City of Normandy Park. Recreation Center. Sidewalk Replacement INVITATION TO BID 2018
|
|
- Jason Grant Woods
- 5 years ago
- Views:
Transcription
1 City of Normandy Park Recreation Center Sidewalk Replacement INVITATION TO BID 2018 I. GENERAL A. Intent of Invitation to Bid This Invitation to Bid is to solicit competitive proposals from qualified contractors to provide City of Normandy Park, to remove and replace the sidewalk and add an ADA access ramp at the entrance of the Normandy Park Recreation Center. The Recreation Center is located at 801 SW 174th Street, Normandy Park, WA This Invitation to Bid will result in a contract award to a qualified Contractor for services, as defined in the scope of this Invitation to Bid. This Invitation to Bid will provide interested Contractors with sufficient information to submit a proposal that meets the minimum requirements. This Invitation to Bid is not intended to limit the content or exclude any relevant or essential data. Contractors are at liberty and encouraged to expand upon the specifications to evidence service capability under any agreement. All Invitation to Bid preparation costs and any associated activities related to this Invitation to Bid are the sole responsibility of the Contractor. The City of Normandy Park is not liable for any costs incurred throughout the selection process. Questions/Inquiries: Please direct any questions pertaining to this request to Amanda León, Parks Director, aleon@normandyparkwa.gov (206) B. Eligibility Requirements Supplier must meet the following minimum qualifications to be eligible to respond to this Invitation to Bid. 1. Must possess a current Washington State business license.
2 2. Must possess a current City or Normandy Park business license, bonded and insured to work within the City. C. Addendum to Invitation to Bid If it becomes necessary to amend this Invitation to Bid in whole or in part, an addendum will be posted. D. Right of Rejection The City of Normandy Park reserves the right to reject any and all proposals or to waive any non-statutory informality. The City of Normandy Park further reserves the right to award the contract deemed to be in the best interest of The City of Normandy Park. The City of Normandy Park decision to accept or reject the contract shall be final. E. Oral Presentations The City of Normandy Park may award a contract based on the initial Invitation to Bids received without discussion with the Contractor. If oral presentations are necessary to clarify an Invitation to Bid, they will be scheduled after the submission of the Invitation to Bid and at the sole discretion of The City of Normandy Park. F. Written Agreement The Contractor must enter into a written signed contract with The City of Normandy Park. G. Contract Period The contract shall commence on the date of the Invitation to Bid award and acceptance by the City of Normandy Park and continue for the duration of the project. The contract may be cancelled upon giving a thirty (30) day notice due to lack of funding or poor performance. H. Contractor Proposal Proposals must be signed by the Contractor's authorized official binding the Invitation to Bid. I. Proposal Submission 1. Three (3) copies of the Invitation to Bid proposal must be submitted by April 20, 2018 at City Hall, 801 SW 174th Street, Normandy Park, WA , by 4:00 pm. 2. All information requested must be completed and submitted by the date and time listed. Proposals received after that will be deemed nonresponsive. Neither faxed nor ed bids will be accepted. 3. Supplier shall submit one Invitation to Bid for each product line.
3 4. All requested information must be submitted on the Proposal Response Schedule Forms included in this Invitation to Bid. Schedules A-D. 5. Prior to the start of the work the successful contractor will be required to provide a Certificate of Insurance and endorsements showing the City of Normandy Park as additional insured. This insurance shall be against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, its agents, representatives, employees or subcontractors as outlined in the "Small Public Works Contract." 6. Prevailing Wage: This City of Normandy Park Contract requires prevailing wage under Chapter RCW. Any worker, laborer, or mechanic employed in the performance of the work shall be paid not less than the applicable prevailing rate of wage. This project is located in King County. Rules and regulations of the Department of Labor and Industries and the schedule of prevailing wage rates for the area can be obtained from the department's website at: The Contractor will be required to: 1) Furnish proof of insurance with endorsement naming City as additional insured before work may commence and provide proof of valid Washington State License. 2) File a Statement of Intent to Pay Prevailing Wages (L&I form # ) with the State of Washington, Department of Labor & Industries and furnish the City with an approved copy. 3) File an Affidavit of Wages Paid (L&I form #F ) with the State of Washington, Department of Labor & Industries and furnish the City with an approved copy. Upon receipt of the approved form, the retained 5% will be eligible for release to supplier/contractor. 7. Retainage: RCW requires contract retainage, not to exceed 5% of the money s earned by the contractor, on public improvement projects. II. DETAILED SCOPE OF WORK A. Remove and dispose of sidewalk in Exhibit A. B. Replace with reinforced monolithic cement concrete curb and sidewalk as drawn in Exhibit B. Add ADA ramp to new sidewalk. All new work must conform to current ADA codes. This sidewalk shall be accomplished in accordance with the Standard Specifications for Road, Bridge, and Municipal Construction, 2016 Edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA) Washington State Chapter (hereafter "Standard Specifications.
