commit to delivery of the project within 5% of the proposed Project budget. If cost estimates prepared by the owner at the stages specified in Appendix D. (b) exceed 5% of the approved budget at any stage of the Project, the successful Proponent team will be required to redesign the Project at the Proponent team s sole expense; and provide any comments, thoughts and ideas regarding how this Project can be delivered ahead of time and under budget. The City is particularly interested in any comments and/or suggestions that the Proponent has to reduce the cost of the Project without significant sacrifices regarding the building program, function and long term performance. SECTION F: FEES Proponents should provide a fee proposal for the Services and identify any options and cost saving strategies that will benefit the City. As described in this Section, the City is seeking fixed fee proposals together with hourly rates for additional services. The City has prepared and attached as Appendix C a draft version of Schedule A to Document Six Architect s Services and Client Responsibilities, in which the City has indicated which services are to be performed by the Architect, which items are to be the Client s responsibility and which are not applicable to the Project. For the Architect s services, the City has inserted: F1 (Basic Services) for services that the City wishes be included in a Proponent s fixed fee proposal; and F2 (Additional Services) for services that the City wishes be paid in accordance with the successful Proponent s hourly rates. Proponents should: (a) (b) propose a fixed fee and a breakdown of their proposed fixed fee by discipline and Project phase using Table 1 below (Proponents may add additional line items as may be required); include the following allowances in their proposed fixed fees: (i) (ii) (iii) $35,000 for LEED Commissioning, energy modelling and Powersmart incentive application; $5,000 for the production of as-built drawings; $5,000 for security system design;

16 City of Richmond 5047P- Architectural and Engineering Services for Cambie Fire Hall and Ambulance Station Project (iv) (v) $2,500 for access control system integration; and $10,000 for signage consulting; (c) (d) (e) (f) indicate whether disbursements are included in the fixed fee or will be charged separately as Reimbursable Expenses, and if charged separately indicate: the administrative charge to be inserted in Article A11 of Document 6; and provide an estimate of Reimbursable Expenses plus any applicable administrative charge; for any F2 services or other Additional Services that may be required under the Contract, provide a list of hourly charge out rates for all personnel using Table 2 below; set out the Proponent s incremental insurance premium costs for providing professional liability insurance with dedicated project limits as described in Appendix B [Article 18] that are in excess of that normally carried by the Proponent s design team, using Table 3 below; and set out the amount of any credit that the Proponent will offer to the City (if any) if the Proponent is selected as the Preferred Proponent for both this RFP and the City s Request for Proposals for Architectural and Engineering Services for the Replacement of Brighouse Fire Hall No. 1 Project (Contract 5048P). Proposed fees should be in Canadian dollars and should include all applicable taxes, except for GST. Table 1 Proposed Fixed Fee. Provide a fixed fee breakdown in accordance with the following, and provide similar details for any additional consulting services that may be required: Architectural: Company Name Schematic Design Design Development Construction Documents Contract Administration Post Construction Disbursements Sub-total FIXED FEE Landscape Architect: Company Name Schematic Design Design Development Construction Documents Contract Administration

17 City of Richmond 5047P- Architectural and Engineering Services for Cambie Fire Hall and Ambulance Station Project Post Construction Disbursements Sub-total Engineering: Structural Company Name Schematic Design Design Development Construction Documents Contract Administration Post Construction Disbursements Sub-total Engineering: Mechanical Company Name Schematic Design Design Development Construction Documents Contract Administration Post Construction Disbursements Sub-total Engineering: Electrical Company Name Schematic Design Design Development Construction Documents Contract Administration Post Construction Disbursements Sub-total Engineering: Civil Company Name Schematic Design Design Development Construction Documents

18 City of Richmond 5047P- Architectural and Engineering Services for Cambie Fire Hall and Ambulance Station Project Contract Administration Post Construction Disbursements Sub-total Engineering: Traffic Company Name Schematic Design Design Development Construction Documents Contract Administration Post Construction Disbursements Sub-total Code Consultant Company Name Schematic Design Design Development Construction Documents Contract Administration Post Construction Disbursements Cash Allowances LEED Commissioning, Energy Modelling and Powersmart Incentive Application $35,000 Production of As-built Drawings $5,000 Security System Design $5,000 Access Control System Integration $2,500 Signage Consulting $10,000 Sub-total $57,500 FIXED FEE TOTAL TOTAL

19 City of Richmond 5047P- Architectural and Engineering Services for Cambie Fire Hall and Ambulance Station Project Table 2 Proposed Hourly Rates. Provide a schedule of hourly rates for all personnel in accordance with the following: Consultant Principal, Project Lead, Office Support etc. Hourly Rate Architect Structural Mechanical Electrical Landscape Architect Traffic Code Others: Note: 1. Cost Consultant will be retained by the City. 2. Geo-technical Engineer will be retained by the City. Table 3 Incremental Professional Liability Insurance Cost Incremental Professional Liability Insurance Cost $ (check one) Included in proposed fixed fee OR to be Reimbursable Expense. SECTION G: WORKSAFE, INSURANCE(S), BUSINESS LICENSE Proponents should provide: (a) confirmation of WorkSafe BC coverage. Proponents not already having the appropriate WorkSafe BC coverage will be required to obtain the appropriate coverage prior to award of a Contract; and

20 City of Richmond 5047P- Architectural and Engineering Services for Cambie Fire Hall and Ambulance Station Project (b) confirmation that the Proponent maintains the insurance coverage described in the draft Contract (refer to Appendix B [Article18 (Other Terms of Contract)]. SECTION H: CONTRACT TERMS Proponents should include as part of their Proposals a description of any provisions of Appendix B [Article 18 (Other Terms of Contract)] and Appendix C [Architect s Services and Client Responsibilities] that the Proponent would require to be deleted or amended as a condition of entering into the Contract. If a Proposal is does not indicate the Proponent requires a provision of the draft Contract to be deleted or amended, then the City will be entitled to assume that the Proponent accepts that provision

