REQUEST FOR PROPOSALS PROVIDE DIGITAL SIGNAGE SOLUTION
|
|
- Marylou Lester
- 5 years ago
- Views:
Transcription
1 REQUEST FOR PROPOSALS PROVIDE DIGITAL SIGNAGE SOLUTION FOR THE 900 CONVENTION CENTER BOULEVARD NEW ORLEANS, LOUISIANA ERNEST N. MORIAL NEW ORLEANS EXHIBITION HALL AUTHORITY THE AUTHORITY NEW ORLEANS PUBLIC FACILITY MANAGEMENT, INC. NOPFMI Page 1
2 I. INTRODUCTION The Ernest N. Morial New Orleans Exhibition Hall Authority ( THE AUTHORITY ) is a political subdivision of the State of Louisiana. New Orleans Public Facility Management, Inc. ( NOPFMI ) is a quasi-public body that is charged with the responsibility of managing the Ernest N. Morial Convention Center-New Orleans ( ENMCCNO ) on a day-to-day basis. NOPFMI and the AUTHORITY are referred to herein collectively as OWNER. As such, the OWNER is performing its due diligence in requesting proposals for this project and is not subject to or regulated by the Louisiana Procurement Code, LSA-R.S 39: 1551 et seq. The OWNER is also not governed by LSA:R.S. 39:1481 et seq. or the corresponding rules and regulations; thus the Ernest N. Morial Convention Center- New Orleans may reject any and all responses after receipt or withdraw this request for proposal at any time prior to or after receipt of responses. Should no responses be received, the Ernest N. Morial Convention- New Orleans will negotiate a private contract. The OWNER is seeking a Request for Proposal ( RFP ) to as described in this document and related exhibits. Response to this RFP does not guarantee a contract. Response to this RFP must be numbered consecutively. Resumes and licenses shall not count against this page limit. The response shall be organized in accordance with the RFP documents. Response shall be succinct as possible while completely providing all requested information. Responses will become part of the contract. All responses are due by 10:30am on Friday, October 19, 2018 and may be submitted in any of the following methods: Mail: Electronic Submission: Ernest N. Morial Convention Center- New Orleans Warehouse Division, Hall J (back dock) Attn: Contracts Department 900 Convention Center Blvd New Orleans, Louisiana70130 contracts@mccno.com Hand Delivery: Response must be presented in a sealed opaque package with the project name listed clearly on the outside of the package. The name and address of the Respondent must also clearly be marked on the outside of the package. Response shall be delivered to the Contracts Division which is located on the Mezzanine floor of the Ernest N. Morial Convention Center -New Orleans Lobby B. The response shall be delivered on time to be considered for qualification. A Pre-Bid Conference shall be held at the New Orleans Ernest N. Morial Convention Center, Contracts Conference Room located in the Lobby of Hall B, on Friday, October 5, 2018 at 10:30 am. Phone the Contract Division at (504) for exact directions and/or questions. Any questions related to Page 2
3 the project and/or to obtain documents, contact the Contracts Division via at or phone at II. III. IV. CONTRACT RELATIONSHIP The Contract shall be between The Ernest N. Morial New Orleans Exhibition Hall Authority ( THE AUTHORITY ) a political subdivision of the State of Louisiana; New Orleans Public Facility Management, Inc. ( NOPFMI ) a quasi-public body that is charged with the responsibility of managing the Ernest N. Morial Convention Center-New Orleans ( ENMCCNO ) on a day-to-day basis; and the CONTRACTOR. NOPFMI and THE AUTHORITY are referred to herein collectively as OWNER. The CONTRACTOR shall be herein known as the CONTRACTOR. The OWNER and CONTRACTOR may be referred to collectively as the PARTIES. SCOPE OF WORK The OWNER seeks a CONTRACTOR to, recommend improvements and report to established benchmarks. See Exhibit No. 1 for details. QUALIFICATIONS, CONTENT AND SUBMISSION OF RESPONSES See Exhibit No. 2 for details. V. EVALUATION CRITERIA The OWNER anticipates selecting a CONTRACTOR based upon the written responses submitted; however, OWNER reserves the right to interview respondents if needed. Responses will be judged based on the proposer s ability to meet the requirements as set forth in these documents. VI. CONTRACT TERM If awarded, the contract resulting from the Request for Proposal ( RFP ) shall be effective on the date signed by both parties and will be in effect for, a one year period, commencing on December 1, 2018 through November 30, The following is the anticipated timeline for the completion of the project: Proposal Solicited: Friday, September 28, 2018 Pre Bid Conference: Friday, October 5, 2018 Proposals Due: Friday, October 19, 2018 Selection and Award: Wednesday, November 28, 2018 Due to uncertainties in the evaluation, selection, negotiation and contracting processes, the dates shown are tentative and reflect optimal circumstances and are subject to change. VII. SMALL & EMERGING BUSINESS/DISADVANTAGE BUSINESS ENTERPRISE (SEB/DBE) The Authority encourages the acquisition of goods and services from and direct participation of small and emerging business ( SEBs ) and disadvantaged business enterprise ( DBEs ) from the State of Louisiana and New Orleans Region. The term SEB as used in this RFP means a business entity that has a Small Entrepreneurship (SE)/Hudson Initiative Certification from the Department Page 3
4 of Louisiana Economic Development (LED). The term DBE as used herein means a business entity that is certified as a disadvantaged business enterprise under the State and Local Disadvantaged Business Enterprise program ( SLDBE ) or the Louisiana Unified Certification Program Disadvantaged Business Enterprise ( LAUCP-DBE ). Both the Hudson Initiative and DBE Program are race and gender-neutral programs intended to provide additional contracting and procurement opportunities for certified small businesses and disadvantaged business enterprises by encouraging contractors who receive state contracts to use good-faith efforts to utilize such certified entities in the performance of those contracts. The Authority desires to achieve, to the greatest extent possible, commercially meaningful and useful participation by SEBs and DBEs. By providing equitable opportunities for SEBs and DBEs, the Authority derives multiple benefits, including contributing to the economic vitality of our communities and ensuring a broader selection of competitively priced goods and services. Proposers should present a responsible plan that provides for participation of qualified SEBs and DBEs. Proposers should clearly state SEB and DBE participation goals and their plan for implementation of same in their proposals. Proposers should also include information relative to the participation levels proposer has managed on other prior projects, including projects in South Louisiana, if applicable. Participation shall be counted toward meeting the contract goals only by business entities certified under the SE/Hudson Initiative, the SLDBE, or LAUCP-DBE. The direct participation goal can be achieved through direct ownership, joint venture participation, owner/operator agreements, or sublease agreements for operations. The Authority has set the following goals for this Project: SEB/DBE Direct Participation Goal of 30% SEB/DBE Goods and Services Goal of 25% Proposers are encouraged to exceed these goals. If a proposer does not meet or believe it can meet the SEB/DBE goals, the proposer should include written documentation of their good faith efforts to secure SEB/DBE participation, the unavailability of potential SEB/DBE firms, and provide justification as to why such goals cannot be met. VIII. IX. INSURANCE The successful Proposer shall provide the OWNER with a certificate of insurance as detailed in Exhibit No. 3. INDEMNIFICATION The CONTRACTOR shall provide contractual liability insurance which will, to the fullest extent permitted by law, indemnify, defend and hold harmless the OWNER and their agents and employees from and against all claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or Page 4
5 destruction of tangible property (other than the Work itself) including the loss of use resulting therefrom, and (2) is caused in whole or in part by any negligent act or omission of the CONTRACTOR, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity, which would otherwise exist. This indemnity agreement shall also specifically apply to all claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from the use of any machinery, equipment, tools or other paraphernalia furnished by the OWNER for use by the CONTRACTOR, any Subcontractor, or any one directly or indirectly employed by any of them or anyone whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Notwithstanding the forgoing, it is agreed that CONTRACTOR S indemnification hereunder, shall not apply to the extent that such damage or resulting loss is attributed to the fault or neglect of the OWNER. In any and all claims against the OWNER or any of their agents or employees by any employee of the