4 III. EVALUATION CRITERIA The City of Normandy Park will evaluate each Invitation to Bid proposal submitted based on The City of Normandy Park overall needs. The Invitation to Bid contract will be awarded to the Contractor, who is responsive and responsible to all administrative and technical requirements of the Invitation to Bid; who has demonstrated competence and qualifications in their ability to provide the services required; the cost for the services offered and functionality and support of product. All schedules must be complete. Additional materials that support the Schedules may be included in the Invitation to Bid. The Invitation to Bid contract award will be by committee. The committee will evaluate each Invitation to Bid based on the criteria listed below. If the Contractor fails to provide any of the information required, The City of Normandy Park may, at its sole option, deem the Invitation to Bid nonresponsive, ask the Contractor to provide the missing information or evaluate the Invitation to Bid proposal without the missing information. 70 Points: Past Performance Schedule B 30 Points: Cost Proposal -Schedule D (Cost will be scored with the following equation) Cost Points X (2-Proposed Price/Lowest Price)
5 Schedule A CERTIFICATION OF PROPOSAL I have read the City of Normandy Park Invitation to Bid, and fully understand the intent. I certify that I have adequate personnel and resources to fulfill the Invitation to Bid requirements. I further understand that my ability to meet the criteria and provide the required services shall be judged solely by The City of Normandy Park. I further certify that, since the receipt of this Invitation to Bid proposal, no contact, discussion, or negotiations have been made nor will be made regarding this proposal with any City of Normandy Park contact. I understand that any such contact could disqualify this Invitation to Bid proposal. I further certify that I am properly licensed to conduct business within the scope of this Invitation to Bid, in the State of Washington. I certify that all Schedules contained herein shall be considered part of the entire Invitation to Bid response and that the complete Invitation to Bid document submitted shall be considered a legally binding document. Submitted by: Contractor Name Authorized Signature Name and Title Telephone Date
6 List past project(s) removing and installing concrete sidewalks. Schedule B
7 Schedule C REFERENCES Provide a minimum of three (3) and a maximum of five (5) Client References from the past three (3) years. 1. Company Name Contact Name Address City State Zip Telephone Fax Description of Work Scope 2. Company Name Contact Name Address City State Zip Telephone Fax Description of Work Scope 3. Company Name Contact Name Address City State Zip Telephone Fax Description of Work Scope
8 Schedule D Cost Proposal *ALL SIDEWALKS MUST BE ADA COMPLIANT* Please provide an itemized breakdown (removal and replacement by size per linear foot) of product cost and labor. Removal cost per square foot $ New Sidewalk cost per square foot $ ADA ramp cost$ Contractor shall submit a detailed invoice quantifying the services performed.
9 Schedule E Specifications for Sidewalk This work shall be accomplished in accordance with the Standard Specifications for Road, Bridge, and Municipal Construction, 2016 Edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA) Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications are made a part of the Contract Documents and shall govern all work. Contractor must not cause any damage to landscaping, retaining walls, curbs, sprinkler heads, utility covers or other objects adjacent to sidewalks. If the contractor and/or contractor s equipment does cause damage to above, the City of Normandy Park must be notified immediately and damages must be repaired at the contractor s expense within 24 hours of the time the damage occurred. The contractor shall take precautions during saw cutting operations not to disfigure, scar, or impair the health of any tree or shrub on property. All invoices must show the quantities for materials used Work is to be conducted from 8:00 am to 5:00 pm weekdays. All work performed must comply with NPMC concerning noise standards. All costs incurred for disposal of waste material shall be included in unit cost and not paid for separately. Contractor must provide proof that all concrete and debris is recycled in a proper, environmentally safe manner. Contractor must be able to initiate work within 30 days of contract award from the City of Normandy Park, and must provide data from current and previous projects (as well as customer contact information for those projects) to demonstrate contractor s ability to complete projects within the timeline required by the City. The contractor shall schedule the operations so as to cause a minimum of interruption, interference or disturbance to the operation of stores, businesses, office buildings, hotels, schools, churches, etc., and allow access by pedestrians and emergency, delivery and service vehicles at all times. Sidewalk repair equipment and all other items incidental to the work shall not be left or stored on the property while not in use. If contractor is approached by the public with questions, the contractor shall address their concerns in a professional and polite manner. Contractor must provide a Safety Plan.
10 Photos of Rec Center Sidewalk Existing Conditions
11 Attachment A
12 Attachment B
13 SAMPLE CITY OF NORMANDY PARK SMALL PUBLIC WORKS CONTRACT THIS CONTRACT is made and entered into this day of, 20, by and between the City of Normandy Park, Washington (the City ), and, a (the Contractor ). FOR AND IN CONSIDERATION of the mutual benefits and conditions hereinafter contained, the parties hereto agree as follows: 1. Scope of Work. The Contractor agrees to furnish all material, labor, tools, equipment, apparatus, etc. necessary to perform and complete in a workmanlike manner the work set forth in the Scope of Work attached hereto as Exhibit A and incorporated herein by reference. Except as otherwise provided in this Contract, all provisions of the Washington State Department of Transportation Standard Specifications for Road, Bridge, and Municipal Construction, 2016 Edition, as modified by the Local Agency General Special Provisions, shall apply to the completion of the work. 2. Time of Performance and Completion. The Contract time shall begin on the first working day following the 10 th calendar day after issuance of the written notice to proceed or the first day, on which the Contractor begins to perform Work on the site, whichever first occurs. 3. Payments. The Contractor agrees to perform all work called for the sum of, plus applicable Washington State Sales Tax. Said sum shall constitute full compensation for all labor, materials, tools, appliances, etc. required to perform the required services. 4. Retainage. A. Except where a retainage bond has been submitted and accepted as provided in subparagraph 4(B), five percent (5%) of all monies earned by the Contractor shall be retained by the City for the purposes mentioned in RCW If monies are retained under this subsection, the Contractor elects to have these monies (check one): Retained in a fund by the City until sixty (60) days following the final acceptance of said improvement or work as completed and receipt of all necessary releases from the department of revenue, department of employment security, and department of labor and industries; Deposited by the City in an interest bearing account in a bank, mutual savings bank, or savings and loan association, not subject to withdrawal until sixty (60) days following the final acceptance of said improvement or work as completed and receipt of all necessary releases from the department of revenue, department of employment security, and department of labor and industries; provided, that interest on such account shall be paid to the Contractor; or Placed in escrow with a bank or trust company by the City until sixty (60) days
