STATE OF RHODE ISLAND AND PROVIDENCE PLANTATIONS
|
|
|
- Job Fleming
- 9 years ago
- Views:
Transcription
1 STATE OF RHODE ISLAND AND PROVIDENCE PLANTATIONS Department of Administration DIVISION OF PURCHASES One Capitol Hill Providence, RI Tel: (401) Fax: (401) Website: CONTRACT USER GUIDE FOR EVSE MASTER PRICE AGREEMENT MPA #509 FURNISH AND INSTALL ELECTRIC VEHICLE SUPPLY EQUIPMENT SOLICITATION # CONTRACT TERM: 2/4/16-1/31/19 BACKGROUND: The Division of Purchases issued RFP # Furnish and Install Electric Vehicle Supply Equipment for Turnkey Electric Vehicle Supply Equipment (EVSE) Services on June 18, Four (4) firms submitted proposals on July 29, 2015 to provide turnkey EVSE and installation services to state, municipal, quasi-public agencies and state colleges and universities. Turnkey services are defined as: one entity or partnership that manufactures, supplies, and provides for the site preparation, including signage and pavement markings, EVSE installation and maintenance by a Rhode Island licensed electrician, and continued support services. Purchase orders were issued to three (3) firms. CONTRACT SUMMARY: This Master Price Agreement includes qualified firms to provide turnkey EVSE services on an as needed basis for individual projects. WHO CAN USE THIS CONTRACT: State Agencies (Agency), municipalities (cities, towns, and schools), quasi-public agencies, and state universities and colleges as authorized by law, may participate in this Agreement. All ordering and billing shall be between the vendor and the user entity. A. INSTRUCTIONS FOR USE BY STATE AGENCIES: 1. There are no required thresholds for this MPA. 2. Request lump-sum fixed fee quotes from all three (3) of the qualified vendors in accordance with the Sample RFQ format provided as Attachment A. 3. Request turnkey services from prequalified vendors. Provide sufficient information, such as scope of work, allowable working hours, and special requirements for the vendor to respond with a suitable proposal. See the Sample Request for Quote provided as Attachment A. The project must contain all of the following tasks: i. Equipment Purchase(s): Level I, II, or DC Fast Charge (ensure that all equipment to be purchased and installed meets Section 3A Mandatory EVSE Specifications of solicitation number ) ii. Installation of equipment, including site layout iii. Software purchases (if needed) iv. Project Timeline v. Training & Support User Guide Page 1 5
2 4. The agency must conduct a technical evaluation of proposals from at least two (2) of the prequalified vendors. The Agencies and Office of Energy Resources (OER), as requested and/or appropriate, will evaluate the proposals. The OER recommends the following non-binding evaluation criteria: i. Understanding of Work (30%) ii. Experience and Expertise (30%) iii. Total Project Cost (40%) 5. Following the selection of a vendor, the Agency will send a notification letter [See the sample notification letter provided as Attachment B ] to the vendor in which the following information is requested: An agreement outlining the scope and special terms & conditions covering the work, executed by both the Agency Chief Executive and an authorized agent of your firm. Contact AGENCY CONTACT at (TEL. #) or AGENCY E- MAIL. Certificates of insurance in accordance with solicitation # , Furnish and Install Electric Vehicle Supply Equipment. Certificates of insurance must: (i) reference solicitation title and number; (ii) name the State Agency as certificate holder and both the State Agency and the State of Rhode Island as additional insured; and (iii) state that 20 days advance notice of cancellation (referencing solicitation number ) will be sent to: CONTACT, STATE AGENCY, MAILING ADDRESS. 1) A completed Minority Business Enterprise Plan. For further information, call Dorinda Keene at (401) or [email protected]. 