INFECTIOUS WASTE REMOVAL AND DISPOSAL SERVICE
|
|
- Collin Gallagher
- 8 years ago
- Views:
Transcription
1 COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA Inquiry No. RFQ-3244KR DATE: December 23, 2014 Please quote the lowest prices at which you will furnish and DELIVER F.O.B. Point of Delivery, INFECTIOUS WASTE REMOVAL AND DISPOSAL SERVICE in accordance with articles of agreement or any other instructions attached to this inquiry. Quotes will be received electronically until 3:00 P.M on: Friday, January 9, 2015 All quotes must be submitted electronically via No quotes shall be accepted in person, by US Mail, by private courier, via oral or communication, telephone or fax transmission. In arriving at the inquiry price, the quoter shall take into consideration all discounts for cash and all other credits and allowances. Amending the inquiry by quoting a discount or other uncalled for allowances may be cause for rejection of the quote. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ THIS IS A REQUEST FOR QUOTATION ONLY AND SHOULD NOT BE CONSTRUED AS AN ORDER ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ALL ITEMS UNDER THIS INQUIRY MUST BE AMERICAN MADE INFECTIOUS WASTE REMOVAL AND DISPOSAL SERVICE WORKSHEET FOR REFERENCE PURPOSES ONLY PRICING MUST BE SUBMITTED ONLINE OR BID WILL NOT BE ACCEPTED UNDER ANY CIRCUMSTANCES SECTION I: JOHN J. KANE REGIONAL CENTERS Line Item # Description Unit of Measure #1 2,200 pounds per month from the four (4) John J. Kane Regional Centers (Weekly Pound Pick up) Cost per lb (incinerated) Year 1 #2 2,200 pounds per month from the four (4) John J. Kane Regional Centers (Weekly Pound Pick up) Cost per lb (infectious) Year 1 #3 2,200 pounds per month from the four (4) John J. Kane Regional Centers (Weekly Pound Pick up) Cost per lb (incinerated) Year 2 #4 2,200 pounds per month from the four (4) John J. Kane Regional Centers (Weekly Pound Pick up) Cost per lb (infectious) Year 2 #5 2,200 pounds per month from the four (4) John J. Kane Regional Centers (Weekly Pound Pick up) Cost per lb (incinerated) Year 3 #6 2,200 pounds per month from the four (4) John J. Kane Regional Centers (Weekly Pick up) Cost per lb (infectious) Year 3 Pound
2 INQUIRY for INFECTIOUS WASTE REMOVAL AND DISPOSAL SERVICE RFQ# 3244KR PAGE 2 OF 8 SECTION II: HEALTH DEPARTMENT Line Item # Description Unit of Measure #7 800 lbs. from Allegheny County Health Department Public Health Laboratory, Clack Pound Health Center at 3901 Penn Ave., Pittsburgh, PA (Bi-Weekly Pick up) Cost per lb (untreated waste) Year 1 #8 800 lbs. from Allegheny County Health Department Public Health Laboratory, Clack Pound Health Center at 3901 Penn Ave., Pittsburgh, PA (Bi-Weekly Pick up) Cost per lb (untreated waste) Year 2 #9 800 lbs. from Allegheny County Health Department Public Health Laboratory, Clack Pound Health Center at 3901 Penn Ave., Pittsburgh, PA (Bi-Weekly Pick up) Cost per lb (untreated waste) Year 3 # lbs. from Allegheny County Health Department, Clack Health Center, Building Pound #6 at 3939 Penn Avenue, Pittsburgh, PA (Bi-Weekly Pick up) Cost per lb (untreated waste) Year 1 # lbs. from Allegheny County Health Department, Clack Health Center, Building Pound #6 at 3939 Penn Avenue, Pittsburgh, PA (Bi-Weekly Pick up) Cost per lb (untreated waste) Year 2 # lbs. from Allegheny County Health Department, Clack Health Center, Building Pound #6 at 3939 Penn Avenue, Pittsburgh, PA (Bi-Weekly Pick up) Cost per lb (untreated waste) Year 3 # lbs. from Forbes Medical: Allegheny County Health Department at 3441 Forbes Pound Avenue, Pittsburgh, PA (Bi-Weekly Pick up) Cost per lb (untreated waste) Year 1 # lbs. from Forbes Medical: Allegheny County Health Department at 3441 Forbes Pound Avenue, Pittsburgh, PA (Bi-Weekly Pick up) Cost per lb (untreated waste) Year 2 # lbs. from Forbes Medical: Allegheny County Health Department at 3441 Forbes Avenue, Pittsburgh, PA (Bi-Weekly Pick up) Cost per lb (untreated waste) Year 3 Pound SECTION III: MEDICAL EXAMINER Line Item # Description Unit of Measure # lbs. from the Office of the Medical Examiner, 1520 Penn Ave., Pittsburgh, PA Pound (Weekly Pick up) Cost per lb (untreated waste) Year 1 # lbs. from the Office of the Medical Examiner, 1520 Penn Ave., Pittsburgh, PA Pound (Weekly Pick up) Cost per lb (untreated waste) Year 2 # lbs. from the Office of the Medical Examiner, 1520 Penn Ave., Pittsburgh, PA (Weekly Pick up) Cost per lb (untreated waste) Year 3 Pound SECTION IV: MISCELLANEOUS LOCATIONS Line Item # Description Unit of Measure #19 Miscellaneous New Location: up to 500 hundred (500) lbs. at any single time from Pound an Allegheny County facility (As needed) Cost per lb (treated waste) Year 1 #20 Miscellaneous New Location: up to 500 hundred (500) lbs. at any single time from Pound an Allegheny County facility (As needed) Cost per lb (treated waste) Year 2 #21 Miscellaneous New Location: up to 500 hundred (500) lbs. at any single time from Pound an Allegheny County facility (As needed) Cost per lb (treated waste) Year 3 #22 Miscellaneous New Location: up to 500 hundred (500) lbs. at any single time from Pound an Allegheny County facility (As needed) Cost per lb (untreated waste) Year 1 #23 Miscellaneous New Location: up to 500 hundred (500) lbs. at any single time from Pound an Allegheny County facility (As needed) Cost per lb (untreated waste) Year 2 #24 Miscellaneous New Location: up to 500 hundred (500) lbs. at any single time from Pound an Allegheny County facility (As needed) Cost per lb (untreated waste) Year 3 PERIOD OF CONTRACT: February 1, 2015 through January 31, 2016 with the option to renew at the prices indicated for year 2, ending January 31, 2017 and year 3, ending January 31, 2018 at the sole discretion of Allegheny County.
