ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT

Size: px
Start display at page:

Download "ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT"

Transcription

1 ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT Effective August 22, 2018, Addendum No. 1 and the applicable attachment(s) is associated with the Invitation for Bid (IFB) seeking bids from qualified firms to provide roof repairs and replacements. This addendum is hereby made part of the solicitation documents to the same extent as though it were an originally included item therein. This addendum shall take precedence over the IFB document originally provided, where its provisions apply. The purpose of this addendum is to provide deletions, insertions, clarifications, corrections, extensions, and omissions pertaining to Contract and Technical clarification as follows: Addendum No. 1 and the applicable attachments may be examined without charge in hard copy format at: The Port Authority s Contracting Office, 907 Billy Mitchell Boulevard, San Antonio, TX The Response Deadline is no later than 2:00 P.M. CST, September 4, 2018 One (1) copy of Responses must be submitted electronically to: contractinginfo@portsanantonio.us The mailing/delivery address is as follows: Attn: Ashley Ramirez B303 Roof Repairs & Replacement Port Authority of San Antonio 907 Billy Mitchell Boulevard San Antonio, TX B303 Roof Repairs & Replacement Addendum No. 1 1 P a g e

2 This addendum represents clarifications, questions received in writing, and the related responses pertaining to the IFB documents as follows: This addendum adds general terms and conditions Work shall be completed no later than 180 days. Questions and Related Responses Q1. Is it possible for Port San Antonio to contract directly with Tuff Wrap and not have Tuff Wrap part of the roofing package? This would save roofer mark-up on pricing and save weeks in the schedule if Turff Wrap could start before bids are approved. A1. No. We would like to keep all trades as part of the one project even if there is an upcharge. Q2. Bid Bond Port San Antonio usually requires and Bid Bond and other bonds on their projects. WJE left the general conditions our of our specifications under the direction of contracting who said the port has their own general conditions and did not need WJE s general conditions. A2. See Addendum No. 1 attachments Q3. Bid Form WJE provided an example bid form for Port to use on this project. WJE suggests that a detailed bid form be sent to the contractors with the addendum. A3. See Addendum No. 1 attachments Q4. Project Schedule Most every contractor stated the 120 days in the bid documents would not be enough time for them to complete the project. Will Port San Antonio be able to extend the project closing date? A4. Completion has been extended to 180 days. B303 Roof Repairs & Replacement Addendum No. 1 2 P a g e

3 ADDENDUM NO. 1 ATTACHMENTS ATTACHMENT 1 - AFFIDAVIT Entities submitting qualification statements, including their agents and representatives, shall not lobby or contact any member of the Authority Board of Directors or Authority Staff except in the course of the Authority-sponsored inquiries, briefings, interviews and presentations between the qualification statement submission date and award by the Authority Board of Directors. Any violation of this provision may result in disqualification of the submitting firm. Entities submitting qualification statements shall execute by signature the attached Affidavit of Non-Collusion, Non-Conflict of Interest, and Anti-Lobbying and return the signed affidavit with their response. The Affidavit form follows: ENTITY S AFFIDAVIT OF NON-COLLUSION, NON-CONFLICT OF INTEREST, AND ANTI-LOBBYING FOR B303 Roof Repairs and Replacement (1) Neither I nor any of my officers, partners, owners, agents, representatives, employees, or parties in interest, have in any way colluded, conspired, or agreed, directly or indirectly, with any person, firm, corporation or other entity submitting a qualification statement on this project or potential participant in this procurement action in regard to the terms or conditions of this qualification statement. I have not paid or agreed to pay, directly or indirectly any person, firm, corporation or other entity submitting a qualification statement on this project or potential participant in this procurement action, any money or anything of value in return for assistance in obtaining or attempting to obtain the contract anticipated to result from this procurement action. I will not pay any money or anything of value in the future for that purpose. (2) None of the deciding factors set forth in the Request for Proposals (RFP) or in the subsequent agreement were my idea or the idea of anyone representing my company, unless the suggestion was made at a public meeting. (3) No officer or stockholder of my company is an employee of the Authority, or is related to any employee or elected official of the Authority that will exercise authority in the selection of the project consultant. B303 Roof Repairs & Replacement Addendum No. 1 3 P a g e

4 (4) My agents, representatives, sub-consultants and I will not undertake any activities or actions to promote or advertise my proposal to any member of any technical evaluation team reviewing the proposals, member of the Authority Board or Authority Staff except in the course of Authority-sponsored inquiries, briefings, interviews or presentations between the qualification/proposal statement submission date and award by the Authority. Signature: Date: Printed Name: Title: Firm/Entity: _ State Tax ID No.: B303 Roof Repairs & Replacement Addendum No. 1 4 P a g e

5 ATTACHMENT 2 INSURANCE REQUIREMENTS Prior to the commencement of any work under this Contract, consultant shall furnish a completed Certificate of Insurance to the Contracting Office, 907 Billy Mitchell Blvd, San Antonio TX The Certificate of Insurance shall be completed by an agent authorized to bind the named underwriter(s) and their company to the coverage, limits, and termination provisions shown thereon, and which shall furnish and contain all required information referenced or indicated thereon. The AUTHORITY shall have no duty to pay or perform under this Contract until such certificate shall have been delivered to the Contracting Office, and no officer or employee shall have authority to waive this requirement. The AUTHORITY reserves the right to review the insurance requirements of this Article during the effective period of this Contract and any extension or renewal hereof and to modify insurance coverage and their limits when deemed necessary and prudent by the AUTHORITY s Contracting Manager based upon changes in statutory law, court decisions, or circumstances surrounding this Contract, but in no instance will the AUTHORITY allow modification whereupon the AUTHORITY may incur increased risk. A consultant s financial integrity is of interest to the AUTHORITY therefore, subject to consultant s right to maintain reasonable deductibles in such amounts as are approved by the AUTHORITY, consultant shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at consultant s sole expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and rated A- or better by A.M. Best Company and/or otherwise acceptable to the AUTHORITY, in the following types and amounts: TYPE AMOUNT 1. Workers Compensation Statutory 2. Employers Liability 500,000/500,000/500, Commercial General (public) Liability Combined Single Limit for Insurance to include coverage for the following: Bodily Injury and Property a. Premises operation Damage of $1,000,000 per occurrence B303 Roof Repairs & Replacement Addendum No. 1 5 P a g e