1) Insurance Requirements per the Bid Solicitation: A. Commercial General Liability Insurance: Commercial General Liability Insurance covering bodily injury broad form property damage, personal and advertising injury, independent contractors, products completed operations, and contractual coverage. Coverage shall be written on an occurrence basis and shall extend to an agent, independent contractor, temporary worker and a leased worker. A combined single limit of $1,000,000 per occurrence and aggregate is required. B. Auto Liability Insurance: Auto Liability Insurance covering all owned, non-owned, or hired vehicles. A combined single limit occurrence of $1,000,000 will be obtained. C. Workers Compensation: Workers Compensation coverage in compliance with the workers compensation laws of the State. Coverage shall include Employers Liability Insurance with minimum limits of $500,000 each accident, $500,000 disease or policy limit, $500,000 each employee. D. Alternative Employer Endorsement shall be required for both the workers compensation and employers liability policy. There shall be no cancellation, material change, potential exhaustion of aggregate limits or non-renewal without thirty days (30) written notice from the contractor or its insurer(s). Failure to comply with the reporting provisions of this clause shall be grounds for immediate termination of any contract issued pursuant to MPA-509. User Guide Page 2 5
3 6. When all of the above information has been obtained, the Agency will send the following documentation to the Division of Purchases and request that a project specific purchase order be issued: Memo or Cover Letter detailing request; Scope of Work; Required number of responsive quotes received plus identification/results of other quotes solicited; Memorandum Signed by Agency Summarizing Responses and Recommending Vendor; A Zero Dollar Requisition to Include Project Amount as a text attachment internal to the requisition; Copy of notification letter and all related vendor documentation required: 1. Copy of signed project agreement 2. Copy of insurance certificate(s) 3. MBE Compliance for the project engagement STATE AGENCIES PLEASE TAKE NOTE: Pricing is lump-sum fixed fee ; vendors should not be charging agencies for travel or other fees in addition to the lump-sum fixed fee price. No Vendor shall provide services or begin work unless and until a valid Purchase Order approved by the Agency has been issued and received by Vendor. In no event shall a Vendor deliver goods or provide services until such time as a duly authorized release document is certified by the ordering Agency. A Vendor will not be entitled to any payment for services rendered or work completed outside of this policy. In accordance with R.I. Gen. Laws (c), No purchase or contract shall be binding on the state or any agency thereof unless approved by the department [of Administration] or made under general regulations which the Chief Purchasing Officer may prescribe. Under State Purchasing Regulation , Any alleged oral agreement or arrangements made by a bidder or contractor with any agency or an employee of the Office of Purchases may be disregarded and shall not be binding on the state. State Purchasing Regulation All agreements and changes to scope of work, price, or other terms shall be incorporated into purchase orders via change order documents incorporating contract amendments. State Purchasing Regulation Change Orders issued by the Office of Purchases shall be the only binding documents which may create a change in a purchase order. State Purchasing Regulation Personnel shall not commit the state to technical / contractual changes to purchase orders without first securing all necessary approvals. User Guide Page 3 5
4 B. INSTRUCTIONS FOR USE BY OTHER ENTITIES: The OER strongly recommends the following instructions for use by non-state agency entities. These instructions are meant only as a guide. They may be used in addition to any and all procurement practices typically required by the applying entity: 1. Define project scope 2. Request quotes from all three (3) of the qualified vendors 3. Ensure the following tasks are clearly defined in the quote: a. Equipment (brand, abilities, level of charging capability) b. Site layout & installation requirements c. Software purchases (if needed or required) d. Project timeline e. Training & Support 4. Evaluate and Award The OER recommends the following non-binding evaluation criteria: a. Understanding of Work (30%) b. Experience and Expertise (30%) c. Total Project Cost (40%) Vendor Contact Information (po numeric order): PO # VOLTREK 24 BOSTON RD ANDOVER,MA KATHLEEN CONNORS PO# EVSE LLC 89 PHOENIX AVE ENDFIELD, CT DANIEL SHANAHAN PO# VERDEK LLC 123 ROLLING MEADOW RD MADISON, CT GUY MANNINO Energy Resources Contact: For technical assistance or general questions, please contact the Office of Energy Resources at [email protected] with MPA-509 Assistance as the subject line. User Guide Page 4 5
