Black Hawk County. Pinecrest Building Fire Alarm Upgrades Engineer Project #14-135

Size: px
Start display at page:

Download "Black Hawk County. Pinecrest Building Fire Alarm Upgrades Engineer Project #14-135"

Transcription

1 Pinecrest Building Fire Alarm Upgrades Engineer Project # December 22, 2014

2 TABLE OF CONTENTS DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS NOTICE OF PROPOSED PUBLIC IMPROVEMENTS 1 NOTICE TO BIDDERS COUNTY GENERAL TERMS AND CONDITIONS ATTACHMENT A COUNTY MINIMUM INSURANCE REQUIREMENTS ATTACHMENT B NOTICE OF PROPOSED PUBLIC IMPROVEMENTS (COUNTY, CITY) ADVERTISEMENT FOR BIDS NOTICE TO CONTRACTORS INVITATION TO BID INSTRUCTIONS TO BIDDERS SUPPLEMENTARY INSTRUCTIONS TO BIDDERS FORM OF PROPOSAL GENERAL CONDITIONS - AIA 1 DIVISION 01 - GENERAL REQUIREMENTS SUMMARY OF WORK ALLOWANCES MATERIAL AND EQUIPMENT CONTRACT CONSIDERATIONS COORDINATION AND MEETINGS PROGRESS SCHEDULES QUALITY CONTROL CONTRACT CLOSEOUT 2 DIVISION 26 - ELECTRICAL BASIC ELECTRICAL REQUIREMENTS ELECTRICAL SCHEDULE OF VALUES RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 5 DIVISION 28 - ELECTRONIC SAFETY AND SECURITY BASIC ELECTRONIC SAFETY AND SECURITY REQUIREMENTS ELECTRONIC SAFETY AND SECURITY SCHEDULE OF VALUES FIRE DETECTION AND ALARM 4 TABLE OF CONTENTS Pinecrest Fire Alarm Upgrades TOC - 1 Waterloo, Iowa Project #14-135

3 PUBLIC HEARING NOTICE OF PROPOSED PUBLIC IMPROVEMENTS Notice is hereby given in accordance with the Code of Iowa, by the Board of Supervisors of, State of Iowa that said Board proposes to consider bids for furnishing with a fire alarm system located at the Pinecrest Facility, 1407 Independence Ave, Waterloo, IA. Proposed plans, specifications and bid documents are on file at the Courthouse, Building Maintenance Dept., Rm. B41 (basement), 316 E. 5th St., Waterloo, IA., and at the office of MODUS, 214 E 4 th St, Waterloo IA, and available for inspection. Each bidder shall accompany the bid with a bid security in the amount of 5% of the total value of the proposed contract in a form that meets the requirements of Section of the Iowa Code as amended. A public hearing/bid opening will be held at which time all interested persons may appear and file objections or comments to the proposed plans, specifications, and proposed cost of the project. The hearing/bid opening is set for Tuesday, January 20, 2015, at 9:00 a.m. in the Board of Supervisors meet room, Rm. 201, in the Courthouse, 316 E. 5th St., Waterloo, IA. Published upon order of the Board of Supervisors, Craig White, Chair, Waterloo, IA, and dated this 30 th day of December, BLACK HAWK COUNTY STATE OF IOWA Grant Veeder, County Auditor NOTICE OF PROPOSED PUBLIC IMPROVEMENTS Pinecrest Fire Alarm Upgrades Waterloo, Iowa Project #14-135

4 NOTICE TO BIDDERS The Board of Supervisors gives notice that sealed bids will be received for furnishing with a fire system in the Pinecrest building, 1407 Independence Ave, Waterloo, IA, The bidder must be familiar with the specifications and requirements of the bid proposal and the bidder offers to furnish those services to the County as required in its bid proposal. The bidding documents for this project are on file and available upon request at the Black Hawk County Courthouse, Building Maintenance Dept., 316 E. 5th St., Rm. B41 (basement), Waterloo, IA 50703, and at the offices of MODUS, 214 E 4 th St, Waterloo IA This published notice is an abbreviation of the bid specifications. A mandatory pre-bid meeting shall be held on Monday, January 12, 2015 at 10:00 am at the Pinecrest Facility, 1407 Independence Ave, Waterloo, IA, meet in the front lobby. In order to be considered for the bidding, the contractor or his/her designee must attend this meeting. It is the bidder s responsibility to determine the bid price based on the bidder s own evaluation. The project and term of contract shall be completed on or before May 29, Each bidder shall accompany the bid with a bid security by a bid bond, cash deposit, cashier s check or a certified check payable to in the amount of not less than 5% of the total proposed project. Bid security shall be returned to bidders who were not awarded the contract, upon signing of the contract. Sealed bid proposals must be received no later than 4:00 p.m. on Monday, January 19, 2015 at the Courthouse, Building Maintenance Dept., 316 E. 5th St., Rm. B41 (basement), Waterloo, IA. Each bid is to be clearly marked on the Form of Bid and submitted in a sealed envelope clearly marked Bid Proposal for Pinecrest Fire Alarm Project Black Hawk County, IA.. Bid security shall accompany the bid proposal in a separate sealed envelope and shall be clearly marked Bid security for Pinecrest Fire Alarm Project Black Hawk County, IA. The name of the company must be clearly marked on both envelopes. All bids must be hand-delivered or mailed to the above address and it is the sole responsibility of the bidder to ensure that the bid is received by at the specified date and time. NO FAXED OR ED BIDS WILL BE ACCEPTED UNDER ANY CIRCUMSTANCES. Any bid submitted after the specified date and/or time shall be rejected. Upon signing the contract, a Performance Bond in the amount equal to the proposed project contract shall be required and submitted before work commences. The Performance Bond shall remain in force for a period of not less than 12 months after completion and final acceptance of the project by the engineer and the owner. Performance bond shall cover the entire contract amount and shall escalate by all approved change orders. It is the contractor s responsibility to NOTICE TO BIDDERS Pinecrest Fire Alarm Upgrades Waterloo, Iowa Project #14-135

5 submit change orders to the bond company for approval prior to seeking Board approval for the change. The public hearing/bid opening is set for Tuesday, January 20, 2015, at 9:15 a.m. during the regular meeting of the Board of Supervisors, Courthouse, 316 E. 5th St., Waterloo, IA. No bidder may withdraw his bid for at least thirty (30) calendar days after the scheduled opening of the bids. The award of contract shall follow at a later date following an examination of the bids for accuracy. Prior to the signing of the contract, a Certificate of Insurance naming Black Hawk County as an additional insured shall be required and submitted before work commences and remain in effect until the project is complete and accepted. Published upon order of the Board of Supervisors, Craig White, Chair, Waterloo, IA and dated this 30 th day of December, BLACK HAWK COUNTY STATE OF IOWA Grant Veeder, County Auditor NOTICE TO BIDDERS Pinecrest Fire Alarm Upgrades Waterloo, Iowa Project #14-135