3 INQUIRY for INFECTIOUS WASTE REMOVAL AND DISPOSAL SERVICE RFQ# 3244KR PAGE 3 OF 8 The contractor shall be required to provide for the removal, transportation and disposal of infectious waste from various County Departments at locations specified in this specifications. For the purposes of this contract, the term "Infectious Waste" shall be as defined in Section of the Pennsylvania Department of Environmental Resources (PaDER) Rules and Regulations, 25 PA Code 271, Municipal Waste Management - General Provisions,: Infectious Waste - Municipal waste which, unless processed, disposed, stored, collected or transported in accordance with this article, is or may be contaminated by a disease-producing microorganism or material, or may harm or threaten human health. The term includes the following wastes unless they are generated by individual residences: a. Wastes generated by hospitalized patients who are isolated, or on blood and body fluid precautions, in order to protect others from their severe and communicable disease. b. Cultures and stocks of etiologic agents. c. Animal waste blood and animal blood products which are known or are suspected to contain contagious zoonotic pathogens, and human waste blood and blood products. d. Tissues, organs, body parts, blood and body fluids that are removed during surgery and autopsy. e. Wastes generated by surgery or autopsy of septic cases or patients with infectious diseases. f. Wastes that were in contact with pathogens in any type of laboratory work, including collection containers, culture dishes, slides, plates and assemblies for diagnostic tests; and devices used to transfer, inoculate and mix cultures g. Sharps. h. Wastes that were in contact with the blood of patients undergoing hemodialysis at hospitals or independent treatment centers. i. Carcasses and body parts of animals exposed to contagious zoonotic pathogens. j. Animal bedding and other wastes that were in contact with animals suffering from contagious zoonotic diseases due to natural infection or laboratory research, and their excretions, secretions, carcasses or body parts. k. Waste biologicals - for example, vaccines - produced by pharmaceutical companies for human or veterinary use. l. Food and other products that are discarded because of contamination with etiologic agents. m. Equipment and equipment parts contaminated with etiologic agents. Infectious waste generated at any County facility may consist of any single type or any combination of types of infectious waste as described above. PACKAGING MATERIALS The awardee shall provide nominal corrugated Medical Waste boxes which are approximately 18 x 18 x 24 in size each, which provides approximately 4.3 cubic feet of capacity per box and with an approximate weight limit of 55 lbs. The awardee shall also supply sealing tape and plastic liners of sufficient size and number for lining such boxes. The awardee shall provide all boxes, sealing tape and plastic liners at no additional charge over the bid per pound rate. The awardee shall provide for the locations listed as Items #1 - #5 for Year 1, Year 2 and Year 3, as needed, leak-proof plastic reusable 30-gallon containers (approximately 4 cubic feet each) with attached interlocking lids. Each container shall have the approximate dimensions of 18 x 18.5 x 25 with an approximate 78.5 lb. weight limit for liquid and medical waste disposal. The awardee shall also include plastic liners for these containers. All containers and liners are to be provided at no additional charge over the bid per pound rate. Please indicate below the following weights: SEE THE TO BE FILLED OUT ATTACHMENT TO FILL IN YOUR INFORMATION BELOW Weight of the above-referenced corrugated box plus the liner used in the corrugated box Weight of the above-referenced plastic reusable container w/interlocking lid plus the liner used in the plastic container: In the weighing of the packaged waste loads, the weight of the transport packaging materials, regardless of whether a cardboard box/liner or reusable plastic container/liner are used, shall be subtracted from the gross weight of the packaged loads. The awardee shall provide a supply of transport packaging materials to the County in sufficient quantities to meet the
4 INQUIRY for INFECTIOUS WASTE REMOVAL AND DISPOSAL SERVICE RFQ# 3244KR PAGE 4 OF 8 County s storage capacity needs between scheduled removals. The awardee shall provide all packaging materials which shall include boxes, tape and labels for use in transporting wastes from the County facilities to the point of ultimate disposal. Such materials shall conform to all applicable federal, state and local regulations. The County shall be responsible for the proper packaging and labeling of wastes for storage and transportation or as otherwise required by 25 PA. Code 285. The awardee shall have the right to reject any package for removal if improperly prepared or if parcel integrity is questionable. The signature of the contractor s employee shall appear on the manifest form to indicate the awardee s acceptance of the condition of packaged waste loads. The awardee shall provide on an annual basis Department of Transportation (DOT) training in proper packaging techniques and use of the provided packaging materials to designated County employees. SAMPLES TO BE SUBMITTED Before the time period that the bids are due, interested bidders shall send to the person named below a sample of the following items: 1) above-requested corrugated box/liner to be used in the corrugated box, 2) a sample of the abovereferenced plastic reusable container and liner to be used in the plastic container, 3) label and 4) tape which the supplier would provide should it be awarded a contract: Ms. Natalie Lund Kane Regional Center Glen Hazel 955 Rivermont Dr. Pittsburgh, PA NOTES: A. Award will be made for either treated or untreated waste or both whichever is in the best interest of the County. B. Bids for Items #1 through #5 shall include costs for all packaging materials and transportation, labor and disposal site fees. C. Bids shall not include Federal Excise Tax, transportation or state sales tax, as the County is exempt from such taxes. The bidder