5 Division of Purchases Contact: Thomas Bovis, Interdepartmental Project Manager, Division of Purchases Tel: Attachments: Attachment A Request for Quote RFQ Sample Attachment B Notification Letter Sample This Master Price Agreement is a joined effort between the Rhode Island Department of Administration Division of Purchases and Office of Energy Resources. User Guide Page 5 5
6 STATE OF RHODE ISLAND AND PROVIDENCE PLANTATIONS INSERT DEPARTMENT HERE INSERT DIVISION HERE INSERT ADDRESS HERE PHONE FAX TDD Request for Quote RFQ Furnish and Install Electric Vehicle Supply Equipment, for Turnkey Electric Vehicle Supply Equipment (EVSE) Services PROJECT NAME- LOCATION, RI Solicited under State of Rhode Island Master Price Agreement #509 Furnish and Install Electric Vehicle Supply Equipment DATE OF REQUEST FOR QUOTE INSERT DATE OF REQUEST FOR QUOTE PROPERTY DESCRIPTION INSERT PROPERTY DESCRIPTION HISTORY/BACKGROUND INSERT HISTORY AND BACKGROUND INTENT INSERT THE INTENT A SELECT mandatory/non-mandatory site walkthrough will be conducted at INSERT LOCATION. INSERT DATE-> Questions regarding this Request for Quote are due to the INSERT AGENCY no later than INSERT DATE- > Vendor Submissions are due via or hardcopy to the INSERT AGENCY no later than INSERT DATE- > Division contact: NAME, TITLE 401-XXX-XXXX [email protected] The following Turnkey Electric Vehicle Supply Equipment (EVSE) Services will be required: 1. INSERT REQUIRED XXX SERVICES Provide sufficient information, such as scope of work, allowable working hours, and special requirements for the vendor to respond with a suitable proposal Refer to User Guide Instructions for Use on Page 1 Implementation Schedule: 1. LIST IMPLEMENTATION SCHEDULE AND DURATION Pricing - Lump-Sum Fixed-Fee: Vendors are requested to provide pricing in the following format: 1. Provide a lump-sum fixed fee for the work described above $ 2. Provide an hourly breakdown of the above lump-sum fixed fee for all personnel roles associated with the project (including primary and secondary). Personnel Hourly Rate Number of Hours Attachments: 1. INSERT ATTACHMENT LIST IF APPLICABLE RFQ, Furnish and Install Electric Vehicle Supply Equipment Attachment A PROJECT NAME, LOCATION, RI
7 SAMPLE AGENCY LETTERHEAD DATE NAME COMPANY NAME ADDRESS CITY, STATE ZIP Sent Via Electronic and Regular Mail ADDRESS Re: MPA-509 Furnish and Install Electric Vehicle Supply Equipment Request for Quote - Lump-Sum Fixed-Fee Dollar Amount $ Dear : This letter is to notify you that STATE AGENCY is authorized to begin contract negotiations with VENDOR NAME for the above project. Please provide the following documentation within twenty-one (21) calendar days of this Notice (Date). The project cannot commence until a purchase order is issued by the State of Rhode Island, Division of Purchases. This purchase order is your Notice to Proceed. Failure to provide the required information within twenty-one calendar days from the date of this communication may result in your disqualification of contract award consideration. An agreement outlining the scope and special terms & conditions covering the work, executed by both the Agency Chief Executive and an authorized agent of your firm. Contact AGENCY CONTACT at (TEL. #) or AGENCY . Certificates of insurance in accordance with solicitation # , Furnish and Install Electric Vehicle Supply Equipment. Certificates of insurance must: (i) reference solicitation title and number; (ii) name the State Agency as certificate holder and both the State Agency and the State of Rhode Island as additional insured; and (iii) state that 20 days advance notice of cancellation (referencing solicitation number ) will be sent to: CONTACT, STATE AGENCY, MAILING ADDRESS. A completed Minority Business Enterprise Plan. For further information, call Dorinda Keene at (401) or [email protected]. Sincerely, AGENCY CONTACT TITLE cc: Dorinda Keene MBE Cheryl Burrell ODEO - Associate Director, Office of Diversity, Equity and Opportunity Sample Notification Letter, Furnish and Install Electric Vehicle Supply Equipment Attachment B PROJECT NAME, LOCATION, RI