21 City of Richmond 5047P- Architectural and Engineering Services for Cambie Fire Hall and Ambulance Station Project APPENDIX B ARTICLE 18 TO RAIC CANADIAN STANDARD FORM OF CONTRACT FOR ARCHITECTURAL SERVICES The following paragraphs are Article A18 of the Canadian Standard Form of Contract for Architectural Services, Document Six, 2006, between the City of Richmond (defined as Client) and (defined as Architect) in connection with the Cambie Fire Hall and Ambulance Station Project. 1. Conflicts 1.1 In the event of any conflict between any provision contained in this Article A18 of this contract and any other provision of this contract, the provisions contained in this Article A18 will prevail. 2. Requirements Related to Lease Agreement with British Columbia Emergency Health Services 2.1 The Architect acknowledges that the Client has entered into a lease agreement with British Columbia Emergency Health Services (the BCEHS Lease ), under which the Client has agreed to lease space to British Columbia Emergency Health Services for an ambulance station. A copy of the BCEHS Leased is attached as Schedule D to this contract. 2.2 The Client is obligated under the BCEHS Lease to construct an ambulance station on the leased premises in accordance with the BC Ambulance Station Design Standards 2007 and the Design Development Documents (as defined in the BCEHS Lease) agreed to with British Columbia Emergency Health Services and other requirements of the BCEHS Lease. Accordingly, the Architect will: (a) Draft design the ambulance station component of the Project in accordance with the BC Ambulance Station Design Standards 2007 (a copy of which is included in the BCEHS Lease) and other applicable requirements of the BCEHS Lease; and (b) develop the Design Development Documents in consultation with, and to the satisfaction of, both the Client and British Columbia Emergency Health Services. 2.3 The Client is required under the BCEHS Lease to construct the Project so that the Client receives a Certificate of Occupancy (as defined in the BCEHS Lease) on or before March 1, 2017 (refer to section 2.2 of the BCEHS Lease). In addition, the BCEHS Lease contains a number of conditions precedent that must be satisfied by the dates specified in the BCEHS Lease, including related to agreement between the City and British Columbia Emergency Health Services on the Design Development Documents (as defined in the BCEHS Lease), re-zoning of the Project site, and the Client obtaining all required Project approvals (refer to Articles to of the BCEHS Lease). The Client will suffer 1

22 City of Richmond 5047P- Architectural and Engineering Services for Cambie Fire Hall and Ambulance Station Project damages if the Client does not achieve the timelines set out in the BCEHS Lease. Accordingly, the Architect will perform the services in a diligent and timely manner and will use all reasonable efforts to assist the Client to achieve the timelines set out in the BCEHS Lease. 3. Agreement 3.1 In Article 9.1, insert the following: (i) structural engineer; (ii) mechanical engineer; (iii) electrical engineer; (iv) civil engineer; (v) traffic consultant; (vi) code consultant; (vii) landscape architect; 3.2 In Article 9.2, insert the following: (i) environmental consultant; (ii) geotechnical consultant; 3.3 In Article A10, insert the following: F1 Services Fees for services shown in Schedule A as F1 (Basic Services) are included in the fixed fee set out in Schedule E [Fee Schedule]. [Note: Fee schedule to be attached from successful proponent s proposal] F2 Services Fees for services shown in Schedule A as F2 (Additional Services) will be determined based on the hourly rates set out in Schedule E [Fee Schedule]. [Note: Fee schedule to be attached from successful proponent s proposal] Cash Allowances Draft 1 The fixed fee for F1 Services includes the cash allowances set out in Schedule E [Fee Schedule]. 2 The fixed fee, and not the cash allowances, includes the Architect s overhead and profit in connection with such cash allowances. 3 Expenditures under the cash allowances will be authorized by the Client. 4 Where the actual cost of performing the services under any cash allowance exceeds the amount of the allowance, the Client will compensate the Architect for

23 City of Richmond 5047P- Architectural and Engineering Services for Cambie Fire Hall and Ambulance Station Project the excess incurred and substantiated. Where the actual cost of performing the services under any cash allowance is less than the amount of the allowance, the Client will be credited for the unexpended portion of the cash allowance, but not for the Architect s overhead and profit on such amount. 5 The fixed fee will be adjusted to provide for any difference between the amount of each cash allowance and the actual cost of the services performed under that cash allowance. 6 The Architect and the Client will jointly prepare a schedule that shows when the Architect and the Client must authorize items called for under the cash allowances to avoid delaying the progress of the design. 4. Key Personnel and Consultants 4.1 The Architect will utilize the following key personnel to perform the Architect s services under this contract: [Note: insert list developed from Architect s proposal]. The Architect will not change any of the foregoing key personnel without prior written approval from the Client, which approval may be unreasonably withheld, save and except that if any of such key personnel will be unable to carry out their duties or need to be replaced or substituted as a result of death, disability or incapacity, then the Architect will be permitted to replace such key personnel with the prior written approval of the Client, such approval not to be unreasonably withheld. 5. Definitions Draft 5.1 Construction Cost: In the second paragraph after the words as determined by the Architect add the words acting reasonably and accepted by the Client. Add the following to the end of the definition: If agreement is not reached where called for above, the provisions of GC13 will apply. 5.2 Consultant Coordination: Insert the following after the second bulleted line: synthesizing the work of Consultants and ensuring the Consultants work is consistent with the work of the Architect and other Consultants; and 5.3 Field Review / General Review: In line 2 of the definition of General Review/Field Review, delete the words the Architect, in his or her professional discretion, considers and substitute the words a reasonable and prudent registered architect, experienced in projects similar to the Project, would consider. 5.4 Project: Delete the definition of Project and substitute the following:

24 City of Richmond 5047P- Architectural and Engineering Services for Cambie Fire Hall and Ambulance Station Project Project means a new fire hall and the ambulance station (with a useable area of approximately 23,000 to 26,000 square feet), as further described in Schedule C [Project Requirements). 5.5 Reimbursable Expenses: Delete the definition of Reimbursable Expenses and substitute the following: Reimbursable Expenses mean actual expenditures, supported by receipts and invoices, reasonably incurred by the Architect and the Architect s Consultants for the following items in relation to the Project: 6. Client s Responsibilities courier services; reproduction of Instruments of Service, photographs and other documents, including plotting of computer generated drawings; renderings, models, mock-ups, and web-based project management services that are specifically requested by the Client; fees, levies, duties or fees for permits, licences or approvals from authorities having jurisdiction. [Note: remove any items from this definition that are included in the Architect s fixed fee] 6.1 In GC1.1, after the words The Architect will be entitled to rely upon such information add the following: (acting reasonably). Add the following sentence at the end of GC1.1: The Architect will obtain the prior approval of the Client for any and all such contracts. 7. Architect s Responsibilities Draft 7.1 In line 2 of GC2.2 delete the words at mutually convenient times and substitute within a reasonable time upon receipt of the request. 7.2 Add the following as GC2.3: Where the Architect is required under this contract to prepare and submit to the Client a Construction Cost estimate, a breakdown of line items making up estimated Construction Cost will be provided by the Architect s quantity surveyor for detailed review and analysis by the Client. 7.3 Add the following as GC2.4: The Architect will provide all of the services, and perform all of the duties and meet all of the obligations as set out in this contract, and will do so generally as would a reasonable and prudent professional architect experienced in the design and construction of projects of a similar size and complexity as the Project. 7.4 Add the following as GC2.5: The Architect represents to the Client that it has the qualifications, experience and capabilities necessary to carry out the services to be provided by the Architect under this contract

25 City of Richmond 5047P- Architectural and Engineering Services for Cambie Fire Hall and Ambulance Station Project 8. Construction Budget and Construction Cost 8.1 Add the following to the end of GC3.1: Notwithstanding the preceding sentence, the Architect will use all reasonable efforts to design the Project so that it may be constructed for a cost that is within the Project Budget. If at any stage of design the Construction Cost estimate is more than 5% greater than the Project Budget, then the Architect will, for no additional fee, revise the design as required so that the Construction Cost estimate is within 5% of the Project Budget. 8.2 In GC3.3, delete the words the agreed statement of probable Construction Cost shall be adjusted and substitute the Client will give due consideration to adjusting the agreed statement of probable Construction Cost in order. 8.3 In GC3.4, delete 15% in line 1 and substitute 5%. 8.4 In GC3.5, delete 15% in lines 2 and 3 and substitute 5%. 9. Certificate For Payment 9.1 Add the following as GC 4.3: The Architect will not issue a certificate of payment if the contractor has not submitted a statutory declaration in form and content satisfactory to the Architect and workers compensation clearances. 10. Copyright and Use of Documents 10.1 Delete the third sentence of GC5.1. Draft 10.2 In line 2 of GC5.3, after the words occupancy of the Project, add the words, including for any renovations, additions or alterations In line 2 of GC5.3: delete the words and for a one-time use Delete the last sentence of GC5.3 and substitute the following: The Architect s Instruments of Service, including any all electronic or digital files and information will not be used on any other project without a written agreement between the Client and the Architect Delete GC 5.5 and substitute the following:.5 Providing the Architect is paid in full for its professional services pursuant to this Contract, the Client shall be entitled at any time, using the services of another architect, to utilize the Instruments of Service for the completion of the Project, (if this Contract is terminated prior to the completion of the Project) and for the

26 City of Richmond 5047P- Architectural and Engineering Services for Cambie Fire Hall and Ambulance Station Project 11. Project Identification purpose of renovations, alterations, modifications or additions to any aspect of the Project. In such event, the Architect shall not be entitled to any additional compensation from the Client for any such use of the Instruments of Service, and such use by the Client for the resulting renovation, alteration, modification or addition shall not constitute an infringement of any copyright or other rights the Architect may have in the Instruments of Service or the Project. The Instruments of Service shall not be used by the Client for the construction of any other project. Without limiting the generality of the foregoing, the Architect waives any moral rights which it may have had in the Instruments of Service or in the Project. The term moral rights has the meaning given to it in the Copyright Act (Canada). The Client shall be entitled to keep and display any models or Architectural renderings respecting the Project prepared by the Architect for the Project that have been commissioned by the Client. Nothing in this section will relieve the Architect for responsibility for the professional service the Architect provides to the Client relating to completed work on the Project, including with respect to a completed portion of the Project, but any use of the Instruments of Service by the Client using the services of another architect as permitted by the above, shall be without liability to the Architect and the Consultants. The Client will indemnify and hold the Architect and the Consultants harmless from and against any liability, loss, damage, cost and expense (including legal fees on a solicitor and client basis) and disbursements, which the Architect and the Consultants sustain or incur arising out of or in connection with the Client s use of the Instruments of Service through the use of another architect as described and permitted above In GC6.1, add the words upon approval of the Client at the end of the sentence In GC6.2, add the words upon approval of the Client at the end of the first sentence. 12. Liability of the Architect Draft 12.1 Delete GC7.1 and GC7.2 and substitute the following:.1 The Architect will, during the term of this contract and for such additional period as may be specified below, at its own expense maintain, and cause all Consultants engaged by the Architect to maintain, with an insurer and in a form satisfactory to the Client, the following insurance: comprehensive general liability insurance for bodily injury (including death) and property damage in an amount of not less than two million 6