warrants that he has obtained, has in his possession and will furnish to the County upon request all permits and licenses required by federal, state and local regulations for the conduct of the business by which contract service will be rendered. The removal, transportation and disposal of infectious wastes by the awardee shall be accomplished in accordance with the rules, regulations, ordinances and statutes of any regulatory body with jurisdiction there over. Specific adherence to the governing regulations of the PaDER (Title 25: Chapters , 271, 273, 283 and 285) as revised is mandatory. REGULARLY-SCHEDULED PICK UP The awardee shall provide infectious waste removal service at County facilities on a regularly scheduled basis as set forth in the contract award issued by the County to the awardee. The specific day of the week or date each month on which removal of waste from County facilities will occur shall be set by mutual agreement and for the mutual convenience of both the County and awardee provided that such removal shall take place between the hours of 8:00 A.M. and 3:00 P.M. on the day of service. The contractor shall be responsible for providing notice by telephone to the facility manager at least twenty-four (24) hours in advance of any anticipated delay of removal service. AS-NEEDED PICK UP The contractor may be required to perform infectious waste removal service from any County facility not specifically designated in these specifications. Such service shall include all service requirements as set forth herein and shall commence within twenty-four (24) hours of telephone notification to the awardee by the County. The County shall notify the contractor of the specific location where service is required and the approximate quantity and/or weight of infectious waste to be removed. The County shall provide the contractor with access to the location where service is required and police escort if requested by the contractor and deemed advisable by the County. The awardee shall provide all
5 INQUIRY for INFECTIOUS WASTE REMOVAL AND DISPOSAL SERVICE RFQ# 3244KR PAGE 5 OF 8 equipment, personnel, transport packaging and vehicles necessary to remove, carry and dispose of the entire quantity of infectious wastes prepared for removal at each of the County facilities designated in these specifications. The awardee shall maintain the availability of these resources for service of this contract and shall retain sufficient spare, replacement or alternate resources to ensure such service to the County. The awardee shall send a monthly report electronically to all using County departments requesting this report. WEIGHING EQUIPMENT The County shall provide weighing equipment at each site and shall guarantee its accurate operation and proper calibration. Weighing shall be conducted by a County employee in the presence of the contractor s employee and the agreed weight shall be entered on the manifest form. Weights shall be determined in such a manner as to exclude the weight of the contractor-supplied packaging materials (corrugated box/liner and reusable plastic container/liner) from the total weight of waste loads. MANIFEST FORMS The awardee shall provide manifest forms for use in conducting a manifest system to provide a record of the "chain-ofpossession" of wastes removed from County facilities. It is necessary that the contract awardee track from the time it picks up the infectious waste loads at the County s facilities to the time it drops of the infectious waste loads at the disposal site. At a minimum, the manifest form must be of the carbon copy or other self-duplicating type, must provide at least two (2) duplicate copies for County records and shall contain the following information: a. Awardee s name and business address. b. Name of awardee s employee performing removal service. c. Date of removal. d. Name and location of County facility where service is rendered. e. Total weight of waste removed and number of parcels or packages removed for each facility. f. Name and location of disposal facility. g. Date on which delivery to disposal facility is made. h. Signature of the employee at the disposal facility who receives the certification of receipt of the waste load. At the time of removal of each waste load, one (1) duplicate copy of the manifest containing completed information except for items (g) and (h) above shall be given to the County. A completed manifest form containing all items of information listed above must be forwarded to the County within sixty (60) days of the date of removal for each waste load. The contractor shall maintain a file of all completed manifest forms for waste loads removed from County facilities and must be prepared to furnish copies of such forms upon request by the County. Title to waste loads shall be passed from the County to the awardee upon removal of such wastes from County facilities. The contractor, upon acceptance of waste from the County, shall be solely responsible for its further handling and for its delivery to the ultimate point of disposal. The County shall be responsible for the maintenance and cleanliness of the waste storage facilities at each service location. The contractor must maintain equipment used in the removal and transportation of wastes in a clean, sanitary and aesthetically acceptable condition at all times. PAYMENTS The awardee shall submit to the County s using departments on a monthly basis itemized invoices requesting payment for services rendered. Each invoice shall specify the time period during which invoiced services were rendered, the net weight of waste materials removed from County facilities, the unit price for each item of service or materials provided, and the total amount of payment due to the contractor. Invoices submitted for payment must be accompanied by and invoiced charges must be supported by copies of completed manifest forms. It shall be understood that service pertaining to each waste load removed from a County facility shall not be considered to have been rendered until and unless a completed manifest form indicating that such waste load has been delivered to the licensed disposal facility is presented to the County.