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/
1. Subcontractor Prequalification Questionnaire a. Please complete with assistance from your insurance agent(s)
3208 Tazewell Pike, Suite 103 Tel: 865.688.1335 / Fax: 865.688.9291 www.creativestructuresinc.com Attention: Prospective Subcontractors Re: Prequalification Applications Creative Structures, Inc., appreciates
INSURANCE GUIDE I - MINOR CONTRACTS FOR SERVICE
INSURANCE GUIDE I - MINOR CONTRACTS FOR MEETING GUIDE I SPECIFICATIONS DURATION: Project will not exceed 30 calendar days COST: Project cost will not exceed $50,000 RISK: Low, No unusual or high hazards
CHECKLIST FOR INSURANCE REVIEWS
CHECKLIST FOR INSURANCE REVIEWS FOR DIRECT PURCHASE ORDERS FOR PROFESSIONAL SERVICES CONSULTANTS 1. Determine the applicable insurance requirements as set forth in Exhibit A. If the P.O. involves a Special
STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS
MAIL BIDS TO: STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 RFP 14-08 REQUESTING DEPT: PURCHASING TITLE OF RFP: E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC
REQUEST FOR QUOTATIONS (THIS IS NOT AN ORDER) 1. REQUEST NO. 2. DATE ISSUED 3. REQUISITION/PURCH. REQUEST NO.
REQUEST FOR QUOTATIONS (THIS IS NOT AN ORDER) 1. REQUEST NO. 2. DATE ISSUED 3. REQUISITION/PURCH. REQUEST NO. DCJM-2015-Q-0006 12-2-2014 5A. ISSUED BY: Department on Disability Services Office of s and
1. Applicants must provide information requested in the section titled Required Information.
Lane County Health & Human Services Strategic Plan Development REQUEST FOR QUOTES Introduction Lane County Health & Human Services is interested in contracting with a consultant to help develop an updated
REQUEST FOR PROPOSALS
THE JOB COUNCIL REQUEST FOR PROPOSALS PROFESSIONAL PROPERTY/CASUALTY AND WORKERS COMPENSATION INSURANCE BROKER OF RECORD The purpose of the Request for Proposal is to select the broker best qualified to
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
APPENDIX B INSURANCE & BONDING REQUIREMENTS FC-5801
APPENDIX B INSURANCE & BONDING REQUIREMENTS ARCHITECTURAL AND ENGINEERING DESIGN SERVICES AT HARTSFIELD- JACKSON ATLANTA A. Preamble The following requirements apply to all work under the agreement. Compliance
GENERAL TERMS & CONDITIONS OF QUOTE
Quote #: MS-77-6 (WCSD) is soliciting for formal quotes for certain PRODUCTS identified on the QUOTE PRICE SCHEDULE/SPECIFICATION SHEET included in accordance with all defined terms and conditions in this
Attachment D. Insurance
Insurance Contractor/Vendor: The City and County of San Francisco would like to direct your attention to the City's insurance requirements, which have proved confusing to some bidders in the past. We have
REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES
REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES 1. STATEMENTS OF QUALIFICATIONS REQUESTED The San Bernardino Community College District (District) Facilities
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
TOWN OF GLASTONBURY PROFESSIONAL SERVICES PROCUREMENT NOTICE REQUEST FOR PROPOSAL MERCHANT PAYMENT PROCESSING SERVICES RPGL # 2010-36
TOWN OF GLASTONBURY PROFESSIONAL SERVICES PROCUREMENT NOTICE REQUEST FOR PROPOSAL MERCHANT PAYMENT PROCESSING SERVICES RPGL # 2010-36 The Town of Glastonbury will be accepting proposals from qualified
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
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
GREENFIELD MIDDLE SCHOOL ROOF PROJECT
CITY OF GREENFIELD GREENFIELD, MASSACHUSETTS RFQ TITLE: GREENFIELD MIDDLE SCHOOL ROOF PROJECT RFQ #: 12-03 Date of Issuance: June 22, 2011 9:00 a.m. Deadline for Receipt Of Bids: July 8, 2011 2:00 p.m.