6 b. Independent contractor s Damage of $1,000,000 per occurrence c. Products/completed operations Damage of $1,000,000 per occurrence d. Contractual liability Damage of $1,000,000 per occurrence 4. Business Automobile Liability 1,000,000 combined single limit any one accident 5. Professional Liability (applicable) 1,000,000 per claim and 1,000,000 aggregate 6. Excess Umbrella Liability 2,000,000 per claim and 2,000,000 aggregate The AUTHORITY shall be entitled, upon request and without expense, to receive copies of the policies and all endorsements thereto as they apply to the limits required by the AUTHORITY, and may make a reasonable request for deletion, revision, or modification of particular policy terms, conditions, limitations or exclusions (except where policy provisions are established by law or regulation binding upon either of the parties hereto or the underwriter of any such policies). Upon such request by the AUTHORITY, the consultant shall exercise reasonable efforts to accomplish such changes in policy coverage, and shall pay the cost thereof. Consultant agrees that with respect to the above required insurance, all insurance Contracts and Certificate(s) of Insurance will contain the following required provisions. Name the AUTHORITY, the AUTHORITY and its officers, employees, and elected representatives as additional insured s with respect to operations and activities of, or on behalf of, the named insured performed under Contract with AUTHORITY, with the exception of the workers compensation and professional liability policies; Provide for an endorsement that the other insurance clause shall not apply to the AUTHORITY where the AUTHORITY is an additional insured shown on the policy; B303 Roof Repairs & Replacement Addendum No. 1 6 P a g e

7 Workers compensation and employers liability policy will provide a waiver of subrogation in favor of the AUTHORITY. Consultant shall notify the AUTHORITY in the event of any notice of cancellation, non-renewal or material change in coverage and shall give such notices not less than seven (7) days prior to the change, or ten (10) day notice for cancellation due to non-payment of premiums, which notice must be accompanied by a replacement Certificate of Insurance. All notices shall be given to the AUTHORITY at the following address: Port Authority of San Antonio 907 Billy Mitchell Blvd San Antonio, Texas If consultant fails to maintain the aforementioned insurance, or fails to secure and maintain the aforementioned endorsements, the AUTHORITY may obtain such insurance, and deduct and retain the amount of the premiums for such insurance from any sums due under the Agreement; however, procuring of said insurance by the AUTHORITY is an alternative to other remedies the AUTHORITY may have, and is not the exclusive remedy for failure of consultant to maintain said insurance or secure such endorsement. In addition to any other remedies the AUTHORITY may have upon consultant s failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the AUTHORITY shall have the right to order consultant to stop work hereunder, and/or withhold any payment(s) which become due, to consultant hereunder until consultant demonstrates compliance with the requirements hereof. Nothing herein contained shall be construed as limiting in any way the extent to which consultant may be held responsible for payments of damages to persons or property resulting from consultant s or its subconsultants performance of the work covered under this Contract. B303 Roof Repairs & Replacement Addendum No. 1 7 P a g e

8 ATTACHMENT 3 FORM A - GENERAL INFORMATION PRIME FIRM - GENERAL INFORMATION: Project Name: (insert applicable title) Form A Firm Name: Firm Address: Headquarters Address (For parent company other than above listed firm): Office Telephone # Fax Telephone # Federal Tax I.D. No. If Joint Venture, Name Participating Firms and Percentage Control. % Control Firm A: Firm B: If you are submitting as a joint venture, the following information should be completed for each of the joint venture firms. YEARS IN BUSINESS: Number of years firm in business: Type(s) of Organization(s): (Individual, Partnership, or Corporation) Date(s) of Organization: (Month and Year) Name and Date of Predecessor Organization(s): B303 Roof Repairs & Replacement Addendum No. 1 8 P a g e

9 OFFICE PERSONNEL List principals and titles: Personnel other than Principals: Total number of employees in firm(s): Number of other professionals: Number of support personnel: SMWVBE CERTIFICATION OF PRIME FIRM OR JOINT VENTURE Attach copy of SBE/MBE/WBE or VBE certificate indicating certification is current or provide certification number(s). SUBCONSULTANT INFORMATION Attach a letter from each sub consultant on the proposed team, confirming that they have been contacted and are prepared to provide services for the project. OTHER CONSIDERATIONS 1. Does your firm have and generally carry: Worker s Compensation and Employers Liability Insurance Yes No; if yes, please state limits: _ Commercial General Liability Insurance Yes No; if yes, please state limits: _ Business Automobile Liability Insurance Yes No; if yes, please state limits: _ B303 Roof Repairs & Replacement Addendum No. 1 9 P a g e

10 Professional Liability Insurance Yes No; if yes, please state limits: _ 2. Describe the quantity and nature of any work, interest in work, partnership interest, land ownership or other interest in any project, property or business dealing within the proposed project area or past or current business relationship which may give rise to a potential conflict of interest for your firm or associated firms in the execution of this project. B303 Roof Repairs & Replacement Addendum No P a g e