6 Attachment A GENERAL TERMS AND CONDITIONS 1. LANGUAGE, WORDS USED INTERCHANGEABLY - The word COUNTY refers to the COUNTY OF BLACK HAWK, IOWA throughout these Instructions to Bidders and General Terms and Conditions. Similarly, BIDDER refers to the person or company submitting an offer to sell its goods or services to the COUNTY. The words QUOTATION, BID and PROPOSAL are all offers from a BIDDER, but may represent different methods of obtaining price and other information from the BIDDER. 2. BID TABULATION AVAILABILITY - Bids will be evaluated promptly after opening. After award, a bid tabulation summary will be sent to all companies who submitted a bid or returned a Statement of No Bid. BID RESULTS WILL NOT BE GIVEN OVER THE TELEPHONE. No Bid may be withdrawn for a period of sixty (60) calendar days of the Bid Opening date. 3. BIDDER QUALIFICATIONS - No Bid shall be accepted from, and no contract will be awarded to, any person, firm or corporation that is in arrears to the County upon debt or contract, that is a defaulter, as surety or otherwise, upon any obligation to the County, or that is deemed irresponsible or unreliable by the County. If requested, Bidders shall be required to submit satisfactory evidence that they have a practical knowledge of the particular supply/service bid and that they have the necessary financial resources to provide the proposed supply/service as described in the attached Technical Proposal specifications. 4. BID FORM - Each Bidder must submit an original Bid on the forms attached plus any additional sheets provided by the Bidder that may be required for additional information. The Bidder shall sign his/her Bid correctly, and the Bid may be rejected if it shows any omissions, alterations of the form, additions not called for in the Bid, or any irregularities of any kind. The County will not consider replies that are not on the County s form. Bidders may submit additional information and brochures relative to the services for which they are offering pricing, but those submittals will only be considered in addition to, not in lieu of, any bid submitted on the County s form. In case of a discrepancy between the unit price and the extended price, the unit price shall prevail. 5. SPECIFICATION DEVIATIONS BY THE BIDDER - Any deviation from this specification MUST be noted in detail, and submitted in writing and attached to the Bid Form. Completed specifications should be attached for any substitutions offered, or when amplifications are desirable or necessary. The absence of the specification deviation statement and accompanying specifications will hold the Bidder strictly accountable to the specifications as written herein. Failure to submit this document of specification deviation, if applicable, shall be grounds for rejection of the item when offered for delivery. If specifications or GENERAL TERMS AND CONDITIONS Pinecrest Fire Alarm Upgrades

7 descriptive papers are submitted with Bids, the Bidder s name should be clearly shown on each document. 6. BIDDER REPRESENTATION - Each Bidder must sign the Bid with his/her usual signature and shall give his/her full business address on the form provided in this Bid. 7. COLLUSIVE BIDDING - The Bidder certifies that the bid submitted by said Bidder is done so without any previous understanding, agreement or connection with any person, firm, or corporation making a bid for the same contract, without prior knowledge of competitive prices, and it is, in all respects, fair, without outside control, collusion, fraud or otherwise illegal action. 8. BROCHURES - Bids may include adequate brochures and advertising literature describing the service offered in such fashion as to permit ready comparison with our specifications where applicable. 9. SPECIFICATION CHANGES, ADDITIONS AND DELETIONS - All changes in Bid documents shall be through written addendum and furnished to all Bidders. Verbal information obtained otherwise will not be considered in awarding of Bids. 10. BID CHANGES - Bids amendments thereto or withdrawal requests received after the time advertised for Bid Opening will be void regardless of when they were mailed. 11. HOLD HARMLESS AGREEMENT - The Bidder agrees to protect, defend, indemnify and hold harmless the County of Black Hawk, its officers, and its employees, the United States Government, FEMA, and the State of Iowa, their agencies and agents, from any and all claims and damages of every kind and nature made, rendered or incurred by or on behalf of every person or corporation whatsoever, including the parties hereto and their employees that may arise, occur, or grow out of any acts, actions, work or other activity done by the Bidder, its employees, subcontractors or any independent contractors working under the direction of either the Contractor or subcontractor in the performance of this contract. 12. COMPLETION DATE - The completion as stated in the Bid Form shall be the time required to complete project after the award of the Contract. Where multiple items appear on a Bid request, the Bidder shall, unless otherwise stated by the County, show the completion date for each item separately. If only a single completion date is shown, it will mean that all tasks of the project included in the Bid can and will be delivered on or before the specified date. The Bidder agrees that the project will be completed in the time stated, assuming that the time between the Bid Opening and the Notice to Proceed does not exceed the number of days so stipulated. The right is reserved to reject any Bid in which the completion time indicated is considered sufficient to delay the operational needs for which the service is intended. 13. BID REJECTION OR PARTIAL ACCEPTANCE - The County reserves the right to reject any or all Bids. The County further reserves the right to waive technicalities and formalities in Bids, as well as to accept in whole or in part such Bids where it is deemed advisable in protection of the best interests of the County. GENERAL TERMS AND CONDITIONS Pinecrest Fire Alarm Upgrades

8 14. BID CURRENCY/LANGUAGE - All Bid prices shall be shown in US Dollars ($). All prices must remain firm for the duration of the contract regardless of the exchange rate. All bid responses must be submitted in English. 15. PAYMENTS - Payments will be made for all goods/services delivered, inspected and accepted within 30 days and upon receipt of an original invoice. 16. MODIFICATION, ADDENDA AND INTERPRETATIONS - Any apparent inconsistencies, or any matter requiring explanation or interpretation, must be inquired into by the Bidder in writing at least 72 hours (excluding weekends and holidays) prior to the time set for the Bid Opening. Any and all such interpretations or modifications will be in the form of written addenda. All addenda shall become part of the contract documents and shall be acknowledged and dated on the Signature Page. 17. LAWS AND REGULATIONS - All applicable State of Iowa and federal laws, ordinances, licenses and regulations of a governmental body having jurisdiction shall apply to the award throughout as the case may be, and are incorporated here by reference. 18. TELEGRAPHIC/ELECTRONIC BID SUBMITTAL - Telegraphic and/or bid offers sent by electronic devices (e.g. facsimile machines) are not acceptable and will be rejected upon receipt. Proposing firms will be expected to allow adequate time for delivery of their bid either by airfreight, postal service, or other means. 19. MISCELLANEOUS - The County reserves the right to reject any and all bids or parts thereof. The County reserves the right to inspect Contractor s facilities prior to the award of this bid. The County reserves the right to negotiate optional items with the successful Bidder. 20. MODIFICATION OF AGREEMENT - No modification of award shall be binding unless made in writing and signed by the County. 21. CANCELLATION - Either party may cancel the award in the event that a petition, either voluntary or involuntary, is filed to declare the other party bankrupt or insolvent or in the event that such party makes an assignment for the benefit of creditors. 22. TERMINATION OF AWARD FOR CAUSE - If, through any cause, the successful Bidder shall fail to fulfill in a timely and proper manner its obligations or if the successful Bidder shall violate any of the covenants, agreements or stipulations of the award, the County shall thereupon have the right to terminate the award by giving written notice to the successful Bidder of such termination and specifying the effective date of termination. In that event, and as of the time that notice is given by the County, all finished or unfinished services, reports or other materials prepared by the successful Bidder shall, at the option of the County, become its property, and the successful Bidder shall be entitled to receive compensation for any satisfactory work completed, prepared documents or materials as furnished. Notwithstanding the above, the successful Bidder shall not be relieved of liability to the County for damage sustained by the County by virtue of breach of the award by the GENERAL TERMS AND CONDITIONS Pinecrest Fire Alarm Upgrades