GENERAL INSTRUCTIONS AND REQUIREMENTS
CHICAGO TRANSIT AUTHORITY INSURANCE AND BOND REQUIREMENTS [Short Form rev. 12/04/02] REQUISITION NUMBER: SPECIFICATION NUMBER CTA: PART I. GENERAL INSTRUCTIONS AND REQUIREMENTS A. WAYS TO COMPLY WITH CTA
GENERAL INSTRUCTIONS AND REQUIREMENTS
CHICAGO TRANSIT AUTHORITY INSURANCE AND BOND REQUIREMENTS [FOR CONSTRUCTION RELATED CONTRACTS rev. 12/04/02] REQUISITION NUMBER: SPECIFICATION NUMBER CTA: PART I. GENERAL INSTRUCTIONS AND REQUIREMENTS
LOCUM TENENS SERVICES
Issue Date: March 19, 2014 COUNTY OF MERCED REQUEST FOR QUALIFICATIONS NUMBER 7042 LOCUM TENENS SERVICES Mark A. Cowart Administrative Services, Chief Information Officer 2222 M Street Merced, CA 95340
WASHINGTON SUBURBAN SANITARY COMMISSION
APPENDI B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO. 1. INSURANCE REQUIREMENTS A. INSURANCE: The Contractor shall be required to maintain insurance for
ARTICLE 11. INSURANCE AND BONDS
Provide submittals to Architect / Engineer that are required by any governing body or other authorities. Upon receipt of the Contractor s list, the Architect will make an inspection to determine whether
Memorandum of Understanding
Memorandum of Understanding between Name of Company: Owner/Principal: As a Solar Santa Monica Preferred Contractors And the Solar Santa Monica Program of the City of Santa Monica (Last edited July 2, 2015)
EXHIBIT D. Insurance and Bond Requirements
EXHIBIT D Insurance and Bond Requirements A. General Requirements YMCA shall forward certificates of insurance with the endorsements required below to the City as verification of coverage within 5 calendar
EXHIBIT D INSURANCE REQUIREMENTS
A. INSURANCE Before performing any contract work, Contractor shall procure and maintain, during the life of the contract, unless otherwise specified, insurance listed below. The policies of insurance shall
EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY
EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY Revised: February 23, 2008 EXHIBIT C INSURANCE REQUIREMENTS Without limiting Consultant s indemnification, Consultant shall
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
2 nd Notice AHCCCS Insurance Requirements ACTION REQUIRED September 29, 2014 Page 1 of 5
Dear Providers and Staff: 2 nd Notice ACTION REQUIRED September 29, 2014 Page 1 of 5 We distributed a blast fax communication to you on July 16 explaining that effective October 1, 2013 AHCCCS updated
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
City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software
City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software RFP GENERAL INFORMATION RFP Notification: Notice is hereby given that proposals will be received by the City of Bellevue,
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
TOWN OF SCITUATE MASSACHUSETTS
TOWN OF SCITUATE MASSACHUSETTS REQUEST FOR SERVICES Marketing Services for Town of Scituate Economic Development Commission NOVEMBER 2014 GENERAL INFORMATION The Town of Scituate, acting through its Economic
IEP REQUIRED MUSIC & ART THERAPY FOR STAMFORD PUBLIC SCHOOLS
MAIL BIDS TO: STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 RFP 15-02 REQUESTING DEPT: PURCHASING TITLE OF RFP: IEP REQUIRED MUSIC & ART THERAPY FOR STAMFORD
CITY of DALY CITY INSURANCE REQUIREMENTS
CITY of DALY CITY INSURANCE REQUIREMENTS IMPORTANT NOTE Contractors/Homeowners shall not perform any work, or allow any work to be performed, on behalf of the City or in the City right of way, until the
