BIDDER S PROPOSAL TOTAL AMOUNT OF BID: Dollars. 101 Reception area $ 102 Office, Open $ 104 Office, Assessor $ 105 Conference Room $

Size: px
Start display at page:

Download "BIDDER S PROPOSAL TOTAL AMOUNT OF BID: Dollars. 101 Reception area $ 102 Office, Open $ 104 Office, Assessor $ 105 Conference Room $"

Transcription

1 BIDDER S PROPOSAL Official Notice # FOR: FURNITURE SYSTEMS/STORAGE FOR CITY ASSESSOR BIDS DUE: SEPTEMBER 4, 2015 at 2:00 P.M. CST/CDT TO: Kathryn Kasper Purchasing Agent City Hall Room 103 Racine, Wisconsin The undersigned hereby proposes to furnish all labor, tools, equipment and all materials, except as definitively specified to be furnished by others and construct complete, ready for use, all in accordance with advertisement, specifications and contract, all as attached hereto and all of which the undersigned has examined, the following work for the compensation indicated: The Contractor shall submit a lump sum bid for 1ST FLOOR FURNITURE SYSTEMS/STORAGE FOR CITY ASSESSOR OFFICE in accordance with these specifications and plans. TOTAL AMOUNT OF BID: Dollars $ BREAKDOWN OF TOTAL BID BY ROOM NUMBER/NAME 101 Reception area $ 102 Office, Open $ 104 Office, Assessor $ 105 Conference Room $ 106 Office, Assessor $ 107 Office, Assessor $ 108 Office, Assessor $ BREAKDOWN OF TOTAL BID BY UNIT COST Unit Cost for Task Desk Chair Unit Cost for Guest Chair Unit Cost for Conference Table, Room 105 $ $ $ Unit Cost for Conference Table Chairs, Room 105 $ Unit Cost for 36 2-Drawer Lateral File $

2 Unit Cost for 36 3-Drawer Lateral File $ Unit Cost for Storage Towers with Base Lateral files $ The undersigned guarantees to fulfill this work in its entirety within days after receipt of a City purchase order. This contract will be awarded to the lowest responsive, responsible bidder based upon the total bid amount. The City reserves the right to accept or reject any or all bids or to waive any technicality that it deems to be in the best interest of the City. The City reserves the right to accept any or all parts of a bid that it deems to be in the best interest of the City. All financial and contractual commitments by the City are subject to the availability of funds as approved by the Common Council. Please indicate if your Firm will accept MasterCard for payment. Yes No FIRM: ADDRESS: City, State, Zip: BY: PRINTED NAME: SIGNATURE: TITLE: DATE:

3 DIVISION 12 - FURNISHINGS Section Office Furniture and Seating PART 1 - GENERAL 1.01 Scope of Work A. New furniture systems and file storage for the City Assessor in Room 106 on the 1st Floor of Racine City Hall, 730 Washington Avenue, Racine, Wisconsin B. See Furniture Plans, attached. C. Provide all new furniture systems, components, accessories, and labor required for complete installation Intent A. The quality and features of new furniture systems shall match or exceed existing similar furniture items provided in the Department of Public Works for the Phase Five and Six Renovation Projects. Match quality of all details, finishes, and fabric selections. B. Walk-Through: The City Purchasing Agent can conduct a Walk Through of the Department of Public Works to point out the type, quality, and features of the furniture systems required for this current project quotation and installation. The Walk Trough will be conducted at a date and time to be established by the City Purchasing Agent Form of Quotation A. Cost Quotations shall include complete all materials, freight, installation labor, and taxes. B. Clearly Identify as Line Items: PART 2 - PRODUCTS 1. As a Total Amount for all specified furniture items, furnished and installed. 2. Component Total Listed for each Room Number / Room Name 3. Unit Cost for Task (Desk) Chair 4. Unit Cost for Guest Chair 5. Unit Cost for Conference Table in Room Unit Cost for Conference Table Chairs, Room Unit Cost for 36 2-Drawer Lateral File Cabinet 8. Unit Cost for 36 3-Drawer Lateral File Cabinet 9. Unit Cost for Storage Towers with base Lateral files 2.01 General Requirements A. All products shall be standard lead time unless otherwise noted. B. System MUST be a 3 thick frame and tile Modular System