11 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: THAT (Name of Contractor) (Address of Contractor) a (Corporation, Partnership, or Individual) hereinafter called Principal, and (Name of Surety) (Address of Surety) hereinafter called Surety, are held and firmly bound unto AUTHORITY, hereinafter called OWNER, in the penal sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. The AUTHORITY will be named as the obligee/beneficiary in such bonds and the sureties must be certified on the most current OMB Circular 570 U.S. Treasury Department listing. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the OWNER, dated the day of, 2016, a copy of which is attached hereto and made a part hereof, for the construction of the 2018 Building Demolition Project, NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said contract during the original B303 Roof Repairs & Replacement Addendum No P a g e

12 term thereof, and any extensions thereof which may be granted by the OWNER, with or without notice to the Surety, and during the one year post-construction workmanship guaranty period, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the OWNER from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to WORK to be performed thereunder, or the SPECIFICATIONS accompanying the same, shall in any wise affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the WORK, or to the SPECIFICATIONS. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any lawful beneficiary hereunder, whose timely filed and legally perfected claim may be unsatisfied. This bond is subject to and governed by Section of the Texas Government Code (Vernon's Texas Codes Annotated) and Article of Vernon's Texas Insurance Code and all amendments thereto. IN WITNESS WHEREOF, this instrument is executed in triplicate, each counterpart of which shall be deemed an original, this the day of, ATTEST: (Principal) (Principal) Secretary By: _(s) (Signature) B303 Roof Repairs & Replacement Addendum No P a g e

13 (SEAL) (Witness as to principal) (Address) (Address) ATTEST: (Surety) (Surety) Secretary By: (Attorney-in-Fact) (SEAL) (Witness as to Surety) (Address) (Address) NOTE: Date of BOND must not be prior to date of Contract. If Contractor is a Partnership, all partners should execute BOND. IMPORTANT: Surety companies executing BONDS must be legally authorized by the State Board of Insurance to transact business in the State of Texas. ATTACH POWER OF ATTORNEY B303 Roof Repairs & Replacement Addendum No P a g e

14 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: THAT (Name of Contractor) (Address of Contractor) a (Corporation, Partnership, or Individual) Hereinafter called Principal, and (Name of Surety) (Address of Surety) Hereinafter called Surety, are held and firmly bound unto the AUTHORITY, hereinafter called OWNER, in the penal sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. The AUTHORITY will be named as the obligee/beneficiary in such bonds and the sureties must be certified on the most current OMB Circular 570 U.S. Treasury Department listing. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the OWNER, dated the day of, 20, a copy of B303 Roof Repairs & Replacement Addendum No P a g e

15 which is attached hereto and made a part hereof, for the construction of B303 Roof Repairs and Replacement. NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, SUBCONTRACTORS, and corporations furnishing materials for, or performing labor in the prosecution of the WORK provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such WORK, and all insurance premiums on said WORK, and for all labor, performed in such WORK, whether by SUBCONTRACTOR or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to WORK to be performed thereunder, or the SPECIFICATIONS accompanying the same, shall in any wise affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the WORK, or to the SPECIFICATIONS. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge any remaining right of any lawful beneficiary hereunder, whose timely filed and legally perfected claim may be unsatisfied. This bond is subject to and governed Section of the Texas Government Code (Vernon's Texas Codes Annotated) and Article of Vernon's Texas Insurance Code and all amendments thereto. B303 Roof Repairs & Replacement Addendum No P a g e

16 IN WITNESS WHEREOF, this instrument is executed in triplicate, each counterpart of which shall be deemed an original, this the day of, ATTEST: (Principal) (Principal) Secretary By: _(s) (Signature) (SEAL) (Witness as to Principal) (Address) (Address) ATTEST: (Surety) (Surety) Secretary By: (Attorney-in-Fact) (SEAL) (Witness as to Surety) (Address) B303 Roof Repairs & Replacement Addendum No P a g e

17 (Address) NOTE: DATE OF BOND MUST NOT BE PRIOR TO DATE OF CONTRACT. IF CONTRACTOR IS A PARTNERSHIP, ALL PARTNERS SHOULD EXECUTE BOND. IMPORTANT: Surety companies executing BONDS must be legally authorized by the State Board of Insurance to transact business in the State of Texas. B303 Roof Repairs & Replacement Addendum No P a g e

18

REQUEST FOR QUALIFICATIONS (RFQ) DESIGN OF A MONUMENT SIGN TO INCUDE A FULL ELECTRONIC MESSAGE CENTER SCREEN AT PORT SAN ANTONIO

REQUEST FOR QUALIFICATIONS (RFQ) DESIGN OF A MONUMENT SIGN TO INCUDE A FULL ELECTRONIC MESSAGE CENTER SCREEN AT PORT SAN ANTONIO REQUEST FOR QUALIFICATIONS () DESIGN OF A MONUMENT SIGN TO INCUDE A FULL ELECTRONIC MESSAGE CENTER SCREEN AT PORT SAN ANTONIO I. INTRODUCTION AND PURPOSE This is issued by the Port Authority of San Antonio

More information

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S Page 11 of 17 G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S The contractor shall provide certificates of insurance in a form acceptable to the Georgia Ports Authority

More information

Insurance Requirements for Contractors

Insurance Requirements for Contractors Insurance Requirements for Contractors I. CONTRACTOR S LIABILITY AND WORKERS COMPENSATION INSURANCE Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries

More information

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT THIS AGREEMENT made and entered into this day of, 19, by and between

More information

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT Amended 6/09 APPLICABILITY: These procedures will apply where an individual desires to install or abandon a temporary monitoring