REQUEST FOR PROPOSALS FOR PINE GROVE ELEMENTARY SCHOOL PLAYGROUND REPLACEMENT PROJECT TOWN OF AVON, CONNECTICUT
REQUEST FOR PROPOSALS FOR PINE GROVE ELEMENTARY SCHOOL PLAYGROUND REPLACEMENT PROJECT TOWN OF AVON, CONNECTICUT The Town of Avon and Avon Board of Education are seeking written responses to a Request for
Town of Somers, Connecticut Geographic Information Consulting Services Request for Proposals
Town of Somers, Connecticut Geographic Information Consulting Services Request for Proposals The Town of Somers invites proposals for Geographic Information System consultation/ implementation services.
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
Insurance & Bonding Requirements. Eastside Trail Extension
Eastside Trail Extension A. Preamble The following requirements apply to all work under the Agreement. Compliance is required by all Bidder/Contractors. To the extent permitted by applicable law, (ABI)
Request for Quotation (RFQ) Hydrilla management via benthic matting in Henrietta, NY. Re-Release Date: Monday, December 7, 2015
New York State Department of Environmental Conservation Division of Lands and Forests Invasive Species Coordination Unit 625 Broadway, Floor 5 Albany, NY 12233-4250 Request for Quotation (RFQ) Hydrilla
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
Stephenson County, Illinois
Stephenson County, Illinois REQUEST FOR PROPOSALS For EXTERIOR CLEANING OF STEPHENSON COUNTY COURTHOUSE Bids Due: Sealed proposals are due and must be received in the Stephenson County Administrator s
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,
Request for Quotes Conductor Heads / Downspout Replacement
February 8, 2016 RFP-1516-393 Request for Quotes Conductor Heads / Downspout Replacement The Danville Public Schools Maintenance Department is requesting quotes for Collector / Downspout replacement as
Town of Durham. Selectman s Office P.O. Box 428 Durham, CT 06422. Request for Qualification
Town of Durham Selectman s Office P.O. Box 428 Durham, CT 06422 Request for Qualification REQUEST FOR LETTERS OF QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL SERVICES Board of Selectmen Laura L. Francis
The purpose of this Agreement is to establish the services of Independent Contractor to the University of La Verne on
THIS AGREEMENT is made by and between UNIVERSITY OF LA VERNE ( University ) and. Independent Contractor In consideration of the mutual promises and covenants contained herein, the parties are agreed as
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
How To Work For A City Of Germany Project
CONSULTING SERVICES AGREEMENT This Consulting Services Agreement ( Agreement ) is made and entered into this day of, 2013, by and between the City of Clovis, a Municipal Corporation, hereinafter called
D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 007316 INSURANCE REQUIREMENTS
SECTION 007316 INSURANCE REQUIREMENTS PART 1 - INSURANCE REQUIREMENTS 1.01 GENERAL A. Any person, firm or corporation Contractor authorizes to work upon the Property, including any subcontractor, shall
Invitation for Bid. For. Bank Courier Services
Invitation for Bid For Bank Courier Services Solicitation # 2015 BC Sealed bids are due March 23, 2015 Manatee County Rural Health Services Administration Attn: Sam Love, Procurement Manager 700 8 th Avenue
April 22, 2009 REQUEST FOR PROPOSALS (RFP)
April 22, 2009 REQUEST FOR PROPOSALS (RFP) The New Jersey Schools Development Authority (NJSDA) is seeking proposals to engage a contractor to provide HVAC preventative maintenance and repairs at NJSDA