14 following the final acceptance of said improvement or work as completed the department of revenue, department of employment security, and department of labor and industries. When the monies reserved are to be placed in escrow, the City shall issue a check representing the sum of the monies reserved payable to the bank or trust company and the Contractor jointly. Such check shall be converted into bonds and securities chosen by the Contractor and approved by the City and such bonds and securities shall be held in escrow. Interest on such bonds and securities shall be paid to the Contractor as the said interest accrues. If this contract is under $35,000.00, the retained funds (or that portion thereof that exceeds the amount necessary to satisfy any liens that have been timely filed) may be released sixty (60) days following the final acceptance of said improvement or work as completed without receipt of releases from the department of revenue, department of employment security, or department of labor and industries unless liens have been filed against the retainage by such department(s). B. In lieu of the five percent (5%) retainage required by RCW , the Contractor may submit a bond for all or any portion of the retainage on a form acceptable to the City and from a bonding company authorized to do business in the State of Washington and with a minimum A.M. Best financial strength rating of A-. The bond and any proceeds thereof are subject to all claims and liens and in the same manner and priority as set forth for retained percentages in RCW If monies have been withheld by the City as retainage prior to receipt of a bond under this subparagraph 4(B), the City agrees to release the bonded portion of the retained funds to the Contractor within thirty (30) days after receiving an acceptable bond from the Contractor. 5. Performance and Payment Bond. A. The Contractor shall execute and deliver to the City a bond, on forms supplied or approved by the City, with an approved surety company as surety, in the sum of the full amount of the Contract plus the applicable Washington State Sales Tax, in compliance with RCW through and any amendments thereto. The surety on any such bond shall be a surety company duly authorized to transact surety business under the laws of the State of Washington. B. If the amount of this Contract is One Hundred Fifty Thousand Dollars ($150,000) or less, the Contractor may, at its option, in lieu of the bond specified in subparagraph 5(A), have the City retain ten percent (10%) of the contract amount for a period of thirty (30) days after the date of completion of services, or until receipt of all necessary releases from the Department of Revenue and the Department of Labor and Industries and settlement of any liens filed under chapter RCW, whichever is later. The ten percent (10%) retainage provided in this subparagraph 5(B) is in addition to, and not in lieu of, the five percent (5%) retainage required in paragraph 4 under RCW If this contract is under $35,000.00, the retained funds (or that portion thereof that exceeds the amount necessary to satisfy any liens that have been timely filed) may be released sixty (60) days following the final acceptance of said improvement or work as completed without receipt of releases from the department of revenue, department of employment security, or department of labor and industries unless liens have been filed against the retainage by such department(s). 6. Indemnity. A. The Contractor shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits, including attorney s fees, arising out of or in connection with the performance of this Agreement, except for injuries and damages caused by the sole negligence of the City.
15 B. Should a court of competent jurisdiction determine that this Agreement is subject to RCW , then in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees or volunteers, the Contractor s liability hereunder shall be only to the extent of the Contractor s negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor s waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. C. The provisions of this section shall survive the expiration or termination of this Agreement. 7. Insurance. A. Generally. The Contractor shall procure and maintain for the duration of the Contract, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, its agents, representatives, employees or subcontractors. B. No Limitation. The Contractor s maintenance of insurance, the scope of coverage and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City s recourse to any remedy available at law or in equity. C. Minimum Scope of Insurance. The Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG and shall cover liability arising from premises, operations, independent contractors, productscompleted operations, stop gap liability, personal injury and advertising injury and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG or an equivalent endorsement. There shall be no endorsement or modification of the Commercial General Liability Insurance for liability arising from explosion, collapse or underground property damage. The City and the City s consulting engineers for this Project shall be named as insureds under the Contractor s Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement form CG and Additional Insured- Completed Operations endorsement CG or substitute endorsements providing equivalent coverage. 3. Workers Compensation coverage as required by the Industrial Insurance laws of the State of Washington. D. Minimum Amounts of Insurance. The Contractor shall maintain the following insurance limits:
16 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and $2,000,000 products-completed operations aggregate limit. E. Other Insurance Provision. The Contractors Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance as respects the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor s insurance and shall not contribute with it. F. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. G. Verification of Coverage. The Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before the commencement of the work. H. Subcontractors. The Contractor shall have sole responsibility for determining the insurance coverage and limits required, if any, to be obtained by subcontractors, which determination shall be made in accordance with reasonable and prudent business practices. I. Notice of Cancellation. The Contractor shall provide the City and all Additional Insureds with written notice of any policy cancellation, within two business days of the Contractor s receipt of such notice. J. Failure to Maintain Insurance. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days' notice to the Contractor to correct the breach, immediately terminate the contract or, at is discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Contractor from the City. 8. Prevailing Wage. A. The prevailing rate of wage to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this Contract shall be in accordance with the provisions of Chapter RCW, as amended, and the rules and regulations of the Department of Labor and Industries. The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wage rates for the locality or localities where this Contract will be performed as determined by the Industrial Statistician of the Department of Labor and Industries, are attached hereto and by reference made a part of this Contract as though fully set forth herein. B. On or before the date of commencement of the work, the Contractor shall file a statement under oath with the City and with the Director of Labor and Industries certifying the rate of hourly wage paid and to be paid each classification of laborers, workmen, or mechanics employed upon the work by the Contractor or any Subcontractor, which shall not be less than the prevailing rate of wage. Such statement and any subsequent statement shall be filed in accordance with the