27 City of Richmond 5047P- Architectural and Engineering Services for Cambie Fire Hall and Ambulance Station Project dollars ($2,000,000) inclusive limit of any one occurrence and five million dollars ($5,000,000) aggregate and such policy will include: - Cross liability clause; - Contractual liability clause; - Non-owned automobile liability clause; The Architect will maintain, and cause all Consultants engaged by the Architect to maintain, such comprehensive general liability insurance at all times during the term of this contract. The City of Richmond will be named as an additional insured on the comprehensive general liability insurance policies..2 professional liability insurance for damages arising out of errors or omissions, or negligent acts by or on behalf of the Architect in providing professional services under this contract, in an amount of not less than two million dollars ($2,000,000) for any one claim. The Architect will maintain (and except as may be approved otherwise by the Client, will cause all Consultants engaged by the Architect to maintain), such professional liability insurance coverage as a dedicated limit to this Project, at all times during the term of this contract and for 36 months after Substantial Performance of the Work;.2 The Architect will indemnify and hold harmless the Client and its employees, elected officials and successors, from and against all damages, losses and judgments, including reasonable legal fees (on a solicitor and client basis) and expenses to the extent that they arise from the Architect s and/or its employees or its Consultant s errors, omissions, negligent acts or omissions, or breach of this contract, in the performance of the Architect s services and for any and all patent, copyright or trademark infringement caused by the Architect, its employees or its Consultants. Draft.3 The Architect will ensure that all of its insurance policies provide that they cannot be cancelled or materially changed without at least 30 days notice to the Client..4 Prior to the commencement of the services hereunder, the Architect will file with the Client a copy of each insurance policy and certificate required..5 The Architect will provide verification of WCB coverage at the commencement of the provision of services and as requested by the Client..6 In the event the Client elects to obtain project wrap up insurance for the Project, including insurance for the design professionals, the Architect agrees to remit to the Client the premium amount realized from canceling the Architect and any Consultants errors and omissions project insurance

5126P - Change Management Consulting Services - PeopleSoft Financials and Supply Chain Management Release 9.2 Upgrade 1.

5126P - Change Management Consulting Services - PeopleSoft Financials and Supply Chain Management Release 9.2 Upgrade 1. Request for Proposal Finance and Corporate Services Department 5126P - Change Management Consulting Services - PeopleSoft Financials and Supply Chain 1. Introduction 1.1 The City of Richmond (the City

More information

Request for Proposal Finance and Corporate Services Department

Request for Proposal Finance and Corporate Services Department Request for Proposal Finance and Corporate Services Department Project Manager for Richmond Fire Rescue Scheduling Software 1. Introduction 1.1 The City of Richmond (the City ) proposes to engage the services

More information

Request for Proposal. City of Richmond Business & Financial Services Department. Contract 5243P. IT Project /Change Management Consulting Services

Request for Proposal. City of Richmond Business & Financial Services Department. Contract 5243P. IT Project /Change Management Consulting Services 0. City of Richmond Business & Financial Services Department Request for Proposal IT Project /Change Management Consulting Services 1. Introduction The City of Richmond (the City ) invites responses to

More information

Request for Proposal Finance and Corporate Services Department

Request for Proposal Finance and Corporate Services Department Request for Proposal Finance and Corporate Services Department 5005P - PROVISION OF SECURE PHYSICAL RECORDS STORAGE 1. Introduction 1.1 The City of Richmond (the City ) proposes to engage the services

More information

REQUEST FOR EXPRESSIONS OF INTEREST AND STATEMENTS OF QUALIFICATIONS

REQUEST FOR EXPRESSIONS OF INTEREST AND STATEMENTS OF QUALIFICATIONS 1 REQUEST FOR EXPRESSIONS OF INTEREST AND STATEMENTS OF QUALIFICATIONS Title: TEMPORARY FLOW MONITORING SERVICES Project No.: 4712-2010 FOR MINOR WORKS PROJECTS RFEOI/SOQ for Project # 4712-2010 Page 1

More information

NOTE: SERVICE AGREEMENTS WILL BE DRAFTED BY RISK SERVICES SERVICE AGREEMENT

NOTE: SERVICE AGREEMENTS WILL BE DRAFTED BY RISK SERVICES SERVICE AGREEMENT NOTE: SERVICE AGREEMENTS WILL BE DRAFTED BY RISK SERVICES SERVICE AGREEMENT Between: And: XXXXXX (the Contractor") Langara College 100 West 49 th Avenue Vancouver, BC V5Y 2Z6 (the College") The College

More information

Request for Proposal Business & Financial Services Department

Request for Proposal Business & Financial Services Department Request for Proposal Business & Financial Services Department CONTRACT 5118 P Enterprise Project Management Solution Design and Implementation 1. Introduction 1.1 The City of Richmond (the City ) proposes

More information

REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/EMAIL ARCHIVING

REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/EMAIL ARCHIVING 4887 EOI REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/EMAIL ARCHIVING Expressions of Interest will be received at the Information Counter, Main Floor, Richmond City Hall, addressed to the

More information

REQUEST FOR EXPRESSIONS OF INTEREST 4643 EOI

REQUEST FOR EXPRESSIONS OF INTEREST 4643 EOI 4643 EOI REQUEST FOR EXPRESSIONS OF INTEREST 4643 EOI 4643 EOI - FUNCTIONAL CONSULTANT TO LEAD THE IMPLEMENTATION OF THE PURCHASE REQUISITION MODULE IN THE PEOPLESOFT 9.0 FINANCIALS AND SUPPLY CHAIN PRODUCT.