CONTRACTOR, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, this indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the CONTRACTOR or any Subcontractor under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. The obligations of the CONTRACTOR under this Paragraph shall not extend to the liability of the OWNER, their agents or employees, arising out of (1) the preparation or approval of reports, opinions, change orders or specifications, or (2) the giving of or the failure to give directions or instructions by his agents or employees provided such giving or failure to give is the primary cause of the injury damage. X. CONTRACT COST The OWNER will pay for services provided by the CONTRACTOR as detailed in Exhibit No. 4. Invoices shall be submitted for payment and must include back-up documentation such as timesheets, spreadsheets, etc. to the invoice amount. To expedite payment approval, invoices must be submitted electronically to the accounts payable department at (accounts_payable@mccno.com). The OWNER shall make payments of approved invoice sums to the CONTRACTOR within thirty (30) calendar days after receipt of an invoice. XI. XII. CONTRACT MODIFICATION Any and all changes to the scope of services for this contract must be detailed in writing and mutually agreed upon and shall be accomplished by a Change Order. TERMINATION The contract may be terminated by the OWNER upon thirty (30) days written notice at any time throughout the contract term. Page 5
6 TERMINATION FOR CAUSE The OWNER may terminate the contract for cause based upon the failure of the Contractor to comply with the terms and/or conditions of the contract, or failure to fulfill its performance obligations pursuant to the contract, provided that the OWNER shall give the Contractor written notice specifying the CONTRACTOR'S failure. If within thirty (30) days after receipt of such notice, the Contractor shall not have corrected such failure or, in the case of failure which cannot be corrected in thirty (30) days, begun in good faith to correct such failure and thereafter proceeded diligently to complete such correction, then the OWNER may, at its option, place the CONTRACTOR in default and the contract shall terminate on the date specified in such notice. The CONTRACTOR may exercise any rights available to it under Louisiana law to terminate for cause upon the failure of the OWNER to comply with the terms and conditions of the contract, provided that the CONTRACTOR shall give the OWNER written notice specifying the OWNER S failure and a reasonable opportunity for the OWNER to cure the defect. TERMINATION FOR CONVENIENCE The OWNER may terminate this Contract at any time by giving thirty (30) days written notice to CONTRACTOR of such termination or negotiating with the CONTRACTOR an effective date. The CONTRACTOR shall be entitled to payment for deliverables in progress, to the extent work has been performed satisfactorily. XIII. CONTRACT FORM Request to obtain a contract form should be ed to contracts@mccno.com. Page 6
REQUEST FOR PROPOSALS PROVIDE INVESTMENT ADVISOR SERVICES
REQUEST FOR PROPOSALS PROVIDE INVESTMENT ADVISOR SERVICES FOR THE 900 CONVENTION CENTER BOULEVARD NEW ORLEANS, LOUISIANA 70130 ERNEST N. MORIAL NEW ORLEANS EXHIBITION HALL AUTHORITY THE AUTHORITY NEW ORLEANS
More informationREQUEST FOR PROPOSALS PROVIDE ELEVATOR AND ESCALATOR MAINTENANCE SERVICES
REQUEST FOR PROPOSALS PROVIDE ELEVATOR AND ESCALATOR MAINTENANCE SERVICES FOR THE 900 CONVENTION CENTER BOULEVARD NEW ORLEANS, LOUISIANA 70130 ERNEST N. MORIAL NEW ORLEANS EXHIBITION HALL AUTHORITY THE
More informationREQUEST FOR PROPOSAL. PROVIDE INSURANCE BROKERAGE and CONSULTATION SERVICES for EMPLOYEE HEALTH and WELFARE BENEFITS
REQUEST FOR PROPOSAL PROVIDE INSURANCE BROKERAGE and CONSULTATION SERVICES for EMPLOYEE HEALTH and WELFARE BENEFITS FOR THE 900 CONVENTION CENTER BOULEVARD NEW ORLEANS, LOUISIANA 70130 ERNEST N. MORIAL
More informationSAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES
SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES On this day of, 2017, the Board of Commissioners of the Port of New Orleans hereinafter sometimes
More informationINSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Effective Date: April 23, 2018
INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Effective Date: April 23, 2018 The contract documents for each construction project will identify the standard specifications to be used for that specific
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 informationPROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL
CONTRACTOR 17GRAVEL2 PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL Furnish, Haul and Spread processed road gravel (22-A Modified or 21AA) at various locations in
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 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 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 informationCity of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)
REQUEST FOR PROPOSALS Energy Performance Contracting Services INTRODUCTION The City of Coolidge will accept competitive sealed proposals for energy performance contracting services at the address or physical
More informationCenter Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES
Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Submission deadline: 4:00 p.m. Wednesday, December 7, 2011 I. General Center Township Butler County,
More informationPROFESSIONAL SERVICES FOR CONSTRUCTION MANAGER AT RISK (CMAR) FOR THE MOBILE DOWNTOWN TERMINAL BROOKLEY AEROPLEX MOBILE, ALABAMA
MOBILE AIRPORT AUTHORITY PROFESSIONAL SERVICES FOR CONSTRUCTION MANAGER AT RISK (CMAR) FOR THE MOBILE DOWNTOWN TERMINAL BROOKLEY AEROPLEX MOBILE, ALABAMA REQUEST FOR PROPOSAL (RFP) Date: September 24,
More informationStandard Form of Agreement Between Contractor and Subcontractor
Standard Form of Agreement Between Contractor and Subcontractor GENERAL TERMS AND CONDITIONS ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) these General Terms and Conditions,
More informationSOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR
SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR Bid #08-15 Sealed bids for a three year, annually renewable contract to provide School Fencing Repairs and installation
More informationREQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES
P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-2 2 7-7 0 0 0 F A X 2 2 9-2 2 7-3 2 4 3 w w w. t h o m a s v i l l e. o r g REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES Proposals
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 informationREQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS
REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS The City of Levelland is seeking proposals to install two playgrounds in the Levelland Park System. Sealed proposals clearly marked on the outside
More informationManagement of Jobing.com Arena
Request for Proposal Related to: Management of Jobing.com Arena Issued by: (Date) Introduction The (City), through its Materials Management Department, is accepting responses to this Request for Proposal
More informationPage 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 informationREQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES
REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.
More informationNORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT
NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT EMPLOYEE BENEFITS INSURANCE BROKER AND CONSULTING SERVICES RFP NO. 1516-2 I. INTRODUCTION A. PURPOSE The purpose of this Request for Proposal ( RFP ) is to solicit
More informationSUBCONTRACTOR CONTRACT THIS AGREEMENT, Made as of (Current Date), In the Year of (Current Year),
SUBCONTRACTOR CONTRACT THIS AGREEMENT, Made as of (Current ), In the Year of (Current Year), Between the Contractor: And the Sub-Contractor: For the Project: Owner s Name Sub-Contractor s Name License
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 informationChampaign Park District: Request for Bids for Playground Surfacing Mulch
May 14, 2018 Dear Potential Bidder: The Champaign Park District is requesting bids for the purchase of playground surfacing mulch (FIBAR). Enclosed is a copy of the bid information. Sealed bids shall be
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 Proposal (RFP) For Plat book Printing
Request for Proposal (RFP) For Plat book Printing Posting Date: May 23, 2012 Response Deadline: June 8, 2012 4:00 p.m. Central Standard Time (CST) To: John Lefebvre Marinette County Land Information Director
More informationDAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL
DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA 52803 REQUEST FOR PROPOSAL Proposal # 680 The Davenport Community School District invites written sealed proposal for Replacement
More informationCITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES
CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES The following are MANDATORY TERMS to which the Contractor MUST agree without word modification.