9 successful Bidder. The County may withhold any payments to the successful Bidder for the purpose of set-off until such time as the exact amount of damages due the County from the successful Bidder is determined. 23. TERMINATION OF AWARD FOR CONVENIENCE - The County may terminate the award at any time by giving written notice to the successful Bidder of such termination and specifying the effective date thereof, at least sixty (60) working days before the effective date of such termination. In that event, all finished or unfinished services, reports, materials(s) prepared or furnished by the successful Bidder or under the award shall, at the option of the County, become its property. If the award is terminated due to the fault of the successful Bidder, termination of award for cause relative to termination shall apply. If the award is terminated by the County as provided herein, the successful Bidder will be paid an amount as of the time notice is given by the County which bears the same ratio to the total compensation as the services actually performed bear to the total services the successful Bidder covered by the award, less payments of compensation previously made. 24. FORCE MAJEURE - For the purpose hereof, force majeure shall be any of the following events: acts of God or the public enemy; compliance with any order, rule, regulation, decree, or request of any governmental authority or agency or person purporting to act therefore; acts of war, public disorder, rebellion, terrorism, or sabotage; floods, hurricanes, or other storms; strikes or labor disputes; or any other cause whether or not of the class or kind specifically named or referred to herein not within the reasonable control of the party affected. a. A delay in or failure of performance of either party shall not constitute a default hereunder nor be the basis for, or give rise to, any claim for damages, if and to the extent such delay or failure is caused by force majeure. b. The party who is prevented from performing by force majeure (i) shall be obligated, within a period not to exceed fourteen (14) days after the occurrence or detection of any such event to give notice to the other party setting forth in reasonable detail the nature thereof and the anticipated extent of the delay, and (ii) shall remedy such cause as soon as reasonably possible. 25. ASSIGNMENT - Bidder shall not assign this order or any monies to become due hereunder without the prior written consent of the County. Any assignment or attempt at assignment made without such consent of the County shall be void. 26. EQUAL OPPORTUNITY - The successful firm agrees not to refuse to hire, discharge, promote, demote, or to otherwise discriminate in matters of compensation against any person otherwise qualified solely because of race, creed, sex, national origin, ancestry or physical handicap. Firms submitting bids must be an Equal Opportunity Employer as defined in the Civil Rights Act of 1964 and in Iowa Executive Order Number Thirty-Four. 27. TIME PERIOD - Prices are to be honored for the time period stated in your response on the Signature Page. GENERAL TERMS AND CONDITIONS Pinecrest Fire Alarm Upgrades

10 28. EXTENSION - Any or all of the awards made as a result of this Request for Bid may be extended for an additional period of time, up to one year, if mutually agreed between the parties. 29. FOB POINT - In terms of loss or damage, as well as where title to the goods is passed, please quote FOB - Destination. 30. METHOD OF AWARDING/QUOTING - The County reserves the right to make awards based on the entire bid or on an individual basis. However if you offer your bid based on an all or none condition, the County may consider your bid non-responsive and reject the entire bid. 31. TAXES - The County of Black Hawk is exempt from sales tax and certain other use taxes. Any charges for taxes from which the County is exempt will be deducted from invoices before payment is made. 32. BID INFORMATION IS PUBLIC All documents submitted with any bid or proposal shall become public documents and subject to Iowa Code Chapter 22, which is otherwise known as the Iowa Open Records Law. By submitting any document to the County of Black Hawk in connection with a bid or proposal, the submitting party recognized this and waives any claim against the County of Black Hawk and any of its officers and employees relating to the release of any document or information submitted. Each submitting party shall hold the County of Black Hawk and its officers and employees harmless from any claims arising from the release of any document or information made available to the County of Black Hawk arising from any bid opportunity. 33. PURCHASE ORDER Purchase Orders will not be issued from the County of Black Hawk 34. NO GIFT STANDARD - The County of Black Hawk is committed to upholding the highest ethical standards in all of our business practices. This standard recognizes the need to avoid even the perception of improper gifts or favors to employees. Therefore, we ask all vendors to abide by our No Gift standard. The No Gift standard also applies to all offers of discounts or free items at any place of business targeted toward a County employee and not available to the general public, regardless of the value. 35. ACCURACY OF BID It is the bidder s responsibility to determine the bid price based on the bidder s own evaluation of the space to be covered and the work to be done. Accuracy is the bidder s responsibility. GENERAL TERMS AND CONDITIONS Pinecrest Fire Alarm Upgrades

11 Attachment B MINIMUM INSURANCE REQUIREMENTS A. At all times during the contract/agreement the outside party will carry and maintain, at the outside party s expense, the following insurance: B. 1. Commercial General Liability Insurance Policy, including but not limited to, insurance for premises construction operations (when applicable), contractual liability, completed operations with respect to liability arising out of the ownership, use, occupancy or maintenance of the premises and all areas appurtenant thereto, to afford protection with respect to bodily injury, personal injury, death or property damage of not less than One Million Dollars ($1,000,000) per occurrence combined single limit/two Million Dollars ($2,000,000) general aggregate. The County reserves the right to require increased liability limits, not to exceed Fifteen Million Dollars ($15,000,000) from bidders, should the project represent an elevated hazard level to the County as determined by the Board of Supervisors. 2. Comprehensive Automobile Liability Insurance Policy with limits for each occurrence of not less than One Million Dollars ($1,000,000) Combined Single Limit with respect to bodily injury, property damage or death. 3. Workers Compensation Insurance Policy or similar insurance in form and amounts required by law. C. Should the bid require design elements (i.e. architectural, engineering, or professional system designs), the outside party may be required to carry professional errors and omissions coverage with a limit for each claim of not less than One Million Dollars ($1,000,000). D. Coverage must be maintained by a financially stable carrier with a minimum AM Best rating of A-. It will be the outside party s responsibility to provide proof of its carrier s rating. E. The outside party shall agree to the following: 1. will be named as an additional insured with respect to all casualty insurance policies. 2. Certificate of insurance will be submitted to the Board Office the contract and shall include a thirty-day notice of cancellation provision. The contract will not be signed until the proof of insurance has been approved. GENERAL TERMS AND CONDITIONS Pinecrest Fire Alarm Upgrades Waterloo, Iowa Project #

12 3. If the outside party fails to perform any of its obligations under the County s Insurance and Policy Requirements, reserves the right to either purchase the required insurance coverage and assess the cost directly to the outside party, or to declare the outside party s bid invalid. 4. Hold Harmless Agreement The outside party shall indemnify and hold harmless, its agents and employees, from and against all claims, damages, losses and expenses including attorneys fees arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense: a. is attributable to bodily injury, sickness, disease or death, or to the damage to or destruction of tangible property (other than the work itself) including the loss of use resulting therefrom, and b. is caused in whole or in part by any negligent act or omission of the outside party or its subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. c. Each contract/agreement shall contain the following language (when applicable): Contractor/Permitee/Licensee agrees that for all work done in the county road right of ways, easements and county property, it shall be solely responsible for work zone safety and shall hold the County harmless and agree to indemnify the County for all claims that arise from its work in the right of way, and further, it agrees that it will adhere to the Manual on Uniform Traffic Control Devices during the project. GENERAL TERMS AND CONDITIONS Pinecrest Fire Alarm Upgrades Waterloo, Iowa Project #

13 PART 1 GENERAL 1.01 PROJECT SECTION ADVERTISEMENT FOR BIDS A. The Board of Supervisors gives notice that sealed bids will be recieved for the fire alarm upgrades located at 1407 Independence Avenue, Waterloo, Iowa BID DATE/TIME A. Monday, Jaunary 19, 2015 at 4 pm 1.03 CONTRACTS A. FIRE ALARM CONTRACTOR 1.04 PROJECT COST ESTIMATE A. $135, BID SECURITY A. 5% 1.06 ENGINEER A. MODUS 214 E. 4th Street Waterloo, Iowa P F 1.07 PRE-BID CONFERENCE A. January 12, 2015 at 10:00 am. Meet in the lobby at Pinecrest located at 1407 Independence Ave, Waterloo, Iowa COMPLETION DATE A. May 29, DESCRIPTION OF PROJECT A. Upgrade the existing fire alarm system throughout the facility DISTRIBUTION OF DOCUMENTS A. NO DEPOSIT will be required, but all bidders are asked to return their Bidding Documents within fifteen (15) days after opening of bids. END OF SECTION ADVERTISEMENT FOR BIDS Pinecrest Fire Alarm Upgrades