P. Insurance Submittal Address: All Insurance Certificates requested shall be sent to the Clark County Purchasing and Contracts Division, Attention:
EXHIBIT B ASK PROJECT DESCRIPTION INSURANCE REQUIREMENTS TO ENSURE COMPLIANCE WITH THE CONTRACT DOCUMENT, ASK TYPE SHOULD FORWARD THE FOLLOWING INSURANCE CLAUSE AND SAMPLE INSURANCE FORM TO THEIR INSURANCE
QSP INFORMATION AT A GLANCE
QSP INFORMATION AT A GLANCE CONTACT PERSON FOR QUESTIONS/INTERPRETATIONS: HOW TO OBTAIN THE QSP DOCUMENTS: HOW TO FULLY RESPOND TO THIS QSP BY SUBMITTING A QUOTE: NON-MANDATORY JOB WALK: PROJECT LOCATION:
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
INSURANCE REQUIREMENTS
INSURANCE REQUIREMENTS TO ENSURE COMPLIANCE WITH THE CONTRACT DOCUMENT, SUPPLIERS SHOULD FORWARD THE FOLLOWING INSURANCE CLAUSE AND SAMPLE INSURANCE FORM TO THEIR INSURANCE AGENT 1. FORMAT / TIME SUPPLIER
CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION
CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION The City of San Jose is seeking to contract with a law firm or attorney licensed by
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
PROPOSAL COVER SHEET
PROPOSAL FORM L. BROOKS PATTERSON - OAKLAND COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION PROPOSAL COVER SHEET Contact Information: Oakland County Purchasing Division Building 41 West - Lower Level
City of Union, Missouri Request for Proposal Audit Services
City of Union, Missouri Request for Proposal Audit Services The City of Union is seeking proposals for qualified firms of certified public accountants to audit the City s financial statements for the fiscal
Invitation to Bid (ITB) ITB15000677
Invitation to Bid (ITB) ITB15000677 ORACLE EXADATA STORAGE SERVER SUPPORT IDAHO DEPARTMENT OF HEALTH & WELFARE INFORMATION & TECHNOLOGY SERVICES DIVISION Date of Issuance: 05/21/2015 TABLE OF CONTENTS
Insurance Requirements for Contractors (Without Construction Risks)
Insurance Requirements for Contractors (Without Construction Risks) Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to
Attachment 4. Contractor Insurance Requirements
GROUP 33700 FINE & COARSE AGGREGATES Page 1 of 7 Attachment 4 Contractor Insurance Requirements The prospective awardee shall be required to procure, at its sole cost and expense, all insurance required
CLC INSURANCE REQUIREMENTS
CLC INSURANCE REQUIREMENTS OVERVIEW All CLC Licensees are required to obtain a minimum of $1 million in general insurance, including product liability and other coverage. Insurance is required to help
CALIFORNIA HOUSING FINANCE AGENCY INSURANCE REQUIREMENTS - CONSTRUCTION RISK
CALIFORNIA HOUSING FINANCE AGENCY INSURANCE REQUIREMENTS - CONSTRUCTION RISK Prior to construction loan closing, the Borrower shall procure and maintain, and provide proof of, all required insurance coverage
Department of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Fulton County, GA August 8, 2014 Re: 14RFP070714K-NH 2015 STANDBY ENGINEERING SERVICES Dear Vendors: Attached is one (1) copy of Addendum 2, hereby made a
CERTIFICATE OF INSURANCE TO CITY OF NEWARK CALIFORNIA ( the City ) A Municipal Corporation
CERTIFICATE OF INSURANCE TO CALIFORNIA ( the City ) A Municipal Corporation Page 1 of 2 Only this Certificate of Insurance form will be accepted This certifies to the City of Newark that the following
Vendor Insurance Requirements Revised 5-12-15