6 INQUIRY for INFECTIOUS WASTE REMOVAL AND DISPOSAL SERVICE RFQ# 3244KR PAGE 6 OF 8 LOCATIONS Scheduled removal service shall be provided by the contractor at the following locations: 1. John J. Kane Regional Centers FACILITY MANAGER a) Kane Regional Center - Glen Hazel Natalie Lund 955 Rivermont Drive Kane Regional Center-Glen Hazel Pittsburgh, PA b) Kane Regional Center McKeesport Natalie Lund 100 Ninth Avenue Kane Regional Center-Glen Hazel McKeesport, PA c) Kane Regional Center Ross Natalie Lund 110 McIntyre Road Kane Regional Center-Glen Hazel Pittsburgh, PA d) Kane Regional Center Scott Natalie Lund 300 Kane Boulevard Kane Regional Center-Glen Hazel Pittsburgh, PA Allegheny County Health Department Joanne Davitt Public Health Laboratory Clack Health Center, Bldg. # Penn Avenue Pittsburgh, PA Allegheny County Health Department Joanne Davitt Clack Health Center, Bldg. # Penn Avenue Pittsburgh, PA Forbes Medical: Allegheny County Health Department 3441 Forbes Avenue Pittsburgh, PA Medical Examiner s Office Tom Jakiela 1520 Penn Ave Pittsburgh, PA EMERGENCY CONTACT Prior to the commencement of any resultant contract, the awardee shall provide to the Purchasing Agent whose contact information is listed on the cover page of this specification the name and telephone number of an emergency contact who must be reachable 24 hours a day, 7 days a week. The supplier s emergency contact person must return phone calls within two hours. INSURANCE The supplier shall obtain and maintain during the life of the Contract, with an insurance supplier rated not less than A- by A.M. Best, authorized to do business in the Commonwealth of Pennsylvania, the following insurance requirements: Automobile Liability. Bodily injury and property damage liability covering all non-owned and hired automobiles for limits of not less than $1,000,000 bodily injury each person, each accident and $1,000,000 property damage, or $1,000,000 combined single limit - bodily injury and property damage. Bodily injury and property damage liability covering all owned automobiles for limits of not less than $300,000 bodily injury each person, each accident and $300,000 property damage, or $300,000 combined single limit bodily injury and property damage.
7 INQUIRY for INFECTIOUS WASTE REMOVAL AND DISPOSAL SERVICE RFQ# 3244KR PAGE 7 OF 8 Commercial General Liability. Bodily injury and property damage liability as shall protect the Supplier and any subcontractor performing work under the Contract, from claims of bodily injury or property damage which arise from operation of the Contract, whether such operations are performed by the supplier, any subcontractor, or anyone directly or indirectly employed by either. The amounts of such insurance shall not be less than $1,000,000 bodily injury each occurrence/aggregate and $1,000,000 property damage each occurrence/aggregate, or $1,000,000 bodily injury and property damage combined single limits each occurrence/aggregate. This insurance shall include coverage for products, operations, personal injury liability and contractual liability, assumed under the indemnity provision of the Contract. Professional Liability. (Required for Professional Services Only) Coverage as shall protect the Supplier and any subcontractor performing work under the Contract, from claims errors and omissions which arise from operation of the Contract, whether such operations are performed by the Supplier, any subcontractor, or anyone directly or indirectly employed by either. The amounts of such insurance shall not be less than $1,000,000 each occurrence/aggregate and $1,000,000 excess liability, each occurrence/aggregate. Worker s Compensation and Employers Liability. The supplier shall meet the statutory requirements of the Commonwealth of Pennsylvania, $100,000 per accident limit, $500,000 disease per policy limit, $100,000 disease each employee limit. Proof of Insurance. The supplier shall not commence any work in connection with the Contract until it has obtained all of the foregoing types of insurance and proof of such insurance has been approved by County. The supplier shall not allow any subcontractor to commence work on its subcontract until all similar insurance required of the subcontractor has been obtained and approved. Deductibles. The County shall be exempt from, and in no way liable for any sums of money, which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the supplier and/or subcontractor providing such insurance. Additional Insured. The County shall be named as an additional insured for operations or services rendered under the general liability coverage. The supplier s insurance shall be primary of any self-funding and/or insurance otherwise carried by the County for all loss or damages arising from the supplier operations under this agreement. Certificates of such insurance will be furnished to the County and shall contain the provision that the County be given thirty (30) days written notice of any intent to amend or terminate by either the insured or the insuring supplier. Documents. Should any or