14 SECTION NOTICE TO CONTRACTORS PART 1 GENERAL PROJECT: The Board of Supervisors gives notice that sealed bids will be recieved for the fire alarm upgrades located at 1407 Independence Avenue, Waterloo, Iowa. BID DATE/TIME: January 19, 2015 at 4pm LOCATION: Courthouse, 316 E. 5th Street, Room B-41, Waterloo, Iowa Sealed proposals for the above project will be received, publicly opened and read aloud at the time and location stated above by the Board of Supervisors of BLACK HAWK COUNTY COURTHOUSE. This district includes all or part of the following Iowa Counties: BLACK HAWK Copies of the plans and specifications and other contract documents are now on file and available for inspection at the above bidding location and sets for contractors/suppliers can be ordered through the office of the engineer, MODUS, 214 E. 4th Street, Waterloo, IA NO DEPOSIT will be required, but all bidders are asked to return their Bidding Documents within fifteen (15) days after opening of bids. Single proposal will be received for the work of the Fire Alarm Contractor, (which includes the work of the electrical subcontractor). Subcontractors of all construction trades shall submit bids to the prime contractor covering the scope of work bid. Award of the contract shall be to the lowest responsible bidder based on base bid and selected alternates and in conformance to the Bidding documents prepared by MODUS. Each proposal must be accompanied by a bid security, cash deposit, cashiers check, or a certified check on a solvent bank chartered under the laws of the United States in the amount of not less than 5% nor more than 10% of the proposal submitted therewith. Bid Security shall be made payable to the Treasurer of BLACK HAWK COUNTY BOARD OF SUPERVISORS. Should the successful bidder fail or neglect to furnish a satisfactory surety bond, refuse to enter into contract on the basis of the bid, or fail to meet the requirements for this Notice and the specifications regulating the award, the bidder's security may be retained as liquidated damages. No bidder may withdraw the proposal for a period of thirty calendar (30) days after the date and hour set for opening of bids. The work under the Contract shall be commended immediately after execution of the Owner-Contractor Agreement and substantially completed by a mutually agreed upon date, all as set forth in contractual documents. NOTICE TO CONTRACTORS Pinecrest Fire Alarm Upgrades

15 By virtue of statutory authority, the contractor shall give preference to Iowa Domestic Labor, products and provisions grown, and coal produced within the State of Iowa, according to the provisions of Chapter 73, Code of Iowa The right to reject any or all bids and to waive any irregularities therein is reserved by BLACK HAWK COUNTY COURTHOUSE. DATED AT: WATERLOO, IOWA 50703, this 30th day of December, BY ORDER OF: BLACK HAWK COUNTY, STATE OF IOWA BY: GRANT VEEDER, COUNTY AUDITOR END OF SECTION NOTICE TO CONTRACTORS Pinecrest Fire Alarm Upgrades

16 SECTION INVITATION TO BID 1.01 PROJECT A. Upgrades to the fire alarm system at the Pinecrest building BID DATE A. January 19, 2015 at 4pm 1.03 CONTRACT A. SINGLE FIRE ALARM 1.04 PROJECT COST ESTIMATE A. $135, BID SECURITY A. 5% 1.06 ARCHITECT/ENGINEER A. MODUS 214 E. 4th Street Waterloo, Iowa Telephone Fax 1.07 PRE-BID CONFERENCE A. January 12, 2015 at 10:00 am. Meet in the lobby at Pinecrest locaed at 1407 Independence Ave, Waterloo, Iowa COMPLETION DATE A. May 29, DISTRIBUTION OF DOCUMENTS A. Bidding documents may be obtained from the architect/engineer under the following conditions: 1. Qualified plan houses receive all-branch sets free of charge, provided they log all usage of the documents and return to us within ten (10) days after bidding. A list of those plans is found in the "Supplementary Instructions to Bidders" of these specifications. 2. Plans will not be issued within one week of bidding date. 3. NO DEPOSIT will be required, but all bidders are asked to return their Bidding Documents within fifteen (15) days after opening of bids. END OF SECTION INVITATION TO BID Pinecrest Fire Alarm Upgrades

17 PART 1 GENERAL 1.01 INSTRUCTIONS SECTION INSTRUCTIONS TO BIDDERS A. "Instructions to Bidders" shall be AIA Document A701, 1997, Article 1 through 8 inclusive, by the American Institute 1735 New York Ave NW, Washington DC is hereby made to govern and accompany the drawings, specifications, and the following Supplementary Instructions to Bidders. However, the Supplementary Instructions to Bidders shall take precedence over and modify any statements of the AIA forms. Although AIA Document A701, 1997 is not bound in these specifications, the document is considered inclusive by reference and as modified by the Supplementary Instructions to Bidders hereafter. A copy of the Instructions to Bidders is available at MODUS and can be purchased for a cost of $8.80 as required by AIA. END OF SECTION INSTRUCTIONS TO BIDDERS Pinecrest Fire Alarm Upgrades

18 PART 1 GENERAL 1.01 SCOPE SECTION SUPPLEMENTARY INSTRUCTIONS TO BIDDERS A. The following Supplementary Instructions to Bidders shall be intended to modify and expand the referenced Instructions to Bidders and they shall take precedence over any statements of the AIA Document A701, 1997 forms. The article and paragraph of the AIA Document which the supplementary statement refers to is so noted. Where any part of the AIA, A701, Instruction to Bidders is modified, the unaltered provisions of that part shall remain in effect ARTICLE 3 BIDDING DOCUMENTS (3.1.5) A. List of Drawings and Specifications 1. Drawings: All drawings are all branch sets. A set of drawings consists of the following sheets: FA100-FA Specifications: Division 26 and 28 B. All bidders will receive index specification headings in addition to the specific headings listed below: 1. Title Sheet 2. Index 3. Invitation to Bid 4. Instructions to Bidders 5. Supplementary Instructions to Bidders 6. Form of Proposals. 7. General Conditions. 8. Supplementary General Conditions PLAN AND SPECIFICATION ON FILE A. Bidding documents may also be examined at the following locations: 1. Owner:, 316 E. 5th Street, Room 203, Waterloo, IA MODUS, 214 E. 4th Street, Waterloo, IA Master Builders 221 Park Street, Box 695, Des Moines, IA INQUIRIES A. All inquiries are to be direct to Ryan Vestal at MODUS, [214 E. 4th Street, Waterloo, IA ; (phone) and (fax), rvestal@modus-eng.com ( ). B. Replies which revise the bidding documents will be issued to all bidding document holders of record as an addenda to the bidding documents and will become a part of the Contract. The engineer and owner will not be responsible for oral clarifications INTERPRETATION OF THE CONTRACT DOCUMENT (3.2.4) A. In the event that any questions shall arise after the letting of the contract, respecting the true meaning of the drawings and specifications, the matter shall be referred to the engineer, whose decision shall be conclusive upon all parties to the contract. No advantage shall be taken of any manifest errors or omissions which affect the submitted bid APPROVAL OF SUBSTITUTIONS (3.3.3) A. Approval to bid any material other than the specified products and any listed pre-approved substitutions must be requested by the supplier, in writing. If approved, the engineer will submit the approval on an addendum. The requesting letter must be received by the engineer no less than 7 days prior to the bid date. Any materials not so approved will not be permitted on the project. This also applies to subcontractors, which must be approved prior to the bidding when so specified BID SECURITY (4.2.1) A. Modify Subparagraph as Follows: SUPPLEMENTARY INSTRUCTIONS TO BIDDERS Pinecrest Fire Alarm Upgrades