4 C. Product shall have capability of being modified in the field. D. Storage towers, pedestals and lateral files to have identical pull styles throughout space. E. Frames to have electrical/ voice/ data capabilities and should allow for future field installation. F. Frames/ Tiles/ Hardware 1. Frames to include all necessary top caps, frame to frame connections, 2, 3, 4-way connectors, finished end and raceway covers as required per plan/ by manufacturer to provide complete installation. G. Provide all systems manufacturers recommended support requirements. In addition the Project Architect may require additional support if deemed necessary in his judgment General Specifications, Include: A. Integral Furniture Panel Wall Frames: Height to substantially match existing in City Development Department. B. Square Edge; Wood laminate finish & vinyl edge banding to be black laminate Light Anigre Provide all necessary support for work surfaces for unit to be entirely freestanding; No wall strips used for support. C. Work Surfaces: 1. Square Edge; Wood laminate finish & vinyl edge banding to be black, laminate Light Anigre 2. Provide all necessary support for work surfaces (i.e. cantilevers); match depth of work surface. Work surface open end support legs at aisles metallic metal paint finish; match depth of work surface. D. Provide laminate support panel (depth of extended corner) and 4 column leg - metallic metal paint finish. E. 5 high base raceway - Electrical run in frame/ tiles above work surface F. Finish: Graphite paint/ sand textured finish / black color G. Hardware: Integral. Single, continuous handles, not two independent. H. Painted Trim: Graphite paint; sand textured finish I. Tiles: 1. Tiles per workstation include: Tackable tiles, fabric tiles with electrical/ voice/ data access above work surface & rail tiles. Fabric Tackable Acoustical Dune Railroad Final Color Selection Per Architect. 2. Rail Tile Finish: Graphite paint/ sand-textured finish J. Grade 2 fabric

5 2.03 General Electrical, Telecom & Data A. Wiring configuration to be 8-wire 4-circuit system; each 8-wire system to serve no more than six workstations where applicable. B. Upon installation, whips are to be positioned to avoid user foot space, concealed from corridors and should be shortened to the minimum length required. C. Furniture vendor to provide all power frames, tile accessibility & pass-thru jumpers required for fully functional electrical system. D. Furniture vendor s personnel shall remain available on-site to assist the Electrical Sub- Contractor and the City IS Department with final connections as needed. E. Final hard-wire connection to building power source and required permits are the responsibility of the Electrical Sub-Contractor. F. Provide (1) Power entry base feed to power frames noted with J designation G. Maximum of (6) workstations powered on (1) 4-circuit power entry base feed H. Each workstation requires Min (4) line voltage duplex receptacles I. Each workstation requires (3) voice / data jack receptacles 2.04 COMMITTEE & TRAINING ROOM 105 A. Table: Racetrack or boat-shaped with (2) center power/data grommets. See existing table in City Finance Department Conference Room for example. B. Marker board: 10 x 4 with tackable strip. C. Tackable Wall Surface 4 X Reception / Service Counter Area A. Service Counter is millwork construction by General Contractor B. (1) staff office furniture work stations are part of this quotation C. For each Staff Reception desk: 1. Acceptable manufacturer: Kimball, Jasper, Indiana. Herman Miller 2. Traxx panel system. a. Fabric: Kimball Dune, Grade A. b. Finish: Non-metallic Cinder.