all of the required insurance coverage be self-funded/self-insured, a copy of the Certificate of Self-Insurance or other documentation from the County Department of Insurance shall be furnished. If any part of the work under the Contract is sublet, the subcontractor shall be required to meet all insurance requirements set forth in the Contract, provided that types and amounts of insurance to be maintained by each subcontractor shall be adjusted to an amount reasonably necessary to cover the risks associated with such subcontractor s role in the project. The parties stipulate that the supplier will maintain each type of insurance set forth above at a coverage level equal to at least half of the amount set forth above for such type of insurance. However, nothing contained herein shall relieve the supplier from meeting all insurance requirements or otherwise being responsible for the subcontractor. No program of self-insurance shall apply to any of the foregoing coverages without prior approval of the County. The successful bidder shall be responsible to require his sub-contractors to comply with all of the insurance requirements of this agreement. The Director may waive or modify any of the insurance requirements at his discretion. The use of the name of a manufacturer or of any special brand or make in describing an item does not restrict bidders to that manufacturer. The means or the method used is simply to indicate the character or quality of the articles desired; however, the articles on which bids are submitted must be of such character or quality that they will serve the purpose for which they are to be used equally as well as that specified. If bidding on other than the make, model or brand specified the manufacturer's name and catalogue reference must be given.
8 INQUIRY for INFECTIOUS WASTE REMOVAL AND DISPOSAL SERVICE RFQ# 3244KR PAGE 8 OF 8 ANTI-SWEATSHOP PROVISIONS The attached Anti-Sweatshop Document must be completed and submitted with your electronic quotation. DELIVER F.O.B. Point of Delivery PERIOD OF CONTRACT: February 1, 2015 through January 31, 2016 with the option to renew at the prices indicated for year 2, ending January 31, 2017 and year 3, ending January 31, 2018 at the sole discretion of Allegheny County. OPTION TO EXTEND The Division of Purchasing and Supplies, reserves the right, upon notice to the supplier, to extend the Contract or any part of the Contract for up to three (3) months, upon the same terms and conditions after the indicated expiration date as described in the Contract. This will be utilized to prevent a lapse in Contract coverage for the goods or services indicated on the Contract, and only for the time necessary to enter into a new Contract. When applicable, an extension notice will be issued defining the exact extension of the Contract; all other terms and conditions of the extended Contract will remain in full force and effect. The County reserves the right to reject any and all quotes, also the right to waive any minor discrepancies in the quotes when deemed to be in the best interest of the County. The County reserves the right to acquire more, less, or none at all of the quantities stated throughout the life of the contract. The County retains the right to terminate this contract upon thirty (30) days written notice.
9
10 Contract #172935
11
12
13
14
15
16
SPECIALIZED SEATING AND WINDOW EQUIPMENT FOR MODIFICATION OF PRISONER TRANSPORTATION VANS
COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 Inquiry No. RFQ-3279HB DATE: October 9, 2015 Please quote the lowest prices at which you
More informationCITY 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 informationTown of West New York Hudson County, NJ Notice for R.F.P. (Request for Proposal) Animal Control Shelter Services (2 nd Occasion)
Town of West New York Hudson County, NJ Notice for R.F.P. (Request for Proposal) Request for Proposals will be received by the Town Clerk of the Town of West New York, in the County of Hudson, New Jersey,
More informationAGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE
AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE This Agreement is made as of, 20 (the Effective Date ), by and
More informationSPECIFICATIONS FOR WEED CUTTING/STREET TREE TRIMMING/REMOVAL RFQ NO. 15-02 MARY ANN MILLER, CPPO PURCHASING AGENT.
RFQ 15-02 WEED CUTTING/TREE TRIMMING Page 1 of 11 SPECIFICATIONS FOR WEED CUTTING/STREET TREE TRIMMING/REMOVAL RFQ NO. 15-02 MARY ANN MILLER, CPPO PURCHASING AGENT January 28, 2015 WHITEHALL TOWNSHIP 3219
More informationAGREEMENT 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 informationWASHINGTON 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
More informationINVITATION 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 informationINDEPENDENT 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 informationIMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you!
` SUBCONTRACTOR: PHONE PROJECT: LOCATION: Page 1 of 6 SUBCONTRACT (SHORT FORM) JOB NO.: COST CODE: PRICE: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC.