17 practices and procedures required by the Department of Labor and Industries. 9. Termination. A. Termination for Contractor's Default. If the Contractor refuses or fails to make adequate progress of the work, or to prosecute the work or any separable part thereof with such diligence that will insure its completion within the time specified in this Contract, or defaults under any provision or breaches any provision of this Contract, the City may serve notice upon the Contractor and its surety of the City's intention to terminate by default the right of the Contractor to perform the Contract, and unless within ten (10) days after the serving of such notice, the Contractor shall satisfactorily arrange to cure its failure to perform and notify the City of the corrections to be made, the right of the Contractor to proceed with the work shall terminate. In the event of any such termination, the City shall serve notice thereof upon the Surety and the Contractor, provided, however, that if the Surety does not commence performance thereof within twenty (20) days from the date of the mailing to such Surety of the notice of termination, the City may take over the work and prosecute the same to completion by Contract or otherwise for the account and at the expense of the Contractor. In the case of termination for default, the Contractor shall not be entitled to receive any further payment until the work is finished. B. Termination by City for Convenience. The performance of work under this Contract may be terminated by the City in accordance with this paragraph in whole or in part, whenever the City shall determine that such termination is in the best interest of the City. Any such termination shall be effected by delivery to the Contractor of a Notice of Termination specifying the extent to which performance or work under the Contract is terminated, and the date upon which such termination becomes effective. The Contractor shall stop work on the project upon the date set forth in the Notice of Termination and shall take such actions as may be necessary, or as the City may direct, for the protection and preservation of the work. After receipt of a Notice of Termination, the Contractor shall submit to the City its termination claim, in the form and with the certification prescribed by the City. Such claim shall be submitted promptly but in no event later than 3 months from the effective date of the termination. Upon approval by the City, the termination claim shall be paid. C. Termination by Contractor. If the work should be stopped under an order of any court, or other public authority, for a period of thirty (30) days, through no act or fault of the Contractor or of anyone employed by him, then the Contractor may, upon seven (7) days written notice to the City, terminate this Contract and recover from the City payment for all work executed and any proven loss sustained. Should the City fail to pay to the Contractor, within the payment period provided for in this Contract, any sum due and owing, then the Contractor may, upon seven (7) days written notice to the City, stop the work or terminate this Contract. 10. Compliance with Laws and Permits. The Contractor shall at all times comply with all applicable state and local laws, rules, ordinances and regulations. Unless otherwise provided on Exhibit A, the Contractor shall secure and pay for all permits, fees, and licenses necessary for the performance of the work. The Contractor shall comply with all permit and license conditions. The Contractor shall pay any and all applicable federal, state and local taxes, including sales taxes, associated with performance of the work. 11. Nondiscrimination. Except to the extent permitted by a bona fide occupational qualification, the Contractor agrees that the Contractor will not discriminate against any employee or applicant for employment because of race, creed, color, national origin, sex, honorably discharged veteran or military status, sexual orientation, or the presence of any sensory, mental, or physical
18 disability or the use of a trained dog guide or service animal by a person with a disability. 12. Independent Contractor. No agent, employee or representative of the Contractor shall be deemed to be an agent, employee or representative of the City for any purpose. Contractor shall be solely responsible for all acts of its agents, employees, representatives and subcontractors during the performance of this contract. 13. Relationship of Parties. The parties intend that an independent contractor-client relationship will be created by this Agreement. As the Contractor is customarily engaged in an independently established trade which encompasses the specific service provided to the City hereunder, no agent, employee, representative or subcontractor of the Contractor shall be or shall be deemed to be the employee, agent, representative or subcontractor of the City. In the performance of the work, the Contractor is an independent contractor with the ability to control and direct the performance and details of the work, the City being interested only in the results obtained under this Agreement. None of the benefits provided by the City to its employees, including, but not limited to, compensation, insurance, and unemployment insurance are available from the City to the employees, agents, representatives, or subcontractors of the Contractor. The Contractor will be solely and entirely responsible for its acts and for the acts of its agents, employees, representatives and subcontractors during the performance of this Agreement. The City may, during the term of this Agreement, engage other independent contractors to perform the same or similar work that the Contractor performs 14. Legal Action. In the event that either party shall bring suit to enforce any provision of this Contract or to seek redress for any breach, the prevailing party in such suit shall be entitled to recover its costs, including reasonable attorneys' fees. 15. Entire Agreement. This Contract, together with all attachments, including: This Contract; The Contractor s proposal, including the bid, bid schedule(s), information required of bidder, Proposal bond, and all required certificates and affidavits; The Performance Bond and Public Works Payment Bond; The Contract Provisions, including 2016 WSDOT Standard Specifications as referenced; The Plans (or drawings), consisting of sheets, as listed in the index on sheet of the Plans; Addenda numbers, inclusive; and Change Orders issued after the effective date of this Contract; represents the entire and integrated agreement between the parties hereto and supersedes all prior negotiations, representations and agreements, whether written or oral. This Contract may be amended only by written change order, properly signed by both parties.