More information

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019 Request for Proposal Internet Access Peach Public Libraries E-Rate Funding Year 2018 July 1, 2018 - June 30, 2019 FY2018 Form 471 Window The FCC Form 471 must be certified on or before March 22, 2018 at

More information

SMALL WORKS ROSTER APPLICATION FORM

SMALL WORKS ROSTER APPLICATION FORM SMALL WORKS ROSTER APPLICATION FORM BETHEL SCHOOL DISTRICT NO. 403 PURCHASING 516 176 TH STREET EAST SPANAWAY WA 98387 Telephone: (253) 683-6078 Fax: (253) 683-6079 Per RCW 25A.335.190, the undersigned

More information

FOR VIEWING ONLY NOT FOR BIDDING PURPOSES

FOR VIEWING ONLY NOT FOR BIDDING PURPOSES NOTICE TO CONTRACTORS THE CITY OF PICAYUNE WALMART WATER TANK IMPROVEMENTS PICAYUNE, MS Sealed bids for the construction of the WALMART WATER TANK IMPROVEMENTS for The City of Picayune in Picayune, Mississippi,

More information

CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER

CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR THE CONSTRUCTION OF THE CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER BID READY NOVEMBER 14, 2018 Prepared By: WILLIAMS CIRCLE LOW PRESSURE SEWER

More information

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017 ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No. 17-001 Addendum #2 February 23, 2017 To All Prospective Bidders: The Fortuna Union High School

More information

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH: PROFESSIONAL SERVICES AGREEMENT For On-Call Services THIS AGREEMENT is made and entered into this ENTER DAY of ENTER MONTH, ENTER YEAR, in the City of Pleasanton, County of Alameda, State of California,

More information

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties. SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office

More information

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office and

More information

Request for Proposal Internet Access

Request for Proposal Internet Access Philadelphia/Neshoba County Public Library Request for Proposal Internet Erate Funding Year July 1, 2015 through June 30, 2016 REQUEST FOR PROPOSAL Internet Philadelphia/Neshoba County Public Library January

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

EXCAVATION PERMIT GUIDELINES

EXCAVATION PERMIT GUIDELINES TOWN OF HANOVER, NEW HAMPSHIRE PUBLIC WORKS DEPARTMENT PO Box 483, 194 Lebanon St TEL. 643-3327 FAX. 643-0736 EXCAVATION PERMIT GUIDELINES 1. Application & Permit (Page 1 & 2): a. Application must be filled

More information

2013 METER REPLACEMENT PROGRAM REQUEST FOR COMPETITIVE SEALED PROPOSALS Solicitation Number: B DD Job No.:

2013 METER REPLACEMENT PROGRAM REQUEST FOR COMPETITIVE SEALED PROPOSALS Solicitation Number: B DD Job No.: 2013 METER REPLACEMENT PROGRAM REQUEST FOR COMPETITIVE SEALED PROPOSALS Solicitation Number: B-13-015-DD Job No.: 13-4003 ADDENDUM #1 March 18, 2013 This addendum, applicable to work referenced above,

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San

More information

ENCROACHMENT PERMIT PACKAGE

ENCROACHMENT PERMIT PACKAGE ENCROACHMENT PERMIT PACKAGE The following documents are included in this package: Encroachment Permit application Statement of insurance requirements Insurance and bond forms City review of the encroachment

More information

MASTER SUBCONTRACT AGREEMENT

MASTER SUBCONTRACT AGREEMENT MASTER SUBCONTRACT AGREEMENT This Master Subcontract Agreement ( Subcontract ), made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter

More information

CONTRACT DOCUMENTS & TECHNICAL SPECIFICATIONS

CONTRACT DOCUMENTS & TECHNICAL SPECIFICATIONS CONTRACT DOCUMENTS & TECHNICAL SPECIFICATIONS Timber Covered Bridge Repairs: T--685 (Ardens Hill Road) over Little Fishing Creek County Bridge No. 95 Pine and Jackson Townships, Columbia County, PA Prepared

More information

CENTRAL COAST WATER AUTHORITY. Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide

CENTRAL COAST WATER AUTHORITY. Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide CENTRAL COAST WATER AUTHORITY Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide March 2018 1 CONTRACT DOCUMENTS TABLE OF CONTENTS BIDDING REQUIREMENTS, CONTRACT

More information

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION SPECIFICATIONS FOR DEMOLITION OF BOURNEFIELD UNITS 208, 211, 217, 232, & 233 ST.THOMAS, UNITED STATES VIRGIN ISLANDS JUNE 2016 VIRGIN ISLANDS PORT AUTHORITY

More information

CONTRACT FOR SERVICES RECITALS

CONTRACT FOR SERVICES RECITALS CONTRACT FOR SERVICES THIS AGREEMENT is entered into between the (hereinafter Authority ) and [INSERT NAME] (hereinafter Contractor ) and sets forth the terms of this Agreement. Authority and Contractor

More information

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25 City of Henderson PO Box 716 Henderson, Kentucky 42419 September 14, 2014 REQUEST FOR PROPOSALS # 14-25 Social Media Services for the City of Henderson s Community Visionary Plan and Comprehensive Plan

More information

Page of 5 PURCHASE AGREEMENT

Page of 5 PURCHASE AGREEMENT Page - 1 - of 5 (the Effective Date ) PURCHASE AGREEMENT THIS PURCHASE AGREEMENT (this Purchase Agreement ), dated the date specified above, is by and between (the "Contractor") and (the "Subcontractor").