19 1.08 BIDS 1. Bid Security will be required as stipulated in the Advertisement for Bids and Notice to Contractors, and if Bid Bond is used shall be as specified in Instructions to Bidders A701, Bid security shall be submitted in a separate envelope than the proposal form under the letterhead of the Contractor. The envelope shall have typed on its face the following identification: Bid Security for the Fire Alarm Upgrades to the Pinecrest building. A Identification of Proposal: Proposal shall be submitted in a single envelope under the letterhead of the Contractor. The envelope shall have typed on its face the following identification: Proposal for the Fire Alarm Upgrades to the Pinecrest building. B Submission of Bid: Bid shall be mailed or delivered to the secretary of the owner on the Form of Proposal (or copy) so as to reach its destination prior to time set for bidding. C Withdrawal of Bid: No bidder may withdraw his bid for a period of 30 days after the date and hour set for opening of bids. D Special Notice: Bidders are hereby given notice to check carefully the accuracy and arithmetic of their bids before submission. Errors in bids will result in rejection of the bid and be awarded to the next low bidder and disposition of Bid Security is at the discretion of the owner ARTICLE 5 CONSIDERATION OF BIDS A Standard of Bidding Procedures: Bidding and award procedures will be conducted according to the latest edition of "Manual of Recommended Procedure for Competitive Bidding and Award of Building Contracts" as prepared by Construction Council of Iowa (C.C.I). B Acceptance of Bids: Bids will be acted upon at the time of bidding or at such subsequent time as the owner may decide within the time limit stated in S.I.B above ARTICLE 6 POST-BID INFORMATION A Qualification of Bidders: Submission of the proposal for this work shall constitute assurance that the contractor is qualified and will be able to furnish all of the requirements of this contract, including bonds, guarantees, insurance, and related items as required and herein set out ARTICLE 7 PERFORMANCE BOND AND PAYMENT BOND A Bond: Bond under this contract will be required according to Furnishing the Bond shall be executed within 14 days of the Notice of Award of Contract. The Bond shall continue for twelve (12) months from the day on which final payment under the contracts falls due and shall be written on AIA Document A312. Contractor shall deliver a bond in the full amount (100%) of the contract sum concurrently with the signed Agreement including any change orders to the signed agreement ARTICLE 8 FORM OF AGREEMENT (8.1) A. Form of Contract: If the contractor is notified of the acceptance of this proposal, the contractor agrees to execute a contract for the work for the stated compensation in the form of the AIA Standard Form of Agreement Between Contractor and Owner for Construction, AIA Document A101, 1997 Edition. Sample copy on file at the engineer's office. The low bid contractor shall execute the signed agreement within 14 days of the Notice of Award of Contract. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION SUPPLEMENTARY INSTRUCTIONS TO BIDDERS Pinecrest Fire Alarm Upgrades

20 SECTION FORM OF PROPOSAL 1.01 PROJECT A. Pinecrest Fire Alarm System Upgrades BID DATE A. January 19, 2015 at 4 pm B. Submit bid in duplicate with Bid Security attached in a separate envelope DOCUMENTS A. County General Terms and Conditions B. County Minimum Insurance Requirements C. Invitation to Bid D. Instructions and Supplementary Instructions to Bidders E. General and Supplementary General Conditions F. Proposal Bid Form properly executed with Bid Security and/or other Supplementary Forms. G. Plans and Specifications H. Addenda: 1. Addendum #1, Dated: 2. Addendum #2, Dated: 3. Addendum #3, Dated: 4. Addendum #4, Dated: 5. Addendum #5, Dated: (Contractor to insert date of each Addenda received) 1.04 AGREEMENTS A. In submitting this proposal, the contractor agrees to the following stipulations: 1. The bid is in full compliance with the Contract Documents. 2. Accompanying this proposal is the Bid Security (Bid Bond, Certified Check, Certified Share Draft, Cashier's Check or Cash) required to be furnished by the Contract Documents, the same being subject to forfeiture in the event of default by the undersigned in accordance with the terms of the specifications. 3. In submitting this bid it is understood that the right is reserved by the owner to reject minor bids and waive all informalities and irregularities in connection therewith, if the same is judged to be in the best interest of the owner. 4. Payment shall be received for services as set forth in the Contract Documents. 5. Shall execute a Contract and present Bonds within ten (10) days after formal written notice of award for the above stated compensation. 6. Shall execute and pay premium on and deliver to the Owner's representative satisfactory bonds in the form stated. The bonds shall be in the full amount of the contract price, extending from the date of final completion to a date two (2) years later than the date of final completion. 7. Shall furnish all insurance certifications before entering or starting work at the site. 8. Iowa Sales Tax and applicable Local Option Sales Tax shall [NOT] be included in the Bid. 9. Contract date will be on or after the bidding date, and Contractor will be required to hold valid all terms of the proposal. 10. The requirements of the Instructions to Bidders will be adhered to. 11. If the undersigned is notified of the acceptance of this proposal, he/she agrees to execute a contract for the above work, for the below stated compensation in the form prescribed in Article 8.2 of the Supplementary Instructions to Bidders. 12. The Bid will not be withdrawn for sixty (60) days after the opening thereof. FORM OF PROPOSAL Pinecrest Fire Alarm Upgrades

21 1.05 PROPOSAL 13. The undersigned agrees, if awarded the contract, to have the work substantially completed on or before the 29th day of May, The undersigned agrees, if awarded the contract and required by Article 7 to execute and deliver to the owner prior to the signing of the agreement, a satisfactory bond in the form set out in Paragraph 7.3 of the Supplementary Instructions to Bidders. OR 15. To include in the bid all other taxes lawfully assessed against the contractor or company in connection with the work included herein. SEE: SALES AND USE TAX Having carefully examined the contract documents as well as the premises and conditions affecting the work, the undersigned hereby proposes to furnish all labor and materials to complete the general contract requirements of the project in accordance with said documents for the sum of: DOLLARS ($ ) BASE BID RESPECTFULLY SUBMITTED, PERSON, FIRM OR CORPORATION BIDDER FIRM: BY: BY: (Signature: Owner, Partner, Manager, etc) (Print: Owner, Partner, etc) Date: Address 1: City, State, Zip: Phone: Fax: END OF SECTION FORM OF PROPOSAL Pinecrest Fire Alarm Upgrades

22 PART 1 GENERAL 1.01 GENERAL CONDITIONS SECTION GENERAL CONDITIONS - AIA A. General Conditions for the Contract for Construction shall be AIA Document A201 Fifteenth Edition, Article 1 through 14 inclusive, November 1997 by the American Institute of Architects, 1735 New York Avenue, Northwest, Washington D.C. are hereby made to govern the accompanying drawings and specifications, except that the accompanying Supplementary General Conditions shall take precedence over and modify, delete, and/or add to any statements of the AIA forms. B. Although AIA Document A201, 2007 is not bound in these specifications, the document is considered inclusive by reference and as modified by the Supplementary General Conditions hereafter. A copy of the General Conditions is available at this office and can be purchased for a $3.00 cost as required by the AIA. END OF SECTION GENERAL CONDITIONS - AIA Pinecrest Fire Alarm Upgrades