19 IN WITNESS WHEREOF, the parties have executed this Contract as of the day and year first written above. CITY OF NORMANDY PARK CONTRACTOR MARK E. HOPPEN, CITY MANAGER By: Title: ATTEST/AUTHENTICATED: BROOKS WALL, CITY CLERK APPROVED AS TO FORM: JAMES HANEY, CITY ATTORNEY
CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT
CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT THIS Agreement is made effective as of the day of 201_, by and between the City of Port Orchard, a municipal corporation, organized under the laws of
More informationRECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS
PROFESSIONAL SERVICES CONTRACT (Architects, Engineers, Land Surveyors, Landscape Architects) BETWEEN THE CITY OF GIG HARBOR AND [insert Consultant Name] THIS AGREEMENT is made by and between the City of
More informationCITY OF OAK HARBOR REQUEST FOR PROPOSAL
CITY OF OAK HARBOR REQUEST FOR PROPOSAL WHIDBEY ISLAND MARATHON SHUTTLE SERVICE 2016 CALENDAR OF EVENTS Request for Proposals Published.. February 13, 2016 Closing Date for Receipt of Proposals.. February
More informationFORM CONTRACT FOR INDIGENT DEFENSE SERVICES
FORM CONTRACT FOR INDIGENT DEFENSE SERVICES WHEREAS, the City of, Washington (hereinafter City ) provides indigent defense services to individuals who have been certified for representation in criminal
More informationPROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES
PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES THIS AGREEMENT ( Agreement ) is made and entered into by and between the City of Snohomish, Washington,
More informationCITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:
CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA 98629 Ph: 360-263-7665 Fax: 360-263-5700 REQUEST FOR PROPOSALS FOR A LA CENTER FARMERS MARKET MASTER The City of La Center is requesting proposals from
More informationCITY OF CLYDE HILL PUBLIC WORKS CONTRACT ON-CALL STORMWATER CATCHBASIN CLEANING SERVICES
CITY OF CLYDE HILL PUBLIC WORKS CONTRACT ON-CALL STORMWATER CATCHBASIN CLEANING SERVICES THIS CONTRACT, is made this 15 th day of November, 2017 by and between the City of Clyde Hill (hereinafter referred
More informationCITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM
CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # 24-09-CM BACKGROUND The City of Kirkland Economic Development Program is focused on business retention. The satisfaction of existing
More informationContractor 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 informationSAMPLE 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 informationPROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN
PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN 1. CONTRACT: This contract is entered into by and between Spokane Regional Clean Air Agency (SRCAA) and (CONTRACTOR) to provide certain services to SRCAA.
More informationCITY 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 informationTelemetry Upgrade Project: Phase-3
Telemetry Upgrade Project: Phase-3 Cedar River Water & Sewer District is soliciting Statements of Qualifications from interested consulting engineering firms capable of providing Telemetry/SCADA Engineering
More informationWATER 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 informationCITY OF ORTING. 110 Train St SE BID REQUEST, SPECIFICATIONS AND CONTRACT DOCUMENTS
BID REQUEST, SPECIFICATIONS AND CONTRACT DOCUMENTS Project No.: PW PW2018-02 Budget Item: 104-594-36-60-01 Project Name: Cemetery Irrigation Installation (RFP) Table of Contents Invitation to Bid Bidders
More informationDIVISION 0 BIDDING AND CONTRACT DOCUMENTS Section General Conditions
1. BID SUBMITTAL Any erasures or alterations of any kind and bids which are incomplete or contain irregularities may be rejected. The Port reserves the right, but without obligation, to waive informalities
More informationMASTER 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 informationREQUEST 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 informationCONTRACT 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 informationW 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 informationSubcontract Agreement
S THIS AGREEMENT made as of the day of, 2012 BETWEEN the Contractor: TCL Partners 5212 123 rd Place SE Everett, WA 98208 and the For the Following Project: The Architect for the Project: The Contractor
More informationContract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:
A. Definitions Contract No. 13139BO0 As used in this Contract the terms are defined as follows: 1. County and/or Owner shall mean the Board of County Supervisors of Prince William County, Virginia, or
More informationCity of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA
City of Redmond, Washington Purchasing Division, M/S: 3SFN 15670 NE 85th Street PO Box 97010 Redmond, WA 98073-9710 Request for Proposal The City of Redmond is interested in seeking proposals from qualified
More informationCITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of
CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of January, 2016, by and between the CITY OF TUMWATER, a Washington municipal
More informationRequest for Proposal Financial Advisory Services 2013 RFP NO.: 7211
Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Issue Date: March 28, 2013 Responses due: April 18, 2013, 4:00 p.m. Pacific Local Time REQUEST FOR PROPOSAL I. PURPOSE OF REQUEST The
More informationCity of La Center. Small Works REQUEST FOR BID Landscape Maintenance Services
City of La Center Small Works REQUEST FOR BID 2011 Landscape Maintenance Services Notice is hereby given that sealed bids will be received by the City Clerk at the La Center City Hall, until 2:00 p.m.