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

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS REVEREND PETER ATKINS PARK BATHROOM PROJECT CCE PROJECT NO. 117-106 NOVEMBER 2, 2017 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 1.0 INTRODUCTION

More information

Please return by July 9, 10:00 AM Central Time to:

Please return by July 9, 10:00 AM Central Time to: SOLICITATION NO: R-14-006-DB INFORMAL REQUEST FOR PROPOSALS Release Date: June 25, 2014 ACTUARIAL SERVICES Please return by July 9, 2014 @ 10:00 AM Central Time to: dabenites@saws.org I. PROJECT INFORMATION

More information

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) MBE Planned Utilization (Form )

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) MBE Planned Utilization (Form ) ATTACHED FORMS Drug-Free Workplace Program Certification (Form 375-040-18) MBE Planned Utilization (Form 375-040-24) Performance Bond (Form 375-040-27) Bid Opportunity List (From 375-040-62) 1 DRUG-FREE

More information

DIF CREDIT AGREEMENT [Insert Project Name]

DIF CREDIT AGREEMENT [Insert Project Name] DIF CREDIT AGREEMENT [Insert Project Name] This DIF CREDIT AGREEMENT ( Agreement ) is entered into this day of, 20, by and between the CITY OF WILDOMAR, a California municipal corporation ( CITY ), and,

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS REQUEST FOR QUALIFICATIONS WATER AND WASTEWATER FACILITIES LAND USE ASSUMPTIONS PLAN CAPITAL IMPROVEMENTS PLAN AND MAXIMUM IMPACT FEES Solicitation No.: Q-18-002-JM Addendum 1 February 7, 2018 To Respondent

More information

Alabama State Port Authority

Alabama State Port Authority To: Prospective Bidders Date: 8/5/2016 Please procure the following and deliver to the address below: Delivery of Proposal: Alabama State Port Authority Location identified below in Notes #1 Delivery of

More information

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals

More information

GENERAL CONTRACTOR APPLICATION (REVISED: 9/20/18)

GENERAL CONTRACTOR APPLICATION (REVISED: 9/20/18) GENERAL CONTRACTOR APPLICATION (REVISED: 9/20/18) The City of Dallas, Housing and Neighborhood Revitalization Department - Home Improvement & Preservation Program ( HIPP ) is seeking to qualify General

More information

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES APPENDICES 53 Appendix 1-1 Agreement Form This Agreement made the...day of...20...between...of...hereinafter called the Employer and...of...hereinafter called the Contractor of the other part. Whereas

More information

Harbor Department Agreement City of Los Angeles

Harbor Department Agreement City of Los Angeles Harbor Department Agreement City of Los Angeles FIRST AMENDMENT TO FOREIGN-TRADE ZONE OPERATING AGREEMENT NO. 11-2985 BETWEEN THE CITY OF LOS ANGELES AND KOMAR DISTRIBUTION SERVICES JL ^^ THIS FIRST AMENDMENT

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

Master Service Agreement (Updated 9/15/2015)

Master Service Agreement (Updated 9/15/2015) Master Service Agreement (Updated 9/15/2015) This Master Service Agreement is entered into this day of 20 by and between Multifamily Management, Inc. (MMI) ( Management Agent ), as Agent for Owner, and

More information

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

REQUEST FOR PROPOSALS TELEPHONE SYSTEM REQUEST FOR PROPOSALS TELEPHONE SYSTEM 360 Main St. Delta, Colorado 81416 Phone (970) 874-7903 Fax (970) 874-6931 www.cityofdelta.net Issue Date: November 30, 2018 Contact: Glen L. Black Submission Deadline:

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Clifford Gorman Date Issued: January 22, 2014 BID NO.: 14-14005 FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR LAWN MAINTENANCE SERVICES FOR NON-ESCORT

More information

I N S U R A N C E UNDERWRITERS PRODUCER APPOINTMENT PACKAGE

I N S U R A N C E UNDERWRITERS PRODUCER APPOINTMENT PACKAGE I N S U R A N C E UNDERWRITERS PRODUCER APPOINTMENT PACKAGE UNDERWRITERS INSURANCE Appointment Packet CHECKLIST PACKET CONTENTS INCLUDE Windhaven Underwriters Producer Agreement Form Windhaven Underwriters

More information

SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT

SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT TOWN OF HILLSBOROUGH PUBLIC WORKS DEPARTMENT AGREEMENT FOR PUBLIC IMPROVEMENTS SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT THIS AGREEMENT is made and entered into as of the -----------------, by and between

More information

LONE TREE SCHOOL FLOORING REPLACEMENT

LONE TREE SCHOOL FLOORING REPLACEMENT WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL FLOORING REPLACEMENT PROPOSAL DUE DATE: May 12, 2011 1:30 p.m. 1 The WHEATLAND SCHOOL DISTRICT wishes to replace flooring at its Lone Tree

More information

STETSON UNIVERSITY CONSULTANT / INDEPENDENT CONTRACTOR AGREEMENT

STETSON UNIVERSITY CONSULTANT / INDEPENDENT CONTRACTOR AGREEMENT STETSON UNIVERSITY CONSULTANT / INDEPENDENT CONTRACTOR AGREEMENT THIS AGREEMENT made and entered into this day of, by and between STETSON UNIVERSITY, INC., a Florida non-profit corporation, hereinafter

More information

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES DATE: April 8, 2016 PROPOSAL: Q16-131 The Town of Chapel Hill Business Management

More information

SUBCONTRACTOR AGREEMENT

SUBCONTRACTOR AGREEMENT SUBCONTRACTOR AGREEMENT THIS AGREEMENT MADE THIS DAY OF IN THE YEAR OF 2016 (In words, indicate day, month and year) BETWEEN DeWitt & Associates, Inc. 1256 South Barnes Springfield, Missouri 65804 AND:

More information

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S SMALL TOWN VALUES 1115 13TH AVENUE PO BOX 79 SIDNEY NEBRASKA 69162 BIG TIME OPPORTUNITIES PHONE (308) 254-5300 FAX (308) 254-3164 www.cityofsidney.org City of Sidney Request for Qualifications and Proposal

More information

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services City of Jeffersontown Request for Qualifications ON-CALL Electrical Services Table of Contents Request of Qualifications I. Invitation and Instructions to Interested Firms II. III. IV. General Provisions

More information

Crack, Chip and Seal Projects 2018 April 2018

Crack, Chip and Seal Projects 2018 April 2018 Crack, Chip and Seal Projects 2018 April 2018 CONSTRUCTION CONTRACT DOCUMENTS AND SPECIFICATIONS Crack, Chip and Seal Projects 2018 City of Rifle, Colorado Various Locations in Rifle See Map Advertised

More information

CONTRACTOR REGISTRATION REQUIREMENTS

CONTRACTOR REGISTRATION REQUIREMENTS CONTRACTOR REGISTRATION REQUIREMENTS Any person, firm or corporation doing business as a contractor in the County of Rock Island shall register annually with the Zoning & Building Department. For registration

More information

W I T N E S S E T H:

W I T N E S S E T H: GENERAL CONTRACTORS SUBCONTRACT AGREEMENT THIS CONTRACT, made and entered into the day of, 20, by and between, a Tennessee, having its principal place of business at, hereinafter referred to as "Contractor"

More information

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660 CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile

More information

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project # PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #00-00-0000 Page 1 Contract # THIS AGREEMENT, made and entered into this day of, 2014, by and between SPOKANE AIRPORT, by and through its

More information

ACTUARIAL SERVICES AGREEMENT. THIS AGREEMENT is made and entered into on this day of,

ACTUARIAL SERVICES AGREEMENT. THIS AGREEMENT is made and entered into on this day of, ACTUARIAL SERVICES AGREEMENT THIS AGREEMENT is made and entered into on this day of, 2016, by and between the EMPLOYEES RETIREMENT FUND OF THE CITY OF FORT WORTH d/b/a Fort Worth Employees Retirement Fund

More information

Contract Documents. And. Specifications. For. Engler Park Dressing Room Building

Contract Documents. And. Specifications. For. Engler Park Dressing Room Building Contract Documents And Specifications For Engler Park Dressing Room Building City of Farmington 110 West Columbia Farmington, Missouri 63640 CITY OF FARMINGTON Department of Parks & Recreation 407 Boyce

More information

1200 GLYNN AVENUE DOCK REPAIRS. SPECIFICATIONS and CONTRACT DOCUMENTS. The City of Brunswick

1200 GLYNN AVENUE DOCK REPAIRS. SPECIFICATIONS and CONTRACT DOCUMENTS. The City of Brunswick 1200 GLYNN AVENUE DOCK REPAIRS SPECIFICATIONS and CONTRACT DOCUMENTS Prepared by: The City of Brunswick MAY 2017 Phone: (912) 267-5540 1200 GLYNN AVENUE DOCK REPAIRS BRUNSWICK, GEORGIA MAY 2017 TABLE OF

More information

Mini-Brooks Qualifications Based Selection Supplement of Design/Build Statutes

Mini-Brooks Qualifications Based Selection Supplement of Design/Build Statutes The Supplement Presentation as of August, 2015 Mini-Brooks Qualifications Based Selection Supplement of Design/Build Statutes (the full Statutes for Design/Build approaches with an analysis of each) David

More information

UAA NSB-EM2 Mechanical Systems Conversion/Upgrade Anchorage, Alaska VOLUME I BIDDING & CONTRACT DOCUMENTS

UAA NSB-EM2 Mechanical Systems Conversion/Upgrade Anchorage, Alaska VOLUME I BIDDING & CONTRACT DOCUMENTS INVITATION FOR BID UAA NSB-EM2 Mechanical Systems Conversion/Upgrade Anchorage, Alaska VOLUME I BIDDING & CONTRACT DOCUMENTS PROJECT NO.: 16-0103 BID NUMBER: 17-04 Building Name: Natural Science Building

More information

RP Page 1. The written proposal documents supersede any verbal or written prior communications between the parties.

RP Page 1. The written proposal documents supersede any verbal or written prior communications between the parties. RP028-17 Page 1 November 8, 2017 REQUEST FOR PROPOSAL: RP028-17 The Gwinnett County Board of Commissioners is soliciting competitive sealed proposals from qualified firms for the Lease, Development, Operation

More information

CONSTRUCTION CONTRACT EXAMPLE

CONSTRUCTION CONTRACT EXAMPLE P a g e 1 CONSTRUCTION CONTRACT EXAMPLE THIS AGREEMENT, made and entered into this date, by and between, hereinafter called CONTRACTOR, and NPC QUALITY BURGER, INC., hereinafter called OWNER. IT IS HEREBY

More information

City of Laguna Niguel Solicitation of Informal Sealed Bids for the Replacement of Diving Platform Hand Rail and Spiral Stairs Cash Contract 18-06

City of Laguna Niguel Solicitation of Informal Sealed Bids for the Replacement of Diving Platform Hand Rail and Spiral Stairs Cash Contract 18-06 City of Laguna Niguel Solicitation of Informal Sealed Bids for the Replacement of Diving Platform Hand Rail and Spiral Stairs Cash Contract 18-06 Project Name: Replacement of Diving Platform Hand Rail

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)

More information

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay.