6 3. Footprint desk system. a. Laminate: Kimball Office Honey Maple. c. Modesty panels at the 2 center desks. 4. No substitutions Bookcases, open face, as applicable A. Size: Width as indicated on the FURNITURE PLAN; nominal height 48 B. Acceptable Manufacturers. 1. KI, Green Bay, Wisconsin. 2. Kimball Office, Jasper, Indiana. 3. Herman Miller deep Laminate work surface top. 4. No substitutions Common and private office File Storage A. For file storage and surfaces: 1. Acceptable Manufacturers. a. KI, Green Bay, Wisconsin. 700 Series lateral file, sizes as indicated on FURNITURE PLAN. b. Kimball Office, Jasper, Indiana. c. Herman Miller Fundamental lateral file, non-metallic Cinder, sizes as indicated on FURNITURE PLAN. c. 2-drawer and 3-drawer, 24, 36, & 42 wide lateral file cabinets as indicated on the FURNITURE PLAN. d. 19 deep Laminate work surface top. 2. No substitutions. B. Provide lateral filing with work surface top and bookcases: 1. Acceptable Manufacturers: a. KI, Green Bay, Wisconsin. b. Kimball Office, Jasper, Indiana. 2. (4) 3-drawer 36 wide lateral file deep Laminate work surface top. 4. (2) 36 wide metal bookcases to match existing bookcases. 5. No substitutions. C. Filing & Storage 1. Box Files Workstation Pedestal (Metal) a. Keyed alike b. Raised height used under all work surfaces Vinyl Grade 2 color TDB c. Minimums Extension Roller Slides on Box Drawers/ Full-Extension Ball-Bearing on File Drawer. d. Graphite paint/ sand-textured finish to match workstation frame trim 2. Lateral File (Metal) a. Keyed alike b. Width and number of drawers per FURNITURE PLAN

7 c. Counterweight required for all files including those under work surfaces may not be bolted to the underside of work surfaces d. Front-to-back filing rail. e. Graphite paint/ sand-textured finish to match workstation frame trim 3. Filing & Storage Box File Pedestal a. Width and number of drawers as shown on FURNITURE PLAN per each office and area b. Keyed alike c. Heavy Duty, Minimum ¾ Extension Ball Bearing Roller Slides on Box Drawers/ Full- Extension Ball-Bearing on File Drawer d. Drawer divider in one box drawer; Pencil tray in one box drawer; with 2 file converters 4. Filing & Storage Lateral File Pedestal a. Width and number of drawers as shown on FURNITURE PLAN per each office and area b. Keyed alike c. Counterweight required for all files including those under work surfaces may not be bolted to the underside of work surfaces d. Front-to-back filing rail Modular Furniture Private Offices: A. All furniture shall be bid as shown & indicated on the FURNITURE PLAN drawings and in the Specifications. B. Keyboard Trays C. Include modesty panels D. Include pencil drawers E. Overhead Storage Cabinets 1. Storage Cabinets 16 high with hinged doors 2. Integral Furniture Panel Wall Frame Wall - mounted with wall cleat; NOT to be mounted on building office walls. If additional stabilization is advisable, discuss with project Architect prior to proceeding. 3. Laminate case and doors; Color: Black 4. Provide additional steel tube reinforcing at front for spans greater than 36. Confirm tube size and attachment with Architect. Spray paint black. This is required because users will overload the storage units. 5. Each shall have continuous lensed fluorescent under-cabinet task lighting fixture fullwidth of the cabinet. Task Light Standard Electronic Ballast F. Display Components 1. Wall mounted tackable surfaces - To span underside of entire length of overhead storage cabinets; Grade 2 fabric; Use wall cleat to hang tackable tiles; No wall strips to be used. Tackable area include below chair rail

8 2.09 Office Workstations A. For each Office: 1. Acceptable manufacturer: Kimball, Jasper, Indiana,Herman Miller, 2. Traxx panel system. a. Fabric: Kimball Dune, Grade A. b. Finish: Non-metallic Cinder. 3. Footprint desk system. a. Laminate: Kimball Office Honey Maple. b. Modesty panel. c. Pedestal file cabinets and overhead storage per plan. d. Wire manager system e. Tackable wall surface. 4. No substitutions B. Work surfaces 1. Provide P-Top configuration where shown on FURNITURE PLAN 2. In addition, provide matching large surface square edge wood grain HDPL finish & vinyl edge banding work surfaces to match office work stations in applicable Office Areas: 2.10 Seating A. Conference Table Chair, Room Acceptable manufacturers: a. Herman Miller: Setu on rollers without arms, Sit On It Focus b. KI, Green Bay, Wisconsin: Impress Chair without arms c. Kimble: BEO Side Chair 2. Finish & Color TBD by Designer 3. No alternatives considered. B. Guest Chair throughout all Rooms and Areas 1. Acceptable manufacturers: a. Herman Miller: Setu Chair, without arms b. JSI Laurel Chair, Maple Color: Mahaham Grade C 2. Finish & Color TBD by Designer 3. No alternatives considered. C. Task / Desk Chair 1. Acceptable manufacturers: a. Herman Miller Aeron Chair with Arms b. Herman Miller Mirra Chair with Arms c. Kimble Impress Chair with Arms d. Sit On It e. Wit Chair Mid back with High Cylinder. Black mesh back and vinyl seat 2. Finish & Color TBD by Designer 3. No alternatives considered.