More informationSECTION IV CONTRACT BID NUMBER
SECTION IV CONTRACT BID NUMBER 171006 THIS AGREEMENT made and entered into this day of, 2017, between PUBLIC UTILITY DISTRICT NO. 1 OF CLALLAM COUNTY (hereinafter called the "District") and, located at
More informationINDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT
INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 20 1 4, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal
More informationI. CALL TO ORDER & FLAG SALUTE 7:00 p.m. V. PUBLIC COMMENT - Please limit comment to 3 minutes
...... CITY COUNCIL REGULAR MEETING AGENDA TUESDAY, SEPTEMBER 12, 2017 AT CITY HALL - 801 SW 174TH ST CITY COUNCIL CHAMBERS Page I. CALL TO ORDER & FLAG SALUTE 7:00 p.m. II. ROLL CALL III. APPROVAL OF
More informationADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)
ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB
More informationAGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES
AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES This is an agreement ( Agreement ) by and between the Ventura County Transportation Commission, hereinafter
More informationINFORMAL BID KITSAP COUNTY STORMWATER DIVISION RIBBON CURB AT BUCKLIN TERRACE
INFORMAL BID 2018-146 KITSAP COUNTY STORMWATER DIVISION RIBBON CURB AT BUCKLIN TERRACE BID SUBMISSION DATE: MAIL: HAND DELIVERY / COURIER: SITE VISITS: WEDNESDAY, AUGUST 22, 2018 3:00 PM KC PURCHASING
More informationDIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM
CONTRACT FOR WEATHERIZATION SERVICES BETWEEN THE OF Agency name (Hereinafter referred to as the "Agency") AND Contractor name (Hereinafter referred to as the "Contractor") FOR CONTRACT # GRANT AGREEMENT
More informationADM.21 INSURANCE AND INDEMNITY REQUIREMENTS FOR CONTRACTS
ADM.21 INSURANCE AND INDEMNITY REQUIREMENTS FOR CONTRACTS Washington Cities Insurance Authority PO Box 88030 Tukwila, WA 98138 (206) 575-6046 TABLE OF CONTENTS Insurance and Indemnity Requirements for
More informationINVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.
INVITATION TO BID Notice to Bidders: Bids will be received by the Port of Shelton, 21 W Sanderson Way, Shelton, WA 98584 for the following work order: Work Order: Enter # and Name Here Pre-Bid Showing:
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS Information Technology Support Services RELEASE DATE: November 3, 2017 DUE DATE: November 17, 2017 at 3:00 PM PT INTRODUCTION The City of Sammamish, Washington invites proposals from
More informationPark, and. WHEREASțhere are adequate funds budgeted for the Lake Boren PlayArea Improvements (Capital Improvements Plan Project Number P008), and
RESOLUTIONNO. 2011-0489 A RESOLUTIONOF THE CITY COUNCIL OF THE CITY OF NEWCASTLE, WASHINGTON, AUTHORIZINGTHE CITY MANAGER TO AWARD AND EXECUTEA CONTRACTWITH MARONICONSTRUCTIONCOMPANYFORTHE IMPROVEMENTSTO
More informationRequest 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 informationCONSULTANT SERVICES AGREEMENT
CONSULTANT SERVICES AGREEMENT THIS AGREEMENT ( Agreement ) is made and entered into this 20 th day of December, 2012, by and between the City of Rio Vista, a municipal corporation of the State of California
More informationPROFESSIONAL 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 informationQUOTATION ONLY -- NOT AN ORDER
QUOTATION ONLY -- NOT AN ORDER CONTRACTOR: DATE: September 11, 2018 NOTE: RE: Quotations must be received by 1:00 p.m., September 21, 2018 Pacific Daylight Time, to be considered. INSTALLATION OF UNDGROUND
More informationEXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE
EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE AGREEMENT BETWEEN THE City OF BEVERLY HILLS AND [Consultant S NAME] FOR [BRIEFLY DESCRIBE PURPOSE OF THIS CONTRACT] NAME OF Consultant: insert name of
More informationSMALL 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 informationNOTICE TO BIDDERS CUSTODIAL SUPPLIES
Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO
More informationINFORMAL BID KITSAP COUNTY PARKS DEPARTMENT RE-ROOF PARKS OFFICE/EAGLES NEST. Eagles Nest 1195 NW Fairgrounds Road Bremerton, WA
INFORMAL BID 2018-112 KITSAP COUNTY PARKS DEPARTMENT RE-ROOF PARKS OFFICE/EAGLES NEST RESPONSE DEADLINE: MANDATORY SITE VISIT: Tuesday, March 6, 2018 3:00PM Wednesday, February 21, 2018 10:00am Eagles
More informationPUBLIC BUILDING RESTORATION AND CONSTRUCTION CONTRACT
PUBLIC BUILDING RESTORATION AND CONSTRUCTION CONTRACT This Agreement, is made and entered this day of, 2014, by and between the Town of Windsor, a Colorado Home Rule Municipality ( Town ) and [Contractor
More informationPATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor
PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS 1. Notice to Bidders 2. Bid Form 3. Instructions, Project Scope and Specifications 4. Patriot Park Concession Operation Agreement between Park Board and
More informationWESTERN 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 informationREQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018
REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 RETURN PROPOSALS TO: Rhetta Hogan Finance Department City of Yreka 701 Fourth Street Yreka, CA 96097 DEADLINE FOR
More informationCONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,
CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION THIS AGREEMENT, made this day of, 2018, signed between Nampa & Meridian Irrigation District, hereafter referred to as "NMID" and, of (address), hereinafter
More informationConsensusDocs 751 STANDARD SHORT FORM AGREEMENT BETWEEN CONSTRUCTOR AND SUBCONTRACTOR
ConsensusDocs 751 STANDARD SHORT FORM AGREEMENT BETWEEN CONSTRUCTOR AND SUBCONTRACTOR Job No. [ ] Subcontract No. [ ] This Agreement is made this [ ] day of [ ], [ ], by and between CONSTRUCTOR, L&L Builders
More informationCONSTRUCTION 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 informationFIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE
Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE 1. DEFINITIONS 1 2. COMPOSITION OF THE ARCHITECT-ENGINEER 1 3. INDEPENDENT CONTRACTOR 1 4. RESPONSIBILITY OF THE ARCHETECT-ENGINEER
More informationINSURANCE AND INDEMNIFICATION MANUAL. Supplement to Policy 560 i
INSURANCE AND INDEMNIFICATION MANUAL Supplement to Policy 560 Table of Contents.1 INTRODUCTION... 1.2 EXHIBIT I INSURANCE AND INDEMNITY REQUIREMENTS FOR CONSTRUCTION AND SERVICE CONTRACTS... 1 2.1 INDEMNIFICATION/HOLD