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 informationPROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018
NAME OF CONTRACTOR: PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS & CITY OF ALLEGAN MARCH 21, 2018 BOARD OF COUNTY ROAD COMMISSIONERS OF ALLEGAN COUNTY, MICHIGAN 1308 Lincoln Road,
More informationREQUIRED SIGNATURE PAGE FOR PROPOSALS. Disaster Restoration and Recovery Services
REQUIRED SIGNATURE PAGE FOR PROPOSALS Disaster Restoration and Recovery Services This page, signed by an authorized officer of your Company, must accompany your proposal as the cover page. I, the undersigned,
More informationPROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL
CONTRACTOR 16GRAVEL PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL Furnish, Haul and Spread processed road gravel (22-A Modified) at various locations in eleven townships
More informationRFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES
RFP # 2018-06 SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES The Baker County Board of County Commissioners, Florida (County) will receive sealed proposals until 3:00 p.m. local time, on April
More informationBOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY MUNICIPAL LABOR ATTORNEY REQUEST FOR PROPOSAL
BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY MUNICIPAL LABOR ATTORNEY REQUEST FOR PROPOSAL Project Name: MUNICIPAL LABOR ATTORNEY Date Packet Available: June 15, 2018 RFP Due By: July 10, 2018, 10:00
More informationTERREBONNE 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 informationAmount of Contract work per the plans and specifications for project. Specifications Attached. Plans Attached
Sample Company 2005 XXXX Main St Anywhere CA 99999 800 555-5555 SUBCONTRACT Contract#: 921 Contract Date: 08/20/2008 SUBCONTRACTOR: Baxter Heating & Cooling 4320 Eucalyptus Way Santa Rosa CA 95401 PROJECT:
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 informationSTRUCTURAL ENGINEERS ASSOCIATION OF ARIZONA. Gail S. Kelley, P.E., Esq., LEED AP June 3, 2017
STRUCTURAL ENGINEERS ASSOCIATION OF ARIZONA Gail S. Kelley, P.E., Esq., LEED AP June 3, 2017 2 Engineer shall indemnify, defend, and hold harmless the Client Suggested changes: Delete the word defend Edit
More informationIOWA STATE UNIVERSITY CATERING AGREEMENT
IOWA STATE UNIVERSITY CATERING AGREEMENT This Agreement ( Agreement ) made by and between Iowa State University ( University ) and ( Vendor ) enter into this Agreement, which shall allow Vendor to provide
More informationCity of Merriam, Kansas
City of Merriam, Kansas Request for Proposals Auditing Services August 30, 2012 Sections: I. Introduction II. Scope of Requested Services III. Description of the Government IV. Timing of Audit V. City
More informationINVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed
INVITATION TO BID Sealed bids will be received by the Kent County Road Commission, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Thursday, November 29, 2018, 8:30 AM deadline, at which time
More informationService Terms & Conditions -- Recruiting
Service Terms & Conditions -- Recruiting Revised September 20, 2016 These Service Terms & Conditions Recruiting ( Recruiting Terms ) apply to Service Orders issued by DaVita Inc. ( DaVita ) or an entity
More informationREQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1
A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The
More informationMEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).