More information

Consulting Services for CORPORATE SPONSORSHIP ASSET INVENTORY & VALUATION

Consulting Services for CORPORATE SPONSORSHIP ASSET INVENTORY & VALUATION REQUEST FOR PROPOSALS RFP No. 14-01-11 Consulting Services for CORPORATE SPONSORSHIP ASSET INVENTORY & VALUATION Proposals will be received on or before 2:00 pm local time Wednesday, February 19, 2014

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

Request for Proposal Business & Financial Services Department

Request for Proposal Business & Financial Services Department Nnmnnnnnnnnnnnnnnnnnn Request for Proposal Business & Financial Services Department Contract 4656P Consulting Services - Network Engineering 1. Introduction The City of Richmond (the City ) proposes to

More information

diverse. vast. abundant. Records Management Assessment Request for Proposal No. 5-2016

diverse. vast. abundant. Records Management Assessment Request for Proposal No. 5-2016 No. 5-2016 Closing date for submissions: 2:00 pm (local time), May 27, 2016 Proposals to be submitted to: Box 810, 1981 Alaska Avenue, Dawson Creek, BC V1G 4H8 diverse. vast. abundant. Table of Contents

More information

Enterprise Content Management Consultant

Enterprise Content Management Consultant Invitation to Quote 07-23 Enterprise Content Management Consultant Issue Date: December 4, 2007 RFP Acknowledgement Form: Appendix A. Respondents are asked to fill out and return this form by December

More information

7.4.1 Be required to make exhaustive or continuous on-site reviews;

7.4.1 Be required to make exhaustive or continuous on-site reviews; SUPPLEMENTARY CONDITIONS TO THE CANADIAN STANDARD FORM OF CONTRACT FOR ARCHITECTURAL SERVICES DOCUMENT SIX 2006 EDITION RAIC 6 2006 FRASER HEALTH PROJECTS The following Supplementary Conditions are specific

More information

5047P Architectural and Engineering Services for the Cambie Fire Hall and Ambulance Station Project- Addendum #2

5047P Architectural and Engineering Services for the Cambie Fire Hall and Ambulance Station Project- Addendum #2 January 23, 2013 Business and Financial Services Department Finance Division Telephone: 604-276-4218 Fax: 604-276-4162 Attention: To All Proponents Dear Bidders: Re: 5047P Architectural and Engineering

More information

PROFESSIONAL AUDIT SERVICES For 2013 2015 FINANCIAL STATEMENTS HAVEN SOCIETY

PROFESSIONAL AUDIT SERVICES For 2013 2015 FINANCIAL STATEMENTS HAVEN SOCIETY Request for Proposals PROFESSIONAL AUDIT SERVICES For 2013 2015 FINANCIAL STATEMENTS HAVEN SOCIETY CLOSING LOCATION 2270 Labieux Road Nanaimo, BC V9T 6J9 CLOSING DATE AND TIME DATE: MARCH 1 ST, 2013 3

More information

REQUEST FOR PROPOSALS For. Kelowna and Vernon Hospitals Project

REQUEST FOR PROPOSALS For. Kelowna and Vernon Hospitals Project REQUEST FOR PROPOSALS For The Kelowna and Vernon Hospitals Project VOLUME 2 of 4 Instructions to Proponents Closing Time: Delivery Address: 3:00 pm (local time) Thursday, March 6,2008 Kelowna and Vernon

More information

CLOSING LOCATION 38-3200 Island Hwy Nanaimo BC, V9T 6N4

CLOSING LOCATION 38-3200 Island Hwy Nanaimo BC, V9T 6N4 Request for Proposals PROFESSIONAL INFORMATION TECHNOLOGY SERVICES For 2013 2015 HAVEN SOCIETY CLOSING LOCATION 38-3200 Island Hwy Nanaimo BC, V9T 6N4 CLOSING DATE AND TIME DATE: FEBRUARY 28, 2013 3 PM

More information

RE: REQUEST FOR PROPOSAL RFP 06 18 FLEET MANAGEMENT CONSULTING SERVICES

RE: REQUEST FOR PROPOSAL RFP 06 18 FLEET MANAGEMENT CONSULTING SERVICES Our File No.: RFP 06 18 Company name Attn: xxxxxxx address address RE: REQUEST FOR PROPOSAL RFP 06 18 FLEET MANAGEMENT CONSULTING SERVICES You have been invited to submit a proposal to the District of

More information

The Consultant is a person or an entity engaged by the Client or the Architect to provide services supplementary to those provided by the Architect.

The Consultant is a person or an entity engaged by the Client or the Architect to provide services supplementary to those provided by the Architect. Definitions Additional Services Additional Services are those professional services which are not contemplated at the time of execution of the contract and therefore cannot be identified then as being

More information

Canterbury Park Pool Chamber Replacement

Canterbury Park Pool Chamber Replacement Requirement Request For Quotation To provide services, equipment and materials to replace the Concrete Pool Service & Drainage vault at the Canterbury Park Pool located at 2185 Arch Street, Ottawa, ON

More information

Atrium Skylight Repair Carleton Lodge

Atrium Skylight Repair Carleton Lodge Requirement Period of Contract The successful bidder shall complete the work no later than 27 November 2015. Closing Date Quotations must be submitted no later than close of business day (11:59 pm) on

More information

Request for Quotation

Request for Quotation City of Richmond Business and Financial Services Department Request for Quotation Supply and Delivery of NETWORK SWITCHES Bidders are requested to respond to this Quotation call as instructed subject to

More information

St. Andrews Public Service District

St. Andrews Public Service District St. Andrews Public Service District Request for Qualifications for Architectural/Engineering (A/E) Consultancy Services for Fire Stations, Administrative Buildings, and Environmental Services Facilities.