23 PART 1 GENERAL 1.01 RELATED DOCUMENTS SECTION SUMMARY OF WORK A. Drawings and general construction provisions of the Contract including common sections and other divisions and sections of the specifications to which the products, materials, and systems specified herein are attached, supporting, protecting or related SUMMARY A. This section includes the following: 1. Work covered by the contract documents. 2. Type of the contract. 3. Work phases. 4. Work under other contracts. 5. Products ordered in advance. 6. Owner-furnish products. 7. Use of premises. 8. Owner's occupancy requirements. 9. Work restrictions. 10. Specification formats and conventions WORK COVERED BY CONTRACT DOCUMENTS A. Project Location: 1407 Independence Avenue, Waterloo, Iowa B. Engineer: MODUS 214 East 4th Street Waterloo, IA C. The Work Consists of the following. The work includes expanding the existing addressible panel to be a complete and working system and expand new addressible devices throughout to meet local codes TYPE OF CONTRACT A. Project will be constructed under a single prime contract WORK PHASES A. The work shall be constructed under one phase WORK UNDER OTHER CONTRACTS A. Cooperate fully with separate contractors so work on those contracts may be carried out smoothly, without interfering with or delaying work under this contract. Coordinate the work of this contract with work performed under separate contracts. B. Future Work: Owner will award separate contracts for the following additional work to be performed at site of Substantial Completion. Completion of that work will depend on successful completion of preparatory work under this Contract USE OF PREMISES A. Limit use of premises to work in areas indicated. Do not disturb portions of project site beyond areas in which the work is indicated. B. Limits: Confine construction operations to the addition and adjacent remodeled spaces. C. Limit site disturbance, including earthwork to five feet beyond primary roadway curbs and walkways OWNER OCCUPANCY A. Allow for owner occupancy of project site and use by the public. SUMMARY OF WORK Pinecrest Fire Alarm Upgrades

24 B. Driveways and Entrances: Keep driveways and entrances serving premises clear and available to owner, owner's employees and emergency vehicles at all times. Do not use these areas for parking or storage of materials. 1. Schedule deliveries to minimize use of driveways and entrances. 2. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on-site. C. Use of Existing Building: Maintain existing building in a weathertight condition throughout construction period. Repair damage caused by construction operations. Protect building and its occupants during construction period OWNER OCCUPANCY REQUIREMENTS A. Full Owner Occupancy: Owner will occupy site and and existing building during entire construction period. Cooperate with owner during construction operations to minimize conflicts and facilitate owner usage. Perform the work so as not to interfere with owner's day-to-day operations. Maintain existing exits, unless otherwise indicated. 1. Maintain access to existing walkways, corridors, and other adjacent occupied or used facilities. Do not close or obstruct walkways, corridors, or other occupied or used facilities without written permission from the owner and authorities having jurisdiction. 2. Provide not less than 72 hours' notice to owner of activities that will affect owner's operations. B. Owner Occupancy of Completed Areas of Construction: Owner reserves the right to occupy and to place and install equipment in completed areas of building, before Substantial Completion, provided such occupancy does not interfere with completion of the work. Such placement of equipment and partial occupancy shall not constitute acceptance of the total work. 1. Architect will prepare a Certificate of Substantial Completion for each specific portion of the work to be occupied before owner occupancy. 2. Obtain a Certificate of Occupancy from authorities having jurisdiction before owner occupancy. 3. Before partial owner occupancy, mechanical and electrical systems shall be fully operational, and required tests and inspections shall be successfully completed. On occupancy, the owner will operate and maintain mechanical and electrical systems serving occupied portions of building. 4. On occupancy, the owner will assume responsibility for maintenance and custodial service for occupied portions of building SHOP DRAWINGS A. The contractor shall submit to the engineer one (1) electronic copy for review and distribution. The engineer will keep an electronic copy WORK RESTRICTIONS A. On-Site Work Hours: Work shall be generally performed inside the existing building during normal business working hours of 7:30 am to 5:00 pm Monday through Friday, except otherwise indicated. 1. Weekend Hours: None. 2. Early Morning Hours: None 3. Hours for Utility Shutdowns: Coordinate with owner. B. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated. 1. Notify owner not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without owner's written permission. SUMMARY OF WORK Pinecrest Fire Alarm Upgrades

25 PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION SUMMARY OF WORK Pinecrest Fire Alarm Upgrades

26 PART 1 GENERAL 1.01 RELATED DOCUMENTS SECTION ALLOWANCES A. Drawings and general construction provisions of the contract including Common Sections and other Specification Section to which the products, materials, and systems specified herein are attached, supporting, protecting or related SUMMARY A. This section includes administrative and procedural requirements governing allowances. 1. Certain items are specified in the Contract Documents by allowances. Allowances have been established in lieu of additional requirements and to defer selection of actual materials and equipment to a later date when additional information is available for evaluation. If necessary, additional requirements will be issued by Change Order. B. Types of allowances include the following: 1. Lump sum allowances. 2. Unit cost allowances. 3. Quantity allowances. 4. Testing and inspecting allowances SELECTION AND PURCHASE A. At the earliest practical date after award of the contract, advise engineer of the date when final selection and purchase of each product or system described by an allowance must be completed to avoid delaying the work. B. At the engineer request, obtain proposals for each allowance for use in making final selections. Include recommendations that are relevant to performing the work. C. Purchase products and systems selected by the engineer from the designated supplier SUBMITTALS A. Submit proposal for purchase of products or systems included in allowances, in the form specified for change orders. B. Submit invoices or delivery slips to show actual quantities of materials delivered to the site for use in fulfillment of each allowance. C. Coordinate and process submittals for allowance items in same manner as for other portions of the work COORDINATION A. Coordinate allowance items with other portions of the work. Furnish templates as required to coordinate installation LUMP SUM ALLOWANCES A. Allowance shall include cost to contractor of specific products and materials ordered by owner under allowance and shall include taxes, freight, and delivery to project site. B. Contractor's costs for receiving and handling at project site, labor, installation, overhead and profit, and similar costs related to products and materials ordered by the owner under allowance shall be included as part of the Contract Sum and not part of the allowance CONTINGENCY ALLOWANCES A. Use the contingency allowance only as directed by the engineer for owner's purposes and only by Change Orders that indicate amounts to be charged to the allowance. B. Contractor's related costs for products and equipment ordered by the owner under the contingency allowance are included in the allowance and are not part of the Contract Sum. These costs include delivery, installation, taxes, insurance, equipment rental, and similar costs. ALLOWANCES Pinecrest Fire Alarm Upgrades

bidding GPS Systems in Cedar Rapids, IA

bidding GPS Systems in Cedar Rapids, IA REQUEST FOR BID GPS VEHICLE TRACKING SYSTEM - PROJECT #0408-003 CITY OF CEDAR RAPIDS, IOWA APRIL 29, 2008 You are invited to submit a bid for the purchase of a GPS Vehicle Tracking System as requested

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

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

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

More information

TOWN OF EAST HAMPTON. INVITATION to BID 2014-01-17

TOWN OF EAST HAMPTON. INVITATION to BID 2014-01-17 TOWN OF EAST HAMPTON INVITATION to BID 2014-01-17 Sealed bids will be received by the Town of East Hampton for the Towing, Maintenance and Repair of Police Vehicles for the East Hampton Police Department.