MEMORANDUM DATE: March 1, 2015 TO: FROM: RE: All Interested Parties Municipal Employees Retirement System of Michigan Request For Proposal For Actuarial Audit Services The Municipal Employees Retirement
More informationNOW, THEREFORE, THE BOARD OF TRUSTEES OF THE TWIN RIVERS UNIFIED SCHOOL DISTRICT DOES HEREBY RESOLVE, DETERMINE, AND ORDER AS FOLLOWS:
RESOLUTION NO. 652 RESOLUTION OF THE BOARD OF TRUSTEES OF THE TWIN RIVERS UNIFIED SCHOOL DISTRICT APPROVING THE AWARD OF PRECONSTRUCTION SERVICES CONTRACT AND LEASE-LEASEBACK CONSTRUCTION CONTRACT FOR
More informationCONTRACT FOR PROFESSIONAL SERVICES - ARCHITECT
THE STATE OF TEXAS COUNTY OF GALVESTON CONTRACT FOR - ARCHITECT THIS AGREEMENT, entered into as of this 9TH day of January, 2017, by and between the City of Friendswood, Texas (hereinafter called the CITY
More informationCity of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)
City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Construction Service for Piedmont Community
More informationSANTA CLARA UNIFIED SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS. RFQ No
SANTA CLARA UNIFIED SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS RFQ No. 16-17-010 CALIFORNIA ENVIRONMENTAL QUALITY ACT (CEQA) COMPLIANCE SERVICES FOR FUTURE PROJECTS QUALIFICATIONS DUE: June 30, 2017, 2:00
More informationDocument A401 TM. Standard Form of Agreement Between Contractor and Subcontractor
Document A401 TM 2017 Standard Form of Agreement Between Contractor and Subcontractor AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Contractor: (Name,
More informationNAPA SANITATION DISTRICT Napa, California
NAPA SANITATION DISTRICT Napa, California REQUEST FOR QUALIFICATIONS MST RECYCLED WATER PIPELINE EXTENSION PROJECT (CIP 14726) Issued on November 11, 2015 STATEMENTS DUE: December 8, 2015 AT 2:00 PM In
More informationSTATE OF SOUTH CAROLINA ) ) CONTRACTOR AGREEMENT COUNTY OF HORRY )
STATE OF SOUTH CAROLINA ) ) CONTRACTOR AGREEMENT COUNTY OF HORRY ) THIS AGREEMENT is made this day of, 20, by and between Horry County, a political subdivision of the State of South Carolina, whose Administrative
More informationAGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES
AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE
More informationMaryland Overdose Response Program. Request for Bid # E. Main Street, Salisbury, Maryland 21801
Project: Maryland Overdose Response Program Request for Bid # 910-16 Department: Core Services Location: Seth H. Hurdle Building 108 E. Main Street, Salisbury, Maryland 21801 Submissions Due: Wednesday,
More informationStandard Form of Agreement Between Contractor and Subcontractor
Document A401 2007 Standard Form of Agreement Between Contractor and Subcontractor AGREEMENT made as of the in the year (In words, indicate day, month and year.) day of BETWEEN the Contractor: (Name, legal
More informationCITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES
CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES The City of Manchester (City) is requesting Competitive Sealed Proposals from qualified firms interested in contracting with the City
More informationSIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES
Cecil County Government Purchasing Department Bid #13-13 SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE
More informationDocument A Standard Form of Agreement Between Contractor and Subcontractor
Document A401 2017 Standard Form of Agreement Between Contractor and Subcontractor AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Contractor: (Name, legal
More informationAGREEMENT FOR TRANSPORTATION SERVICES
AGREEMENT FOR TRANSPORTATION SERVICES This Agreement is made this day of 20, by and between Long Island University ( University ), an educational institution incorporated and doing business under the laws