More informationPROPOSAL 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 informationINSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4
1THE PHILADELPHIA PARKING AUTHORITY RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4 Prior to commencement of the contract and until completion of your work, shall, at its sole expense,
More informationRequest for Statements of Qualifications # 27676 for Electric Motor Repair
Request for Statements of Qualifications # 27676 for Electric Motor Repair PURPOSE: The City is requesting Statements of Qualifications (SOQ s) from Qualified and Fully Equipped Electric Motor Repair shops
More informationRequest for Qualifications (RFQ) Number 01-15 PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES
City of DeBary Request for Qualifications (RFQ) Number 01-15 PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES The City of DeBary, Florida is seeking standby
More informationRFP 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 informationINFORMATION 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 informationSAMPLE 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 informationRequest 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 informationTABLE OF CONTENTS. Prefacej... 1
TABLE OF CONTENTS Prefacej... 1 How Can I Receive Copies Of Solicitations?j... 2 Bidder s List... 2 Vendor Registration System... 2 Public Notice/Advertisement... 3 Posting... 3 Internet... 3 Pre-Bid Conferences...
More informationRequest For Price. Work Schedule The project shall commence within a reasonable time of the request.
Request For Price The Town of Somers is soliciting two (2) year contract proposals for emergency and non-emergency plumbing work at the following locations in Somers, New York 10589: Somers Town House,
More informationAGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and
AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] THIS AGREEMENT is made and entered into this day of, 2014, by and between the City of Yreka, a municipal corporation, hereinafter referred
More informationBID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM
BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 May 5, 2014 NOTICE TO BIDDERS LAUNDERING, PRESSING & DRY CLEANING
More informationCity 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 informationSECTION 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 informationMemorandum 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 informationQSP 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 informationNORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING
NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING This Agreement is hereby entered into by and between Piedmont Triad Regional Council (herein Contractor ) and (Subcontractor)
More informationCanterbury Park Pool Chamber Replacement
Requirement Request For Quotation To provide services, equipment and materials to replace the Concrete Pool Service & Drainage vault at the Canterbury Park Pool located at 2185 Arch Street, Ottawa, ON
More informationINDEPENDENT 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 informationStephenson County, Illinois
Stephenson County, Illinois REQUEST FOR PROPOSALS For EXTERIOR CLEANING OF STEPHENSON COUNTY COURTHOUSE Bids Due: Sealed proposals are due and must be received in the Stephenson County Administrator s
More informationa. Proposals shall be submitted in a sealed envelope and addressed as follows:
1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL PLUMBING SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and
More informationThe University of Procurement Services Department, N.S.F.A.A.F.A.F.F.F.F.F.F.A.F.F.A.
MONTCLAIR STATE UNIVERSITY STANDARD CONTRACT TERMS AND CONDITIONS I. The contractor certifies that it understands and agrees that the following terms and conditions (collectively the "University s Standard
More informationENVIRONMENTAL HEALTH DEPARTMENT SAN JOAQUIN COUNTY
ENVIRONMENTAL HEALTH DEPARTMENT SAN JOAQUIN COUNTY 1868 East Hazelton Avenue, Stockton, CA 95205-6232 Telephone: (209) 468-3420 Fax (209) 468-3433 INFORMATION PACKET FOR MEDICAL WASTE GENERATORS This packet
More informationInvitation 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 informationRequest for Quotation RFQ 591-14 ID Card Printers
Request for Quotation RFQ 591-14 ID Card Printers Due: April 4, 2014 at 2:00PM MOUNTAIN TIME Buyer: Amy Stull Purchasing 802 Grand Avenue astull@coloradomtn.edu COLORADO MOUNTAIN JUNIOR COLLEGE DISTRICT
More informationNEGAUNEE 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 informationREQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401
REQUEST FOR QUOTATION Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 3:00 PM (EDST) on May 1, 2014,
More informationCONSULTANT AGREEMENT
Douglas County School District Re.1 Castle Rock, Colorado CONSULTANT AGREEMENT This agreement, dated effective as of is made and entered into by and between the Douglas County School District Re.1, Douglas
More informationCITY OF LEAWOOD. Independent Contractor Agreement
#3 Small Indep Contractor Agreement with Ins Optional, for use with small agreements less than $15k [e.g., entertainment, 4 th of July projects, sports] CITY OF LEAWOOD Independent Contractor Agreement
More informationSTAMFORD 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
More informationOAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP
OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION
More informationInvitation 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
More informationBID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS
BID PACKAGE CITY OF BEVERLY HILLS INFORMATION TECHNOLOGY DEPARTMENT 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED Sealed proposals are requested on the list of materials,
More informationADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Purchasing Technician, Greenville Utilities
ADVERTISEMENT FOR BIDS Quotes will be received in the Office of the Purchasing Technician, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 4:00 PM (EDST) on
More informationUniversity of Missouri System Supply Chain
University of Missouri System Supply Chain BID REQUEST NO.: 16-2180-WJ-K STRATEGIC SOURCING SPECIALIST: Wade A. Jadwin TITLE: COLLECTION AND DISPOSAL BY INCINERATION OF PHONE NO.: (573) 341-4049 INFECTIOUS/MEDICAL