More informationPURCHASE ORDER ACKNOWLEDGEMENT
PURCHASE ORDER These Terms and Conditions shall apply to this Purchase Order attached hereto as Exhibit A and to all subsequent transactions (whether or not a Purchase Order is used) between Marquette
More informationTERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS
TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS ARTICLE 5- Bonds and Insurance 5.1 PERFORMANCE AND OTHER BONDS: 5.1.1 CONTRACTOR shall furnish performance and payment Bonds,
More informationAGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT
AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT Sanitary Sewer Rehabilitation Design Services [name of consultant] This agreement, made and entered into this day
More informationARTICLE 1 ARTICLE 3 CONTRACTOR THE SUBCONTRACT DOCUMENTS ARTICLE 2 MUTUAL RIGHTS AND RESPONSIBILITIES
ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) this Agreement; (2) the prime Contract, consisting of the Agreement between the Owner and Contractor and the other Contract
More informationSUBCONTRACTOR 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 informationINVITATION TO BID. Don Morse Park Pea Gravel Supply and Delivery BID NUMBER: 0001
INVITATION TO BID Don Morse Park Pea Gravel Supply and Delivery BID NUMBER: 0001 ISSUED BY: City of Chelan 135 East Johnson Avenue PO Box 1669 Chelan, WA 98816 Phone: 509.682.4037 Fax: 509.682.8009 BID
More informationAIRPORT HANGAR LICENSE AGREEMENT
AIRPORT HANGAR LICENSE AGREEMENT This Hangar License Agreement ( Agreement ) is made and entered into this day of 2011, by and between the City of Cloverdale, hereinafter referred to as City and (name
More informationRICE 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 informationGALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f
GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room
More informationSUBCONTRACT (SHORT FORM)
SUBCONTRACTOR: PHONE SUBCONTRACT (SHORT FORM) PROJECT: LOCATION: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC. (Contractor) and (Subcontractor) which are
More informationCity 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 informationSTATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office
STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office SERVICES CONTRACT/P. O. # Title: THIS CONTRACT, and amendments and supplements thereto, is
More informationPERSONAL SERVICES CONTRACT
PERSONAL SERVICES CONTRACT THIS CONTRACT is entered into on, 20 between the CITY OF BERKELEY ( City ), a Charter City organized and existing under the laws of the State of California, and ( Contractor
More informationAttachment A GENERAL TERMS AND CONDITIONS
Attachment A GENERAL TERMS AND CONDITIONS DEFINITIONS -- As used throughout this contract, the following terms shall have the meaning set forth below: A. "Commission" shall mean the Washington State Parks
More informationCITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS
CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the removal of wood waste for the Forestry Division Instructions to Bidders 1. An advertisement
More informationHobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)
Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY 14456 Request for Bids (RFB) Herbicide control of water chestnut in the Finger Lakes PRISM Region Release Date: May 11, 2018 Bid due date and
More informationCONSTRUCTION CONTRACT
CONSTRUCTION OR: Name Mailing Address City, State, Zip Code Telephone Number Fax Number E-mail address BID ACCEPTANCE DATE: COMPLETION DATE: DATE: TOTAL BID : TABLE OF CONTENTS ARTICLE 1 PARTIES... Page
More information2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.
Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City
More informationSMALL WORKS ROSTER PUBLIC WORKS CONTRACT
SMALL WORKS ROSTER PUBLIC WORKS CONTRACT Between: Project: Commencing: Tenninating: Amount: City of Newcastle and Cascadian Building Maintenance City Hall/ Lake Boren Park Janitorial Service January, 2012
More informationAGREEMENT FOR WORK TO BE PERFORMED BY KING COUNTY ROAD SERVICES DIVISION
AGREEMENT FOR WORK TO BE PERFORMED BY KING COUNTY ROAD SERVICES DIVISION THIS AGREEMENT is made and entered into by and between King County ( the County ) and the City of Medina, ( the City ). RECITALS
More informationREQUEST 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 informationGEORGE MASON UNIVERSITY Student Services Entertainment and Event Agreement
GEORGE MASON UNIVERSITY Student Services Entertainment and Event Agreement George Mason University ( University ) and ( Performer ), in consideration of the mutual promises and conditions found in this
More informationPROFESSIONAL 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 informationCITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS
CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the complete removal and replacement of existing roof at 659 Knox Rd 1440 North for
More informationCITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING
CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING Release Date: Friday, January 19, 2018 Due Date: Friday, February 16, 2018, 4:00 p.m. Housing Programs
More informationMold Remediation and Clean Up of Central High School
GOOCHLAND COUNTY REQUEST FOR QUOTATION Mold Remediation and Clean Up of Central High School FROM: Goochland County Parks, Recreation & Facilities P.O. Box 10, 1800 Sandy Hook Road Goochland, VA 23063 Phone
More informationRFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)
Request for Proposals t o provide Janitorial Services Residence Halls RFP-18111 Due Date Proposal Submissions March 8, 2018 by 3:00 p.m. MANDATORY Pre-Proposal Meeting March 1, 2018 @ 2:00 p.m. in New
More informationENERGY EFFICIENCY CONTRACTOR AGREEMENT
ENERGY EFFICIENCY CONTRACTOR AGREEMENT 2208 Rev. 2/1/13 THIS IS AN AGREEMENT by and between PUBLIC UTILITY DISTRICT NO. 1 OF SNOHOMISH COUNTY (the District ) and a contractor registered with the State
More informationISSUE DATE: November 8, 2018 DUE DATE: November 28, 2018, 1:00 PM
City of Mercer Island Parks & Recreation Department REQUEST FOR QUALIFICATIONS 2019-2020 Forest Restoration Volunteer Recruitment, Training, and Coordination Services ISSUE DATE: November 8, 2018 DUE DATE:
More informationExcellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders.