More information

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014

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

More information

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE ) PROPOSAL DOCUMENT CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVEBEVERLY HILLS, CALIFORNIA 90210(310) 285-2440 LEGAL NOTICE - PROPOSALS WANTED Sealed proposals are requested on the list

More information

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT PREPARED BY: EXETER FIRE DEPARTMENT 20 COURT STREET EXETER NH 03833 TABLE OF CONTENTS PAGE INVITATION

More information

INDEPENDENT CONTRACTORS AGREEMENT

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

More information

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

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

More information

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1 388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation

More information

MERCHANT CARD SERVICES Proposal #0209-247 Cedar Rapids Treasury Division

MERCHANT CARD SERVICES Proposal #0209-247 Cedar Rapids Treasury Division Cedar Rapids is a vibrant urban hometown a beacon for people and businesses that are invested in building a greater community for the next generation Request for Proposal June 25, 2009 MERCHANT CARD SERVICES

More information

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

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

More information

Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence

Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence Sealed request for quotes will be received by Brian Tocheri, CAO/Clerk at 341 10 th St. Hanover, Ontario, N4N 1P5 until 2:00 pm,

More information

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

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

More information

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS NEGAUNEE PUBLIC SCHOOLS REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS On a PERFORMANCE CONTRACTING BASIS July 26, 2010 NOTICE IS HEREBY GIVEN THAT THE BOARD OF EDUCATION OF NEGAUNEE

More information

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas Request For Proposal Furnish Schneider Business Park Signs Design Build Services For the Cibolo Economic Development Corporation Cibolo, Texas The City of Cibolo, Texas Economic Development Corporation

More information

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES FOR THE TOWN OF BELMONT FIRE DEPARTMENT

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES FOR THE TOWN OF BELMONT FIRE DEPARTMENT REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES FOR THE TOWN OF BELMONT FIRE DEPARTMENT 1 TABLE OF CONTENTS PAGE INVITATION FOR PROPOSALS 3 SPECIFICATIONS 4 ATTORNEY S FEES AND COSTS, INSURANCE

More information

City of Statesboro. Request for Qualifications: Life Insurance Brokerage Services

City of Statesboro. Request for Qualifications: Life Insurance Brokerage Services City of Statesboro Request for Qualifications: Life Insurance Brokerage Services The City of Statesboro is requesting sealed qualifications for the provision of life insurance brokerage services for a

More information

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

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

More information

SECTION 3 AWARD AND EXECUTION OF CONTRACT

SECTION 3 AWARD AND EXECUTION OF CONTRACT SECTION 3 AWARD AND EXECUTION OF CONTRACT 3.01 CONSIDERATION OF BIDS: After the Proposals are opened and read, the approximate estimated quantity of each item multiplied by the unit price bid for that

More 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

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

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

More information

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

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

More information

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

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

More information

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES THIS AGREEMENT is made as of December 1, 2003, by and between the San Francisquito Creek Joint Powers Authority, a body corporate and politic

More information

#5 Independent Contractor Form - With Insurance With Bonds

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

More information

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

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

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1 Invitation to Bid Asphalt Restoration and Spot Repairs For Hardin County Water District No. 1 Prepared by: Hardin County Water District No. 1 1400 Rogersville Road Radcliff, KY 40160 Phone: 270-351-3222

More information

SAMPLE SERVICES CONTRACT

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

More information

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

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Interim Director REQUEST FOR E-QUOTE NUMBER: 12CT86224YA PROJECT TITLE: Maintenance contract for MicroStation Software for Water

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

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009 DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2008 Achievement of Excellence in Procurement Award National Purchasing Institute Jerome Noble, Director REQUEST FOR QUOTE NUMBER: 09RD65575YB

More information

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

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

More information

MANTON CONSOLIDATED SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

MANTON CONSOLIDATED SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS MANTON CONSOLIDATED SCHOOLS REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS On a PERFORMANCE CONTRACTING BASIS July 16, 2010 1 NOTICE IS HEREBY GIVEN THAT THE BOARD OF EDUCATION OF MANTON

More information

QSP INFORMATION AT A GLANCE

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

More information

SELLING TERMS AND CONDITIONS

SELLING TERMS AND CONDITIONS SELLING TERMS AND CONDITIONS 1. The Agreement. All sales by Sterling Machinery, Inc., an Arkansas corporation (the Seller ) to the purchaser of Seller s Goods (the Buyer ) shall be governed by the following

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

ARTICLE 11. INSURANCE AND BONDS

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

More information

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642 COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP Issue Date: August 22, 2008 RFP #: 1642 Title: Applicant Tracking Software Classification Code: 20851 Issuing Agency: Using Agency And/Or Location Where

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Purchasing Director REQUEST FOR E-QUOTE NUMBER: 15RD99627B PROJECT TITLE: Barracuda Web App Firewall 460Vx Support and Licenses Information

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS CAMPUS PLANNING, DESIGN & CONSTRUCTION Sixth Avenue and Grant Street PO Box 172760 Bozeman, Montana 59717-2760 Phone: (406) 994-5413 Fax: (406) 994-5665 INSTRUCTIONS TO BIDDERS 1. Table of Contents Provided

More information

Agent Agreement WITNESSETH

Agent Agreement WITNESSETH PATRIOT NATIONAL UNDERWRITERS, INC. Agent Agreement THIS AGENT AGREEMENT (the Agreement ) is made and entered into by and between Patriot National Underwriters, Inc., a Texas corporation ( Patriot ), and

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

CITY OF GALVESTON CONTRACT FOR RFP#15-20 MONUMENT RESTORATION

CITY OF GALVESTON CONTRACT FOR RFP#15-20 MONUMENT RESTORATION CITY OF GALVESTON CONTRACT FOR RFP#15-20 MONUMENT RESTORATION THIS CONTRACT is entered into this day of, 201, by and between the City of Galveston, Texas, hereinafter called the City, and R. Alden Marshall

More information

SERVICE PROVIDER AGREEMENT WITNESSETH. WHEREAS, the COUNTY desires to obtain the services of said PROVIDER as further described herein referred to as

SERVICE PROVIDER AGREEMENT WITNESSETH. WHEREAS, the COUNTY desires to obtain the services of said PROVIDER as further described herein referred to as SERVICE PROVIDER AGREEMENT This SERVICE PROVIDER AGREEMENT is made and entered into this day of, 20, between the Board of County Commissioners of LEE COUNTY, a political subdivision of the STATE OF FLORIDA

More information

INSTRUCTIONS TO BIDDERS

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

More information

AGREEMENT FOR INDEPENDENT CONTRACTOR SERVICES (NAME OF PROJECT) PROJECT # 101

AGREEMENT FOR INDEPENDENT CONTRACTOR SERVICES (NAME OF PROJECT) PROJECT # 101 AGREEMENT FOR INDEPENDENT CONTRACTOR SERVICES (NAME OF PROJECT) PROJECT # 101 THIS AGREEMENT FOR INDEPENDENT CONTRACTOR SERVICES is made this day of, 2013, and entered into by and between the City of Meridian,

More information

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 Sealed bids are due by 10:30 am on Friday, January 30, 2015 Bid Specs are

More information

INDEPENDENT CONTRACTOR SERVICES AGREEMENT

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

More information

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID INVITATION TO BID Sealed bid proposals, plainly marked "Plumbing Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,

More information

Request for Proposal Hewlett Packard Network Switches and Peripherals

Request for Proposal Hewlett Packard Network Switches and Peripherals Request for Proposal Hewlett Packard Network Switches and Peripherals Vernon Public Schools, Connecticut BID # VPS-FY16-003 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov

More information

Document Comparison. AIA Documents A134 2009 and A131CMc 2003

Document Comparison. AIA Documents A134 2009 and A131CMc 2003 Document Comparison AIA Documents A134 2009 and A131CMc 2003 AIA Document A134 2009 is in the right-hand column. Corresponding sections of AIA Document A131 CMc 2003 are in the left-hand column. Sections