More information

Village of Nakusp RFQ 2016-1 Source Protection Plan

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

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL General Insurance Brokerage Services Date of Issue: December 6, 2012 Closing Location:Prince Rupert, B.C. Mail or courier: Dan Rodin Chief Financial Officer City of Prince Rupert 424-3

More information

1.1 Throughout this Request for Proposal the following definitions apply: a) City means the City of Richmond, British Columbia;

1.1 Throughout this Request for Proposal the following definitions apply: a) City means the City of Richmond, British Columbia; General Conditions of Contract for Consulting Services Provided to the City of Richmond 1. Definitions 1.1 Throughout this Request for Proposal the following definitions apply: a) City means the City of

More information

City of Coquitlam REQUEST FOR PROPOSALS RFP No. 14-01-14 CONSTRUCTION MANAGEMENT SERVICES

City of Coquitlam REQUEST FOR PROPOSALS RFP No. 14-01-14 CONSTRUCTION MANAGEMENT SERVICES City of Coquitlam REQUEST FOR PROPOSALS RFP No. 14-01-14 CONSTRUCTION MANAGEMENT SERVICES Proposals will be received on or before 2:00 pm local time Wednesday, March 12, 2014 (Closing date and time) Obtaining

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION Requirement Interceptor Installation Cyrville Yard Period of Contract The successful bidder shall complete the work no later than 31 August 2015 Closing Date Quotations must be submitted no later than

More information

Request for Proposal. 4261P PeopleSoft HCM Functional Consulting Services

Request for Proposal. 4261P PeopleSoft HCM Functional Consulting Services Request for Proposal 4261P PeopleSoft HCM Functional Consulting Services 1. Introduction The City of Richmond proposes to engage the services of a PeopleSoft Human Capital Management System functional

More information

Request for Proposal No. 15-01 Moving Services

Request for Proposal No. 15-01 Moving Services Request for Proposal No. 15-01 Moving Services March 30, 2015 Closing Location Main Switchboard Peterborough County-City Health Unit 10 Hospital Drive, Peterborough, ON K9J 8NM1 Closing date and time Responses

More information

Request for Quotation

Request for Quotation City of Richmond Business and Financial Services Department Request for Quotation Bidders are requested to respond to this Quotation call as instructed subject to the provisions contained herein. Name

More information

REQUEST FOR PROPOSAL. 2013-RFP-20 Fleet Insurance Brokerage Services

REQUEST FOR PROPOSAL. 2013-RFP-20 Fleet Insurance Brokerage Services ISSUE DATE: NOVEMBER 25, 2013 REQUEST FOR PROPOSAL 2013-RFP-20 Fleet Insurance Brokerage Services Original and two (2) copies of a Proposal in an envelope plainly marked "2013-RFP-20 Fleet Insurance Brokerage

More information

Request for Expressions of Interest 3805EOI Consulting Services - Microsoft Productivity Specialist

Request for Expressions of Interest 3805EOI Consulting Services - Microsoft Productivity Specialist Request for Expressions of Interest 3805EOI Consulting Services - Microsoft Productivity Specialist 1. Introduction 1.1. The City of Richmond invites Expressions of Interest ( EOI ) from interested parties

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

CONTRACT FOR ENGAGING INFORMATION TECHNOLOGY CONSULTANT SERVICES [PROJECT TITLE] BETWEEN HER MAJESTY THE QUEEN AND [CONSULTANT]

CONTRACT FOR ENGAGING INFORMATION TECHNOLOGY CONSULTANT SERVICES [PROJECT TITLE] BETWEEN HER MAJESTY THE QUEEN AND [CONSULTANT] CONTRACT FOR ENGAGING INFORMATION TECHNOLOGY CONSULTANT SERVICES [PROJECT TITLE] BETWEEN HER MAJESTY THE QUEEN AND [CONSULTANT] CONTRACT NO. [CONXXXXXXX] ALBERTA TRANSPORTATION Contract for Engaging Information

More information

REQUEST FOR EXPRESSIONS OF INTEREST AND STATEMENTS OF QUALIFICATIONS FOR PROFESSIONAL SERVICES

REQUEST FOR EXPRESSIONS OF INTEREST AND STATEMENTS OF QUALIFICATIONS FOR PROFESSIONAL SERVICES REQUEST FOR EXPRESSIONS OF INTEREST AND STATEMENTS OF QUALIFICATIONS Title: Design and Implemention of Data Backup Services Solution Reference No.: 1220-050-2015-006 FOR PROFESSIONAL SERVICES (General

More information

REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SECURITY CONSULTING BID INSTRUCTIONS

REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SECURITY CONSULTING BID INSTRUCTIONS REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SECURITY CONSULTING BID INSTRUCTIONS NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3 NSLC REFERENCE NO: SR-39-H-15 NSLC Contact:

More information

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

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

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION Requirement The City of Ottawa, hereinafter referred to as the City, is requesting the submission of quotations for the completion of masonry restoration at the Nepean Creative Arts Centre located at 35

More information

City of Richmond Business & Financial Services Department. Contract 4023P

City of Richmond Business & Financial Services Department. Contract 4023P City of Richmond Business & Financial Services Department Request for Proposal Consulting Services for the Development of an Emergency & Business Continuity Department Plan for Richmond Fire-Rescue 1.

More information

Request for Proposals WEB-BASED GRANT MANAGEMENT SOFTWARE FOR THE CITY OF MOUNTAIN VIEW S CDBG AND HOME PROGRAMS

Request for Proposals WEB-BASED GRANT MANAGEMENT SOFTWARE FOR THE CITY OF MOUNTAIN VIEW S CDBG AND HOME PROGRAMS COMMUNITY DEVELOPMENT DEPARTMENT NEIGHBORHOOD PRESERVATION DIVISION 500 Castro Street Post Office Box 7540 Mountain View, California 94039 7540 650 903 6379 FAX 650 962 8502 Request for Proposals WEB-BASED

More information

Request for Proposal

Request for Proposal Request for Proposal Central Library Building Assessment Review Issued by: Regina Public Library P.O. Box 2311 2311 12 th Avenue Regina, Saskatchewan S4P 3Z5 Issue Date: May 22, 2014 Closing Date: June

More information

How To Manage A Power Station

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

More information

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

Request for Proposals to Design, Build, Finance, Operate and Maintain North Commuter Parkway and Traffic Bridge Project City of Saskatoon

Request for Proposals to Design, Build, Finance, Operate and Maintain North Commuter Parkway and Traffic Bridge Project City of Saskatoon Request for Proposals to Design, Build, Finance, Operate and Maintain North Commuter Parkway and Traffic Bridge Project City of Saskatoon () Request for Proposals TABLE OF CONTENTS SECTION 1 INTRODUCTION...