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay. responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay. (h) Primary Coverage. For claims arising out of or relating to work on the Specific Project, Tenant s insurance

More information

PROJECT MANUAL THE SEMINOLE COUNTY PORT AUTHORITY WATER SPECIALISTS PARKING IMPROVEMENTS

PROJECT MANUAL THE SEMINOLE COUNTY PORT AUTHORITY WATER SPECIALISTS PARKING IMPROVEMENTS PROJECT MANUAL For THE SEMINOLE COUNTY PORT AUTHORITY WATER SPECIALISTS PARKING IMPROVEMENTS APRIL 2017 CPH # S0223 500 West Fulton Street Sanford, Florida 32771 Ph. 407.322.6841 Fx. 407.330.0639 PROJECT

More information

#REVISED MEMORANDUM OF UNDERSTANDING BETWEEN FULTON COUNTY, GEORGIA AND THE ATLANTA HAWKS FOUNDATION, INC

#REVISED MEMORANDUM OF UNDERSTANDING BETWEEN FULTON COUNTY, GEORGIA AND THE ATLANTA HAWKS FOUNDATION, INC MEMORANDUM OF UNDERSTANDING BETWEEN FULTON COUNTY, GEORGIA AND THE ATLANTA HAWKS FOUNDATION, INC. FOR DONATIONS TO FULTON COUNTY S YOUTH BASKETBALL PROGRAM THIS MEMORANDUM OF UNDERSTANDING ( MOU ) is made

More information

REQUEST FOR PROPOSAL LOBBY SECURITY UPGRADE

REQUEST FOR PROPOSAL LOBBY SECURITY UPGRADE REQUEST FOR PROPOSAL LOBBY SECURITY UPGRADE PROPOSALS DUE: July 10, 2018 by 4:00 pm Request for Proposal The Vista Irrigation District ( District ) will be accepting proposals from qualified contractors

More information

C UNDERGROUND LIGHTING CONDUIT REPLACEMENT PROJECT

C UNDERGROUND LIGHTING CONDUIT REPLACEMENT PROJECT BID DOCUMENTS COVER SHEET CONTRACT DOCUMENTS FOR C-1062 - UNDERGROUND LIGHTING CONDUIT REPLACEMENT PROJECT AT CONTRA COSTA COLLEGE 2600 Mission Bell Drive, San Pablo, California 94806 CONTRA COSTA COMMUNITY

More information

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR CONTRACTOR S COPY SUBCONTRACT NO. Alberta Standard Construction Subcontract THIS AGREEMENT made this day of, A.D. 20 BETWEEN name (hereinafter called the

More information

University of California, Riverside Barn Expansion

University of California, Riverside Barn Expansion SUBCONTRACT BIDDING DOCUMENTS FOR University of California, Riverside Barn Expansion 950493 TABLE OF CONTENTS Cover Page Table of Contents Advertisement for Bids Instructions to Bidders Information Available

More information

KANSAS CITY PUBLIC LIBRARY REQUEST FOR PROPOSALS FOR AUDIT SERVICES

KANSAS CITY PUBLIC LIBRARY REQUEST FOR PROPOSALS FOR AUDIT SERVICES KANSAS CITY PUBLIC LIBRARY REQUEST FOR PROPOSALS FOR AUDIT SERVICES October 30, 2014 Kansas City Public Library 14 West 10 th Street Kansas City, Missouri 64105 Proposals will be accepted until: 11:00

More information

City of Loveland, Ohio

City of Loveland, Ohio City of Loveland, Ohio Request for Proposal (RFP) Information Technology (IT) Managed Services Provider Proposals are due by 4:30 PM, November 1, 2017 The City of Loveland is inviting qualified Information

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services City of Portsmouth Portsmouth, New Hampshire Department of Public Works Plumbing and Heating Repair Services INVITATION TO BID Sealed bid proposals, plainly marked, (Plumbing and heating Repair Services

More information

Boulder Creek Fire Protection District. Request For Proposal. Voluntary Seismic and ADA Station Upgrades. July 14, 2015

Boulder Creek Fire Protection District. Request For Proposal. Voluntary Seismic and ADA Station Upgrades. July 14, 2015 Boulder Creek Fire Protection District Request For Proposal s July 14, 2015 TABLE OF CONTENTS A. Notice to Contractors...3 B. Bid Documents 1. Proposal to the Boulder Creek Fire Protection District...6

More information

Cheyenne Wyoming RFP-17229

Cheyenne Wyoming RFP-17229 L A R A M I E COUNTY COMMUNITY COLLEGE Cheyenne Wyoming Request for Proposals (RFP) t o provide Contract Services t o Comp lete t h e Boiler Plant Burner Replacement RFP-17229 Solicited by: Department

More information

RICE UNIVERSITY SHORT FORM CONTRACT

RICE UNIVERSITY SHORT FORM CONTRACT RICE UNIVERSITY SHORT FORM CONTRACT This Rice University Short Form Contract (this Contract ) is entered into by and between WILLIAM MARSH RICE UNIVERSITY, a Texas non-profit corporation (the University

More information

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling TOWN OF BARNSTABLE INVITATION FOR BID Barnstable School Department Hyannis, MA Refuse Collection and Disposal and Recycling May 30, 2013 IFB Due: 7/10/13, no later than 2 pm It is the responsibility of

More information

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex December 4, 2016 Submission Deadline: 12:00 p.m. December 20, 2016 1. REQUEST FOR PROPOSAL The City of Brentwood

More information

NEW AIR TRAFFIC CONTROL TOWER

NEW AIR TRAFFIC CONTROL TOWER DIVISION I NEW AIR TRAFFIC CONTROL TOWER CONSTRUCTION MANAGER AT RISK (CMAR) CONSTRUCTION SERVICES CONTRACT PROJECT NO. 927 TABLE OF CONTENTS ARTICLE PAGE ARTICLE 1 PARTICIPANTS AND PROJECT... 2 ARTICLE