More information

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE SPECIFICATIONS AND BID FORMS FOR RFP VOICE OVER IP PHONE SYSTEM MANDATORY WALK-THRU ON THURSDAY, MARCH 13 th from 1:00 P.M. to 3:00 P.M. LOCATION TO BE DETERMINED. BID: #14-012- BOE Due on or before 11:00

More information

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

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

More information

COC-Insurance Requirements Page 1 of 9

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

More information

Robla School District

Robla School District Robla School District e-rate Y14 2011-2012 RFP 2011-02 CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS November 3, 2010 Robla School District 5248 Rose St. Sacramento, CA 95838 SUMMARY The Robla School

More information

COMPLIANCE WITH LAWS, CODES, AND STANDARDS

COMPLIANCE WITH LAWS, CODES, AND STANDARDS All products furnished by Jinan Meide Casting Co. Ltd, shall be in accordance with the following terms and conditions unless otherwise agreed to in writing: ACCEPTANCE AND COMPLETE AGREEMENT Buyer s order

More information

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

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments COUNTY OF SARPY, NEBRASKA SPECIFICATIONS VOIP Phones For the Various County Departments PROPOSALS DUE: Thursday, 2:00 p.m., June 13, 2013 1 P age P:\VOIP Phones\RFP_VOIP.docx General Information Notice

More information

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

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES The City of Novi will receive sealed proposals for Consultant - Architectural Façade Services according to the

More information

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 For PROJECT : Renovation and Repair of Atlanta Jewish Academy

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16RD101910B PROJECT TITLE: Motorola Radio Batteries Sheriff Department DUE DATE: 3/14/2016 WILL

More information

TERMS AND CONDITIONS FOR QUOTATIONS. As stated herein, seller is Environ Laboratories, LLC and purchaser is the recipient of the quotation.

TERMS AND CONDITIONS FOR QUOTATIONS. As stated herein, seller is Environ Laboratories, LLC and purchaser is the recipient of the quotation. 9725 Girard Avenue South Minneapolis, MN 55431-2621 TERMS AND CONDITIONS FOR QUOTATIONS As stated herein, seller is Environ Laboratories, LLC and purchaser is the recipient of the quotation. 1.0 GENERAL

More information

INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS

INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS 1. GENERAL PROVISIONS A. Indemnification. The Contractor shall indemnify and save harmless the City of Lincoln, Nebraska from and against all losses, claims,

More information

SECTION 000100 - INSTRUCTIONS TO BIDDERS

SECTION 000100 - INSTRUCTIONS TO BIDDERS SECTION 000100 - INSTRUCTIONS TO BIDDERS ARTICLE 1 - SPECIAL NOTICE TO BIDDERS These electronic specifications makeup a complete set of project bidding forms. The proposal form shall be executed and submitted

More information

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM NO.

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM NO. SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Joseph Ramon Date Issued: June 15, 2015 BID NO.: 15-0118 FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM

More information

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

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

More information

Request for Proposal #2015-03

Request for Proposal #2015-03 Request for Proposal #2015-03 Mold Remediation For Washington County, Arkansas Washington County, Arkansas Request of Proposal # 2015-03 1. INTRODUCTION... 3 1.1 INTRODUCTION... 3 1.2 GENERAL INFORMATION...

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

How To Write A Contract Between College And Independent Contractor

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

More information

INFORMATION FOR VENDORS CITY OF ALLENTOWN PENNSYLVANIA

INFORMATION FOR VENDORS CITY OF ALLENTOWN PENNSYLVANIA INFORMATION FOR VENDORS CITY OF ALLENTOWN PENNSYLVANIA BETH ANN STROHL PURCHASING AGENT JUDY SNYDER BUYER MARGARET WELLS BUYER KEITH PUDLINER PURCHASING CLERK City of Allentown Purchasing Office 435 Hamilton

More 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

AIA Document A312 - Electronic Format. Performance Bond

AIA Document A312 - Electronic Format. Performance Bond AIA Document A312 - Electronic Format Performance Bond THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. AUTHENTICATION

More information

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

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

More information

PROJECT NO. 2733, RFP NO. 14-15/02. Peralta Community College District. 333 East 8th Street, Oakland, CA 94606. Questions

PROJECT NO. 2733, RFP NO. 14-15/02. Peralta Community College District. 333 East 8th Street, Oakland, CA 94606. Questions PROJECT NO. 2733, RFP NO. 14-15/02 Peralta Community College District 333 East 8th Street, Oakland, CA 94606 August 7, 2014 ADDENDUM No. 1 This addendum supersedes items of the original contract documents

More information

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION THIS AGREEMENT made at Columbus, Ohio on by and between Lincoln Construction, Inc., hereinafter referred to as the Contractor, and, hereinafter

More information

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

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

More information

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

AIA Document A310 TM 2010

AIA Document A310 TM 2010 AIA Document A310 TM 2010 Bid Bond CONTRACTOR: OWNER: «Lane County» «125 East Eighth Avenue BOND AMOUNT: $ PROJECT: (Name, location or address, and Project number, if any) «Lane County Adult Corrections

More information

REQUEST FOR PROPOSALS

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

More information

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

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

More information

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 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

More information

PRODUCER AGREEMENT. Hereinafter ("Producer"), in consideration of the mutual covenants and agreements herein contained, agree as follows:

PRODUCER AGREEMENT. Hereinafter (Producer), in consideration of the mutual covenants and agreements herein contained, agree as follows: PRODUCER AGREEMENT Hereinafter First Choice Insurance Intermediaries, Inc "FCII", a Florida company, having an office at 814 A1A North, Suite 206, Ponte Vedra Beach, FL 32082 and " Producer" having an

More information

How To Work With The City Of Riverhead

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

More information

Springdale Public Works Department Specifications and Bid Document Roof Repair on Sign Shop Building at Public Works November 2015 1.

Springdale Public Works Department Specifications and Bid Document Roof Repair on Sign Shop Building at Public Works November 2015 1. Page 1 of 8 1. INTRODUCTION 1.1 INTRODUCTION This is a Request for Bid (RFB). The format of this document must be followed throughout. 1.2 GENERAL INFORMATION Where the term City is used in the Request

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

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 Bill.Kroll@snco.us

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 Bill.Kroll@snco.us SECTION I Shawnee County is requesting qualifications/proposals for the renovation of 2600 SW East Circle Drive, Topeka, Kansas 66606 which will be utilized by the Shawnee County Health Agency per the

More information

Terms and Conditions of Sale

Terms and Conditions of Sale Broadberry Data Systems Limited ("The Company") Terms and Conditions of Sale 1. General a) Unless otherwise expressly agreed in writing by a Director (or authorised executive) of the Company all goods

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

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS SECOND ADDENDUM TO RFP DOCUMENTS REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS 11/9/2015 To All Potential Bidders: This

More information

STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010

STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010 STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010 Fiscal Year 2011 1 TABLE OF CONTENTS Part 1 - Informational...3 Part 2 - Operating Environment...8 Part

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

BUYING AGENCY AGREEMENT

BUYING AGENCY AGREEMENT THIS AGREEMENT ( Agreement ) is made this day of, 20xx, by and between, with its principal place of business at referred to hereinafter as Buyer, and, with its principal office at, hereinafter referred

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

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

OSWEGO COUNTY PURCHASING DEPARTMENT

OSWEGO COUNTY PURCHASING DEPARTMENT Bid #38-14 VOIP Municipal Lease OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 Email: dstevens@oswegocounty.com

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 QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m. DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2009 Achievement of Excellence in Procurement Award National Purchasing Institute Cecil S. Moore, Director REQUEST FOR QUOTE NUMBER: 10RD75957YB

More information

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

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

More information