Page 1 of 13 Vendor Insurance Requirements Revised 5-12-15 A Vendor shall be required to procure, at its sole cost and expense, all insurance required by Sections 2 and 3 of this Attachment 5 and, unless
May 29, 2012 Solicitation of quotations
RE CI OFN AL ADMINISTRATIVE CORPORATION JOSEPH P. BORT M ETROCENTER 101 EIGHTH STREET OAKLAND, CA 94607-4700 510/817.5700 TDDITTY 51 W81 7-5769 FAX 510/817.5848 vtetrnxiiitan Transportation (omnitssion
THE GLOCESTER SCHOOL DEPARTMENT Request for Proposals G-2015-01 Architectural Services RIDE 5 Year Capital Plan
The Glocester School Department is accepting sealed proposals for Architectural Services RIDE 5 Year Capital Plan. Proposals for Architectural Services -RIDE 5 Year Capital Plan are due at the Treasurer
5.2 Insurance Requirements The Highway Commissioner VTHD VTHD VTHD additional insured; Vernon Township Highway Department
5.2 Insurance Requirements The Highway Commissioner shall determine the minimum acceptable amounts for the following types of insurance--(1) Bodily Injury Liability and (2) Property Damage Liability. There
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
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
a. Proposals shall be submitted in a sealed envelope and addressed as follows:
1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL HVAC SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and qualified
CITY OF KYLE, TEXAS REQUESTS FOR PROPOSAL (RFP) PLUMBING SERVICES: RFP-2015-01-PARD
CITY OF KYLE, TEXAS REQUESTS FOR PROPOSAL (RFP) PLUMBING SERVICES: RFP-2015-01-PARD SPECIFICATIONS AND GENERAL PROPOSAL REQUIREMENTS FOR PLUMBING MAINTEANCE & REPAIR SERVICES FOR THE CITY OF KYLE NOTICE
NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP
NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP Insurance Recommendations for Consultant Contracts For contracts providing professional services by Accountants, Architects, Attorneys, Counselors, Consultants,
Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent
September 12, 2011 Re: 11ITB80101A-CJC-Locum Tenens Positions Staffing Services Dear Bidders: Attached is one (1) copy of Addendum 1, hereby made a part of the above referenced ITB. Except as provided
Procedures for Tenders and Contracts. October 2014. Huon Valley Council Procedures for Tenders and Contracts October 2014 Page 1 of 14
Procedures for Tenders and Contracts October 2014 Huon Valley Council Procedures for Tenders and Contracts October 2014 Page 1 of 14 Huon Valley Council Procedures for Tenders and Contracts October 2014
THE CITY OF KIRKLAND REQUEST FOR PROPOSALS (RFP) Fine Payment Processing by Credit Card Job No. 21-15-KMC
THE CITY OF KIRKLAND REQUEST FOR PROPOSALS (RFP) Fine Payment Processing by Credit Card Job No. 21-15-KMC The City of Kirkland is soliciting proposals from vendors interested in processing credit card
W.E. O NEIL CONSTRUCTION CO. OF COLORADO INSURANCE REQUIREMENTS. Project Name Project Address City, State Zip
W.E. O NEIL CONSTRUCTION CO. OF COLORADO INSURANCE REQUIREMENTS Project Name Project Address Subcontractor SHALL NOT COMMENCE WORK at the site until it has obtained and provided all insurance required
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
MIDDLESEX COUNTY UTILITIES AUTHORITY REQUEST FOR QUALIFICATIONS FOR PROVIDING SERVICES AS THE AUTHORITY S HEALTH & SAFETY CONSULTANT 2016
MIDDLESEX COUNTY UTILITIES AUTHORITY REQUEST FOR QUALIFICATIONS FOR PROVIDING SERVICES AS THE AUTHORITY S HEALTH & SAFETY CONSULTANT 2016 DEADLINE: 11:00 AM ON NOVEMBER 6, 2015 This REQUEST FOR QUALIFICATIONS