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 informationBlack Hawk County Engineer
Black Hawk County Engineer 316 E. 5 th Street Room 211 Waterloo, Iowa 50703 Phone: 319-833-3008 Fax: 319-833-3139 Email: engineer@co.black-hawk.ia.us Website: www.co.black-hawk.ia.us The mission of the
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 informationCITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS
CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS THE FOLLOWING TERMS AND CONDITIONS APPLY TO ALL PURCHASES OF SERVICES BY OR ON BEHALF OF THE CITY OF NAPERVILLE UNLESS SPECIFICALLY PROVIDED OTHERWISE
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 informationRFQ #1649 April 2017
REQUEST FOR QUALIFICATIONS for ON-CALL EMERGENCY SEWER SERVICES RFQ #1649 April 2017 City of Culver City PUBLIC WORKS/ENGINEERING DIVISION 9770 Culver Boulevard Culver City, CA 90232-0507 RESPONSE DUE:
More informationRequest for Proposal. Parks & Recreation Master Plan and Community Needs Assessment Services
Request for Proposal Parks & Recreation Master Plan and Community Needs Assessment Services The Rolling Meadows Park District April 4, 2018 RFP Submission Deadline: April 23, 2018 Rolling Meadows Park
More informationREQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm
REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm NOTE: OUR ADDRESS HAS CHANGED TO 69 STATE STREET, 8 th Fl., ALBANY, NY 12207
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 informationINDEPENDENT CONTRACTOR AGREEMENT
INDEPENDENT CONTRACTOR AGREEMENT THIS AGREEMENT is made and entered into this by and between: Abbey Residential Services, Inc., with offices at 1930 Stonegate Drive, Vestavia Hills, Alabama 35242, in its
More informationREQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC
REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC This is a Federally Funded project. The Surveyor and Subcontractors on this project must comply with HUD contract provisions 24CFR
More informationSUBCONTRACT. by and between. to perform the Work identified in Article 2 in accordance with the Projects Contract documents.
Phone 800 555-5555 Fax 999 555-5551 TO: 4320 Eucalyptus Way Santa Rosa CA 95401 SUBCONTRACT PROJECT: 186 Williams Post Office 19420 Williams Rd. Monte Rio CA 95462 This agreement entered into this day
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 informationAGC TEXT COPY THE ASSOCIATED GENERAL CONTRACTORS OF AMERICA AGC DOCUMENT NO. 603 STANDARD SHORT FORM AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR
THE ASSOCIATED GENERAL CONTRACTORS OF AMERICA AGC DOCUMENT NO. 603 STANDARD SHORT FORM AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR (Where Contractor Assumes Risk of Owner Payment) The original text
More informationSECTION III: SAMPLE CONTRACT AGREEMENT FOR SERVICES
SECTION III: SAMPLE CONTRACT AGREEMENT FOR SERVICES THIS AGREEMENT made and entered by and between the City of Placerville, a political subdivision of the State of California (hereinafter referred to as
More informationState College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01
State College Area School District 131 West Nittany Avenue State College, PA 16801-4899 REQUEST FOR PROPOSAL RFP #2010/11-01 RFP Title: Labor Negotiator Release of RFP: July 28 2010 Due Date: September
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 information5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.
ARTICLE 5 - Bonds and Insurance 5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED. For the purposes of this Article, the terms Terrebonne Parish Consolidated Government, TPCG, and OWNER shall include,
More informationConstruction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.
Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Contractor Address Address City, Zip Work Phone Number: Cell Phone Number:
More informationDAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY STREET DAVENPORT, IOWA REQUEST FOR BID
DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY STREET DAVENPORT, IOWA 52803 REQUEST FOR BID BID NUMBER 706 The Davenport Community School District ( District ) invites written sealed bids for South Ticket
More informationEL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT
EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed
More informationSANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017
SANDY CITY 10000 CENTENNIAL PARKWAY SANDY, UTAH 84070 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 INVITATION FOR BID: This is a formal solicitation of sealed bids which will
More informationRequest for Proposals. For. Consultation/Facilitation Services for Developing Deer Management Plan. Due Date: Monday, September 22, 2014, 2:00 PM
Request for Proposals For Consultation/Facilitation Services for Developing Deer Management Plan Due Date: Monday, September 22, 2014, 2:00 PM 1 OBJECTIVE The City of Ann Arbor is soliciting proposals
More informationREQUEST FOR PROPOSAL FOR BACKUP EMERGENCY GENERATORS DESIGN TOWN OF YUCCA VALLEY
REQUEST FOR PROPOSAL FOR BACKUP EMERGENCY GENERATORS DESIGN TOWN OF YUCCA VALLEY RELEASED ON MARCH 21, 2017 PROPOSAL DUE DATE: APRIL 27, 2017 @ 3:00 PM March 21, 2017 NOTICE INVITING SEALED PROPOSALS,
More informationCONSULTANT SERVICES AGREEMENT (Hazardous Material Assessment/ Abatement Consulting Services)
CONSULTANT SERVICES AGREEMENT (Hazardous Material Assessment/ Abatement Consulting Services) This AGREEMENT is made and entered into this day of in the year 20 ( EFFECTIVE DATE ), between the Los Alamitos
More informationREQUEST FOR PROPOSALS Comprehensive User Fee Study and Full Cost Allocation Plan
REQUEST FOR PROPOSALS Comprehensive User Fee Study and Full Cost Allocation Plan RFP Release Date January 5, 2018 Proposal Submittal Deadline February 2, 2018-4:00 p.m. Contact Person: Sonya Williams Finance
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 informationLEGAL NOTICE REQUEST FOR QUALIFICATIONS. Broome County Multi-Jurisdictional All-Hazard Mitigation Plan Update
LEGAL NOTICE Broome County is seeking REQUEST FOR QUALIFICATIONS (RFQ) from all interested and qualified firms to provide professional services to the Broome County Department of Planning and Economic
More informationCITY OF SUGAR HILL Request for Proposals Event Audio Services
CITY OF SUGAR HILL Request for Proposals Event Audio Services January 10, 2017 The City of Sugar Hill, Georgia (the City ) is now accepting sealed proposals from qualified vendors to provide sound production
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 informationCARLYLE HOUSE BANK BUILDING LOW ROOFING REPLACEMENT 121 N. Fairfax Street Alexandria, Virginia PROJECT MANUAL
CARLYLE HOUSE BANK BUILDING LOW ROOFING REPLACEMENT 121 N. Fairfax Street Alexandria, Virginia 22314 PROJECT MANUAL May 6, 2016 Northern Virginia Regional Park Authority (aka NOVA Parks) 5400 Ox Road Fairfax
More informationDocument A401 TM. Standard Form of Agreement Between Contractor and Subcontractor
Document A401 TM 2007 Standard Form of Agreement Between Contractor and Subcontractor AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Contractor: (Name,
More informationCONTRACT AND GENERAL CONDITIONS BETWEEN OWNER AND CONTRACTOR (GUARANTEED MAXIMUM PRICE)
CONTRACT AND GENERAL CONDITIONS BETWEEN OWNER AND CONTRACTOR (GUARANTEED MAXIMUM PRICE) THIS AGREEMENT, effective this day of, 201, by and between hereinafter called the "Contractor, and, Vail Unified
More informationRFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493
RFP NO: 2017-03 REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 Advertisement for Request for Proposals CITY OF SOUTH BAY RFP NO: 2017-03
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 informationNOTICE 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 informationCity of Beverly Hills Beverly Hills, CA
City of Beverly Hills Beverly Hills, CA REQUEST FOR PROPOSAL For Professional Services for Conducting a Department Needs Assessment and Developing a Grant Funding Strategy to Support City Priority Projects
More informationTown of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.
Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester,
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 informationREQUEST FOR PROPOSALS: DCSO Jail Inmate Video Visiting System. Davis County Government 28 South State Street Farmington, UT 84025
REQUEST FOR PROPOSALS: 28 South State Street Farmington, UT 84025 Date of Issue: May 22, 2013 TABLE OF CONTENTS TITLE PAGE NO. I. INTRODUCTION 3 II. PURPOSE 3 III. LETTER OF INTENT 3 IV. PRE-PROPOSAL MEETING
More information1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES
TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING
More information