More informationRequest 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
More information-1- -2- -3- -4- -5- INSURANCE REQUIREMENTS FOR DEVELOPER EXTENSION AGREEMENTS 1.1 The developer shall obtain and keep in force during the term of the contract, Commercial General Liability insurance policies
More informationOUR COMPANY SOLICITATION FOR BIDS and CONTRACT FOR SERVICE. (Project)
OUR COMPANY SOLICITATION FOR BIDS and CONTRACT FOR SERVICE (Project) PART I GENERAL TERMS AND CONDITIONS 1. REQUIREMENTS 1.1. Pricing will be per unit shown and charges will be totaled in the extension
More informationSealed 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 informationMASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES
MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES THIS AGREEMENT is made and entered into this day of, 2007, by and between the University of Washington ( Owner ) and, ( Project
More informationMedical Waste Management Plan
Medical Waste Management Plan The Kern County Environmental Health Division is the local agency designated by the California Department of Public Health to implement the Medical Waste Management Act. This
More informationCALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE
CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE The following are excerpts from Caltrans 2010Standard Specifications. Specifications are subject to change so refer to the project
More informationApril 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
More informationREQUEST FOR PROPOSALS Occupational Therapy Services 2014-2015 July 29, 2014
REQUEST FOR PROPOSALS Occupational Therapy Services 2014-2015 July 29, 2014 RFP 140702 The Delaware City School District is seeking a vendor to provide occupational therapy to students with IEP s for the
More informationAttachment 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 informationTOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES
951 MARTIN LUTHER KING BLVD. KISSIMMEE, FL 34741 TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES LEGAL ADVERTISEMENT TOHO WATER AUTHORITY RFQ 11-003 RATE CONSULTING
More informationDUCTWORK FOR LEXINGTON DATA CENTER
DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES 206 COURTHOUSE PITTSBURGH PA 15219 Inquiry No. RFQ-2733FA DATE: June 23, 2006 Please quote the lowest prices at which you will
More informationREQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401
REQUEST FOR QUOTATION Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 4:00 PM (EDST) on September 2,
More informationREQUEST 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 informationCITY OF BEAVERCREEK, OHIO QUOTES FOR MOWING AND GENERAL CLEANUP OF PRIVATE PROPERTIES
CITY OF BEAVERCREEK, OHIO QUOTES FOR MOWING AND GENERAL CLEANUP OF PRIVATE PROPERTIES The City of Beavercreek is seeking quotes for mowing, trimming and general cleanup of private properties found to be
More informationGREENFIELD 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.
More informationHURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT
HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT Proposals will be received in the New Hanover County Finance, 230 Government Center
More informationRequest for Quotation (RFQ)
Request for Quotation (RFQ) RFQ 562-13 Dining Hall Smallwares Due: July 30, 2013 at 2:00PM MOUNTAIN TIME Buyer: Amy Stull Purchasing 802 Grand Avenue Glenwood Springs, CO 81601 astull@coloradomtn.edu COLORADO
More informationTERMS AND CONDITIONS HHC 110-29 (R Dec 90) NEW YORK CITY HEALTH AND HOSPITALS CORPORATION 125 Worth Street New York, New York 10013
Bid No. Page No. of TERMS AND CONDITIONS HHC 110-29 (R Dec 90) NEW YORK CITY HEALTH AND HOSPITALS CORPORATION 125 Worth Street New York, New York 10013 All quotations are subject to the following terms
More informationASBESTOS/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 informationGreater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402
Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Date: April 1, 2016 TO: Prospective Quoters RE: Request for Quotation (RFQ) 16-12 Rental and Service of Recycling Parts Washer
More informationBOTTLED WATER/COFFEE SERVICE. Invitation to Bid No. 400360 Issued: June 3, 2013. PURCHASING BUREAU CONTACT: Tammy M. Macon, Purchaser (585)428-7389
Department of Finance City Hall Room 105A, 30 Church Street Rochester, New York 14614-1281 www.cityofrochester.gov Printed Name of Bidder BOTTLED WATER/COFFEE SERVICE Invitation to Bid No. 400360 Issued:
More informationREQUEST FOR QUOTE (RFQ)
REQUEST FOR QUOTE (RFQ) Texas Guaranteed Student Loan Corporation (referred to herein as TG ) is a private, nonprofit corporation that promotes public access to higher education and student success in
More informationAttachment 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
More informationGreater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402
Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 August 4, 2014 TO: Prospective Quoters RE: Request for Quotation (RFQ) 14-21 Internet Service Provider The Greater Dayton Regional
More informationDUE 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 informationUCLA Henry Samueli School of Engineering and Applied Science STANDARD OPERATING PROCEDURE MEDICAL WASTE (BIOHAZARD WASTE) MANAGEMENT
UCLA Henry Samueli School of Engineering and Applied Science STANDARD OPERATING PROCEDURE MEDICAL WASTE (BIOHAZARD WASTE) MANAGEMENT PURPOSE The purpose of this document is to specify the procedures used
More informationCONSULTANT AGREEMENT WITNESSETH. Recitals:
CONSULTANT AGREEMENT THIS AGREEMENT, made and entered into this day of, 2000, by and between ( CONSULTANT ) and the City of Santa Ana, a municipal corporation of the State of California ( CITY ). WITNESSETH
More informationWASTE SERVICES & DISPOSAL AGREEMENT. By: By: Name: Name: Title: Title:
WASTE SERVICES & DISPOSAL AGREEMENT COMPANY: CUSTOMER: By: By: Name: Name: Date Date Title: Title: Effective Date of Agreement: Initial Term: Contract No. This Waste & Disposal Services Agreement, consisting
More informationINSTRUCTIONS 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 informationAGREEMENT BETWEEN THE COUNTY OF TEHAMA AND TAX SALE SERVICES OF CALIFORNIA, LLC
AGREEMENT BETWEEN THE COUNTY OF TEHAMA AND TAX SALE SERVICES OF CALIFORNIA, LLC This agreement is entered into between the Tehama County Tax Collector, ( County ) and Tax Sale Services of California, LLC.