More information

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

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

More information

Request for Proposal

Request for Proposal Request for Proposal 2015-03-26 SharePoint 2013 Picture Library Project Issued: March 26, 2015 Closing Time: Closing Date: Closing Location: 16:00 PST April 20, 2015 Resort Municipality of Whistler 4325

More information

MASTER SERVICES AGREEMENT - DIGITAL ADVERTISING SERVICES

MASTER SERVICES AGREEMENT - DIGITAL ADVERTISING SERVICES MASTER SERVICES AGREEMENT - DIGITAL ADVERTISING SERVICES MASTER SERVICES AGREEMENT This Master Services Agreement (the Agreement ) shall govern the provision of services to the undersigned client (the

More information

Request for Qualifications & Proposal. Architectural Team. Lake County School District R-1. On-Call Services. For

Request for Qualifications & Proposal. Architectural Team. Lake County School District R-1. On-Call Services. For Request for Qualifications & Proposal Architectural Team For Lake County School District R-1 On-Call Services Provided by: Submittal Deadline: April 23, 2015 Time: 5:00 PM 1.0 Introduction On behalf of

More information

Closing Location: AAMDC 2510 Sparrow Drive Nisku, Alberta T9N 8N5 cindy.carstairs@aamdc.com

Closing Location: AAMDC 2510 Sparrow Drive Nisku, Alberta T9N 8N5 cindy.carstairs@aamdc.com Request for Proposal (RFP) Online Registration System Contract for AAMDC s Convention Events Closing Date & Time: Friday, August 8, 2014 at 4:30 pm MDT One (1) electronic copy of response in Word or PDF

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

REQUEST FOR PROPOSAL No. 2015-01 Professional Services to Develop a Fire Master Plan for the Township of Wellesley Fire Department

REQUEST FOR PROPOSAL No. 2015-01 Professional Services to Develop a Fire Master Plan for the Township of Wellesley Fire Department Township of Wellesley REQUEST FOR PROPOSAL No. 2015-01 Professional Services to Develop a Fire Master Plan for the Township of Wellesley Fire Department for the Township of Wellesley Fire Department Page

More information

REQUEST FOR PROPOSALS DESIGN OF COMMUNTIY SKATE PARK FREDERICK, COLORADO

REQUEST FOR PROPOSALS DESIGN OF COMMUNTIY SKATE PARK FREDERICK, COLORADO REQUEST FOR PROPOSALS DESIGN OF COMMUNTIY SKATE PARK FREDERICK, COLORADO 1. INTRUDUCTION The Town of Frederick is seeking proposals in response to this Request for Proposals (RFP) from a qualified skateboard

More information

CONTRACT FOR CONSULTANCY SERVICES. Section 1 Form of Contract

CONTRACT FOR CONSULTANCY SERVICES. Section 1 Form of Contract CONTRACT FOR CONSULTANCY SERVICES Equatorial Fidelity Centre 2 nd Floor, Off Waiyaki Way P.O Box 313-00606 Nairobi, Kenya. Tel +254 20 423 5000 Section 1 Form of Contract CONTRACT FOR: [Insert Title here]

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

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

Document B105 TM. Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project

Document B105 TM. Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project Document B105 TM 2007 Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project AGREEMENT made as of the day of in the year (In words, indicate day, month and

More information

MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES

MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES THIS AGREEMENT is made and entered into this day of, 2007, by and between the University of Washington ( Owner ) and, ( Project

More information

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT The Town of Avon is seeking written responses to a Request for Proposal (RFP) for services of a landscape architect

More information

L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming

L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming Request for Proposals to provide Landscape Architect Due Date Proposal Submissions Monday, June 15, 2015 by 5:00 p.m. RFP15-15008 Solicited by: Department

More information

INDEPENDENT CONTRACTOR AGREEMENT THE UNIVERSITY OF MANITOBA. (the University ) - and - (the Contractor )

INDEPENDENT CONTRACTOR AGREEMENT THE UNIVERSITY OF MANITOBA. (the University ) - and - (the Contractor ) CAR Form No. I ICA Contract No. INDEPENDENT CONTRACTOR AGREEMENT AGREEMENT made as of the most recent date set out on page 6 hereof. BETWEEN: THE UNIVERSITY OF MANITOBA (the University ) - and - (the Contractor

More information

REQUEST FOR QUOTATIONS. Title: Supply Six Editions of Activity Guide Reference No. 15-359

REQUEST FOR QUOTATIONS. Title: Supply Six Editions of Activity Guide Reference No. 15-359 REQUEST FOR QUOTATIONS Title: Reference No. 15-359 Request for Quotations PART 1 INVITATION AND SUBMISSION INSTRUCTIONS 1.1 Invitation This Request for Quotations (the RFQ ) issued by the City of Quesnel

More information

REQUEST FOR PROPOSAL. Design Services

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

More information

Standard conditions of purchase

Standard conditions of purchase Standard conditions of purchase 1 OFFER AND ACCEPTANCE 2 PROPERTY, RISK & DELIVERY 3 PRICES & RATES The Supplier shall provide all Goods and Services in accordance with the terms and conditions set out

More information

REQUEST FOR QUOTES: Marketing Agency of Record

REQUEST FOR QUOTES: Marketing Agency of Record REQUEST FOR QUOTES: Marketing Agency of Record RELEASE DATE: March 5, 2012 DEADLINE FOR SUBMISSIONS: March 21, 2012 EE Request for Quotes Marketing Agency of Record March 5, 2012 i Contents BACKGROUND...