More information

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY CITY OF CONROE P.O. BOX 3066 CONROE, TEXAS 77305 RESPONSES DUE: DECEMBER 14, 2017 CITY OF CONROE PURCHASING DEPARTMENT

More information

JUNEAU-DOUGLAS HIGH SCHOOL BLEACHER REPLACEMENT

JUNEAU-DOUGLAS HIGH SCHOOL BLEACHER REPLACEMENT BLEACHER REPLACEMENT Contract No. BE17-253 File No. 1961 ENGINEERING DEPARTMENT SECTION 00005 - TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT

More information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,

More information

REQUEST FOR QUOTE ON BARBER/HAIRCUTTING SERVICES FOR COUNTY JAIL

REQUEST FOR QUOTE ON BARBER/HAIRCUTTING SERVICES FOR COUNTY JAIL REQUEST FOR QUOTE ON BARBER/HAIRCUTTING SERVICES FOR COUNTY JAIL QUOTE: COR 49-13 QUOTES DUE: JULY 26, 2013 @ 2:00 P.M. NOTICE TO QUOTERS Notice is hereby given that the Board of County Commissioners of

More information

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation This is a form agreement for discussion purposes only. It does not constitute a binding offer or contract of Drexel University until all of the terms have been approved and this agreement is executed by

More information

TERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC.

TERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC. TERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC.) STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONSULTANT FOR PROFESSIONAL

More information

OGC-S Owner-Contractor Construction Agreement

OGC-S Owner-Contractor Construction Agreement Owner-Contractor Construction Agreement This agreement is entered into as of ( Effective Date ) between Lone Star College (the "College"), a public junior college pursuant to Section 130.004 of the Texas

More information

STG Indemnity Agreement

STG Indemnity Agreement STG Indemnity Agreement INDEMNITY AGREEMENT 1 This indemnification is made and given by: referred to herein as "Indemnitor" (whether one or more) for the benefit of Stewart Title Guaranty Company and (individually

More information

UAA RAS WEIDNER CLASSROOM Anchorage, Alaska

UAA RAS WEIDNER CLASSROOM Anchorage, Alaska INVITATION FOR BID Anchorage, Alaska PROJECT NO.: 17-0033 BID NUMBER: 17-06 Building Name: Rasmuson Hall Building Number: AS105 ISSUED: March 22, 2017 FACILITIES PLANNING AND CONSTRUCTION 3890 UNIVERSITY

More information

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition)

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition) THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition) Standard Form of Contract Between Construction Manager and Contractor (Construction Manager At-Risk) This document

More information

AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE)

AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE) AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE) This Agreement is made and entered into this (INSERT DATE HERE), 2015 between the Santa Maria Joint Union

More information

SAFETY FIRST GRANT CONTRACT

SAFETY FIRST GRANT CONTRACT SAFETY FIRST GRANT CONTRACT This agreement (the Contract ) is made this day of, by and between (the Contractor ) and (the Owner ), for the (Name of Parish Corporation, ABN or high school corporation) purpose

More information

Workforce Management Consulting Services

Workforce Management Consulting Services Request for Proposal #40604 Workforce Management Consulting Services For Grand River Dam Authority PROPOSALS TO BE SUBMITTED TO: Grand River Dam Authority Central Purchasing Unit 226 West Dwain Willis

More information

Scofield Ridge Homeowners Association

Scofield Ridge Homeowners Association Scofield Ridge Homeowners Association RFP #2012-003 Subject: Entrance Monument Design & Construction Due: March 30, 2012 2:00pm CST c/o Goodwin Management, Attn.: Debra Johnson * 11149 Research Blvd.,

More information

GENERAL: WITNESSETH: That the said Contractor and the said District, for consideration hereinafter named agree as follows: DESCRIPTION OF WORK:

GENERAL: WITNESSETH: That the said Contractor and the said District, for consideration hereinafter named agree as follows: DESCRIPTION OF WORK: GENERAL: This Contract made and entered into this day of, 2013, by and between the Sundown Sanitary Sewer District, hereinafter called "District", and, hereinafter called "Contractor", duly authorized

More information

Replacement of Existing Carpet at City Hall

Replacement of Existing Carpet at City Hall CITY OF MILLBRAE STATE OF CALIFORNIA CONTRACT DOCUMENTS AND SPECIFICATIONS FOR DEPARTMENT OF PUBLIC WORKS 621 MAGNOLIA AVENUE MILLBRAE, CA 94030 TELEPHONE: (650) 259-2339 FAX: (650) 697-8158 BID OPENING:

More information

(This Agreement supersedes all prior Agreements) AGREEMENT

(This Agreement supersedes all prior Agreements) AGREEMENT (This Agreement supersedes all prior Agreements) AGREEMENT AGREEMENT, dated day of, 20, between International Transportation & Marine Agency, Inc., a corporation organized and existing under and by virtue

More information

NOTICE INVITING BIDS

NOTICE INVITING BIDS NOTICE INVITING BIDS RECEIPT OF BIDS: Sealed Bids will be received at the office of the Central Coast Water Authority, at 255 Industrial Way, Buellton, California 93427, until 2:00 p.m. September 4, 2012,

More information

MINNESOTA STATE LOTTERY SECURITY DEPOSIT REQUIREMENTS

MINNESOTA STATE LOTTERY SECURITY DEPOSIT REQUIREMENTS MINNESOTA STATE LOTTERY SECURITY DEPOSIT REQUIREMENTS applicants who do not have a favorable credit history are required to maintain a security deposit for a minimum of six months. The security deposit

More information