More informationREQUEST 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
More informationRecitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement
THIS INDEPENDENT CONTRACTOR SERVICES AGREEMENT (this Agreement ) is made this day of, 20 (the Effective Date ), regardless of the date of execution, by and between Sierra Field Services, Inc., a Nevada
More informationREQUEST 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 informationAGREEMENT FOR SECURITY AND TRANSPORT SERVICES
AGREEMENT FOR SECURITY AND TRANSPORT SERVICES THIS AGREEMENT For Security Services (the Agreement ) is made and entered into effective this day of, 20, by and between CITY OF Commerce City, COLORADO, a
More informationRequest for Quotations on Termite and Pest Control Service to Include Repair & Maintenance RFQ 16-005
Request for Quotations on Termite and Pest Control Service to Include Repair & Maintenance RFQ 16-005 Competitive Quotations will be received at the City of Powder Springs, City Clerk s Office, 4484 Marietta
More informationAUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401
AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401 The Arapahoe Library District (ALD) is seeking competitive proposals from qualified, reliable Vendors to hire a professional audio/visual company.
More informationREQUEST FOR QUOTATIONS #GSD Fire Alarm Monitoring Services Department of Administration-Owned Facilities
REQUEST FOR QUOTATIONS #GSD Fire Alarm Monitoring Services Department of Administration-Owned Facilities The Department of Administration, General Services Division, is soliciting bids to provide Fire
More informationQUOTATION DOCUMENTS TERMS AND CONDITIONS OF AGREEMENT
Page 1 of 5 INTERPRETATION QUOTATION DOCUMENTS TERMS AND CONDITIONS OF AGREEMENT FOR THE SUPPLY AND DELIVERY OF FOODSTUFF OR AMENITIES ITEM(S) FOR THE PERIOD SPECIFIED IN THE AWARD LETTER In these Terms
More informationAGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD
AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD JANUARY 1, 2014 TO DECEMBER 31, 2015 AGREEMENT THIS AGREEMENT, is made and entered into
More informationBerkeley Unified School District ROUTING FORM Contract, MOU and Amendment Approval
ROUTING FORM Contract, MOU and Amendment Approval All Independent Contractor Agreement, MOU and Amendment Forms should be routed to Purchasing Department first for tracking. Purchasing will send the documents
More informationMarketing Services Subscription Agreement
Fill out, print, sign, and fax to : 610-234 - 4281 Marketing Services Subscription Agreement This Marketing Services Subscription Agreement (this Agreement ), is entered into on this day of, 20 by and
More informationCity 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 informationD3 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
More informationMANTON 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#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 informationUtah Division of Solid and Hazardous Waste Solid Waste Management Program
Utah Division of Solid and Hazardous Waste Solid Waste Management Program Mailing Address Office Location Phone (801) 536-0200 P.O. Box 144880 195 North 1950 West Fax (801) 536-0222 Salt Lake City, Utah
More informationTRUSTEES 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 informationSTUDENT 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 informationActuarial Study on Post Employment Benefits Ref #12115RFPLC
Request for Proposals Actuarial Study on Post Employment Benefits Ref #12115RFPLC LUZERNE COUNTY PENNSYLVANIA DUE DATE February 6, 2015 at 3:00 p.m. Luzerne County Purchasing Department Attention: Mr.
More informationa. Proposals shall be submitted in a sealed envelope and addressed as follows:
1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL HVAC SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and qualified
More informationInfectious Waste Management Plan
Infectious Waste Management Plan Infectious Waste Management Plan USC Health & Safety Programs Unit 777-5269 POLICY: A. In keeping with the University of South Carolina's policy of providing protection
More informationPEST CONTROL SERVICES AGREEMENT REQUEST FOR QUOTE (RFQ)
PEST CONTROL SERVICES AGREEMENT REQUEST FOR QUOTE (RFQ) The Town of Purcellville is inviting quotes for the provision of Pest Control Services. Pest Control firms are invited to submit a quote in accordance
More informationTOWN 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 information2014 Inlet Rehab Project II Various Locations
2014 Inlet Rehab Project II Various Locations in the City of Sioux Falls, South Dakota Bid Request No. 14-1078 Prepared by: Engineering Division 224 West 9 th Street Sioux Falls, SD 57104 TABLE OF CONTENTS
More information