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

CONSULTANT AGREEMENT

CONSULTANT AGREEMENT CONSULTANT AGREEMENT AGREEMENT made this day of, 20, by and between PACE UNIVERSITY, One Pace Plaza, New York, New York 10038 (hereinafter referred to as Pace ), and [FULL LEGAL NAME OF CONSULTANT], with

More information

PURCHASE ORDER TERMS AND CONDITIONS

PURCHASE ORDER TERMS AND CONDITIONS PURCHASE ORDER TERMS AND CONDITIONS This purchase order is subject to the following terms and conditions. The terms and conditions herein set forth constitute an offer by Purchaser and may be accepted

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

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

Request for Proposal No. 1355. Office Moving Services

Request for Proposal No. 1355. Office Moving Services Request for Proposal No. 1355 Office Moving Services Issue date: August 3, 2012 Closing Location Purchasing Department 2020 Labieux Road Nanaimo, BC V9T 6J9 City Contact Maurice Mauch Project Manager,

More information

Columbia University Service Provider Agreement

Columbia University Service Provider Agreement Columbia University Agreement Agreement ( Agreement ) dated as of, 20 (the Effective Date ) between The Trustees of Columbia University in the City of New York ( Columbia ) and ( Service Provider ). 1.

More information

December 1, 2015 December 31, 2016 (Option to Renew for One (1) Additional Year) RFP-F18-2015-05

December 1, 2015 December 31, 2016 (Option to Renew for One (1) Additional Year) RFP-F18-2015-05 Joint Request for Proposal For the Provision of By-law Enforcement and Property Standards Services For Township of Chatsworth Municipality of Grey Highlands Municipality of West Grey December 1, 2015 December

More information

GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME

GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME This GOODS AND SERVICES AGREEMENT ("Agreement") is entered into and effective [DATE], by and

More information

Terms and Conditions of Offer and Contract (Works & Services) Conditions of Offer

Terms and Conditions of Offer and Contract (Works & Services) Conditions of Offer Conditions of Offer A1 The offer documents comprise the offer form, letter of invitation to offer (if any), these Conditions of Offer and Conditions of Contract (Works & Services), the Working with Queensland

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

Request for Proposal (RFP)

Request for Proposal (RFP) Request for Proposal (RFP) For the Provision of Professional Consulting Services For a Human Resources (HR) Review Including Pay Equity, Compensation Review and Planning October 2012 Page 1 of 15 INFORMATION

More information

AGREEMENT WITH A SELF-EMPLOYED CONTRACTOR FOR CONSULTANCY SERVICES

AGREEMENT WITH A SELF-EMPLOYED CONTRACTOR FOR CONSULTANCY SERVICES AGREEMENT WITH A SELF-EMPLOYED CONTRACTOR FOR CONSULTANCY SERVICES Names of Parties 1. (Company Name) of (Company Address) ( Consultancy ). 2. Redline Group Ltd of 26-34 Liverpool Road, Luton. Beds LU1

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 (ICA)

INDEPENDENT CONTRACTOR AGREEMENT (ICA) INDEPENDENT CONTRACTOR AGREEMENT (ICA) (This agreement is not a construction contract within the meaning of Civil Code section 2783, and is not an agreement for the provision of construction services within

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

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

MAIN CIVIL WORKS CONTRACT SCHEDULE 13 INSURANCE TABLE OF CONTENTS

MAIN CIVIL WORKS CONTRACT SCHEDULE 13 INSURANCE TABLE OF CONTENTS MAIN CIVIL WORKS CONTRACT SCHEDULE 13 INSURANCE TABLE OF CONTENTS 1 INTERPRETATION... 1 1.1 Definitions... 1 2 CONTRACTOR PROVIDED INSURANCE COVERAGE... 1 3 BC HYDRO PROVIDED INSURANCE COVERAGE... 2 4

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

Request for Quotation

Request for Quotation City of Richmond Finance & Corporate Services Division Request for Quotation Supply and Delivery of STORAGE AREA NETWORK AT WORKS YARD STORES Bidders are requested to respond to this Quotation call as

More information

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT BUSINESS ASSOCIATE AGREEMENT This Business Associate Agreement ( Agreement ) by and between (hereinafter known as Covered Entity ) and Office Ally, LLC. (hereinafter known as Business Associate ), and

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

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

APPENDIX D CONTRACTUAL AGREEMENT (Sample) THE GOVERNMENT OF SASKATCHEWAN as represented by the Minister of Energy and Resources

APPENDIX D CONTRACTUAL AGREEMENT (Sample) THE GOVERNMENT OF SASKATCHEWAN as represented by the Minister of Energy and Resources APPENDIX D CONTRACTUAL AGREEMENT (Sample) THIS AGREEMENT made in duplicate, BETWEEN: THE GOVERNMENT OF SASKATCHEWAN as represented by the Minister of Energy and Resources (Hereinafter referred to as the

More information

Request for Proposals

Request for Proposals Request for Proposals Subject Matter Expert for French Creek Pollution Control Centre Wastewater Treatment Plant Expansion Closing: Three (3) complete hard copies plus 1 electronic (CD) copy prepared in

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

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

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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS City of Niagara Falls Page 1 INSTRUCTIONS TO BIDDERS A) THE BIDDING PROCESS 1.1 RFQ Closing Time and Location Quotations will be received at the location of and prior to the time and date stated in the

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS LITTLE ROCK ADVERTISING & PROMOTION COMMISSION Physical Address: 426 West Markham Street Little Rock, Arkansas 72201 Mailing Address: P.O. Box 3232 Little Rock, Arkansas 72203 REQUEST FOR QUALIFICATIONS

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

REQUEST FOR QUOTATIONS

REQUEST FOR QUOTATIONS REQUEST FOR QUOTATIONS Title: Pre-Built Intranet Solution for SharePoint 2013 Reference No.: 1220-040-2015-060 FOR THE SUPPLY OF GOODS AND SERVICES (General Services) TABLE OF CONTENTS 1. INTRODUCTION...

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