CITY OF LACEY, WASHINGTON REQUEST FOR STATEMENTS OF QUALIFICATIONS # AG-16.0370 GRAPHIC DESIGN, BRANDING, AND USER INTERFACE DESIGN SERVICES March 1, 2018 OVERVIEW The City of Lacey, Washington, is accepting
More informationRequest for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN
Request for Proposal Municipal Facility Space Needs Assessment City of Burnsville, MN The City of Burnsville is seeking proposals from qualified architectural/engineering firms to perform a Municipal Facilities
More informationProject Name, Improvement District No. Improvement District Number
CONTRACT THIS AGREEMENT, made and entered into this day of, 20, between the City of Fargo (a Municipal Corporation, under the laws of North Dakota) by the City Commission, hereinafter called the City,
More informationARTIST PARTICIPATION AGREEMENT FOR SANTA CRUZ RECYCLED ART PROGRAM 2018 WORK FOR HIRE PROJECT AND GALLERY SHOW
ARTIST PARTICIPATION AGREEMENT FOR SANTA CRUZ RECYCLED ART PROGRAM 2018 WORK FOR HIRE PROJECT AND GALLERY SHOW THIS AGREEMENT ( Agreement ) is made this day of XXX, 2017 between CITY of Santa Cruz, a municipal
More informationANNEX A Standard Special Conditions For The Salvation Army
ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,
More informationREQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN GENERAL INFORMATION LOOMIS PARK MASTER PLAN
REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN Issue Date: August 1, 2016 Proposal Receipt Date: Issuing Office: August 29, 2016, 3:00 PM Parks and Recreation The City of Jackson, Michigan is requesting
More informationARCHITECT 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 informationSUBCONTRACT AGREEMENT
SUBCONTRACT AGREEMENT This Subcontract Agreement ( Agreement ) is made as of this day of, 2012, ( Effective date ) by and between Faith Technologies Inc., whose principal office is located at 225 Main
More informationCITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ)
CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ) 2018 2020 Well No. 13 Final Ad Ready Design, Permitting, Bid Support and Construction Administration Services March 2018
More informationAppendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services
Appendix C Sample Contract for Professional Services Contract # xxxx Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services
More informationTOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S
TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos
More informationDESIGN SERVICES-ALF SORENSEN NATATORIUM RENOVATIONS CITY OF SPARKS, NEVADA W I T N E S E T H
Professional Service Contract (Rev 9/18/12) Page 1 DESIGN SERVICES-ALF SORENSEN NATATORIUM RENOVATIONS CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 11th day of March, 2013, by and
More informationKITSAP COUNTY INFORMAL BID REPAIRS TO HOUSE OWNED BY KITSAP COUNTY (SEWER UTILITY) LOCATED AT LEMOLO SHORE DRIVE NE, POULSBO WA 98370
KITSAP COUNTY INFORMAL BID 2016-140 REPAIRS TO HOUSE OWNED BY KITSAP COUNTY (SEWER UTILITY) LOCATED AT 17152 LEMOLO SHORE DRIVE NE, POULSBO WA 98370 BID SUBMISSION DATE: MAIL: HAND DELIVERY / COURIER:
More informationSUBCONTRACT FOR BUILDING CONSTRUCTION
SUBCONTRACT FOR BUILDING CONSTRUCTION TABLE OF ARTICLES 1. AGREEMENT 2. SCOPE OF WORK 3. SCHEDULE OF WORK 4. CONTRACT PRICE 5. PAYMENT 6. CHANGES, CLAIMS AND DELAYS 7. CONTRACTOR'S OBLIGATIONS 8. SUBCONTRACTOR'S
More informationSUBCONTRACT CONSTRUCTION AGREEMENT
SUBCONTRACT CONSTRUCTION AGREEMENT THIS SUBCONTRACT CONSTRUCTION AGREEMENT, made and executed this day of, 20, by and between SHERWOOD CONSTRUCTION, INC (hereinafter referred to as "Contractor"), and (hereinafter
More informationPADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT
PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT This Agreement is made and entered into as of, 20, by and between the PADRE DAM MUNICIPAL WATER DISTRICT (hereinafter referred to as the
More informationSand Purchase for Golf Course Bunker Renovation. Hoffman Estates Park District
Hoffman Estates Park District BID DATE: 12/5/16 BID TIME: 10am CST PREPARED BY: Brian Bechtold Director of Golf Operations 847-781-3679 HOFFMAN ESTATES PARK DISTRICT 1685 W. Higgins Road Hoffman Estates
More information