9 PART 3 - EXECUTION 3.01 Submittals A. Submit full line product description literature, material samples and cut sheets for review & approval prior to ordering. B. Verify final finish and fabric selections prior to placing order Installation A. Optimal access to the building is from the south side, lower level interior ramp. 1. Verify size of Elevator. 2. Provide & install temporary wall protection within elevator cab to safeguard finishes. B. Some larger components may require manual carry through front doors and up central stairways. Verify. C. Provide all labor and required & incidental equipment needed transport and for installation. City Hall does not provide transfer equipment other than the elevator. -- end --

10 DRAWING DATE: 5/29/2015 DRAWN BY: JMM A2 RACINE CITY HALL RENOVATIONS PHASE VII City Assessor Department 730 Washington Avenue, Racine, WI City of Racine Contract: (K5-017) Copy Rights Reserved: Original design work remains the intellectual property of the Architect and ARC Architectural Group, L.L.C. Designs, details, and structural elements, if any, may not be used for other projects without prior written review and approval of the Architect. The designs, information, and data contained herein is proprietary and is disseminated in confidence for this project only, and shall not be disclosed, used, duplicated, in whole or in part, for any purposes whatsoever without prior written review and approval of the Architect. The Construction Documents (Consecution Drawings Plan Set and the Project Specifications Manual) are on loan only, and shall be returned to ARC by bidders not selected to perform the Work. Receipt and acceptance of these Construction Documents shall be deemed to be an acceptance of the conditions specified herein. ARC ARC L.L.C.

11 INSTRUCTION TO BIDDERS The specifications shall be held to include the Advertisement, Instructions to Bidders, Manufacturer s Qualifications, General Conditions, Proposal, Contract and Specifications. All bids shall be made out as directed in the specifications and shall be on the Standard Proposal form furnished by the City of Racine. Any bid not on this form will not be accepted. Failure to comply with these requirements may result in rejection of bidder s proposal. Bids will be placed in a sealed envelope and marked with the words OFFICIAL NOTICE #9-2015" Please return this entire bid package with your bid. Bids are to be State and Federal Tax Exempt. A tax exemption certificate will be furnished to the successful bidder. No bid may be withdrawn after the time for opening bids. Payment for the work will be in cash upon completion and acceptance of the work unless otherwise specified. If monthly payments are made, they will be made as set forth in the contract. The City of Racine reserves the right to reject any or all bids or to accept any bid considered most advantageous to the City. It also reserves the right to waive any informality in bids received whenever such waiver is in the best interest of the City of Racine. The accompanying bid includes the furnishing of all materials, labor and equipment required by the attached specifications, which I have carefully examined, and I hereby certify that the statements made herein are true and correct. The undersigned represents that the prices in the accompanying bid are neither directly or indirectly the result of an agreement with any other bidder. COMPANY: ADDRESS: CITY, STATE: SIGNATURE: PRINTED NAME:

12 BIDDER S CERTIFICATION I hereby certify that all statements herein are made in behalf of: Name of Corporation, Partnership or Person submitting bid a corporation organized and existing under the laws of the State of: a partnership consisting of: an individual trading as: of the City of State of that I have examined and carefully prepared this proposal from the plans and specifications and have checked the same in detail before submitting this proposal; that I have full authority to make such statements and submit this proposal in its (their) behalf, and that said statements are true and correct SIGNATURE: TITLE: Sworn and subscribed to before me this day of 20. (Notary or other officer authorized to administer oaths) SEAL: My commission expires

13 Indemnification To the fullest extent allowable by law, Contractor hereby indemnifies and shall defend and hold harmless the City of Racine, its elected and appointed officials, officers, employees or authorized representatives or volunteers and each of them from and against any and all suits, actions, legal or administrative proceedings, claims, demands, damages, liabilities, interest, attorneys' fees, costs, and expenses of whatsoever kind or nature whether arising before, during, or after completion of the work hereunder and in any manner directly or indirectly caused, occasioned, or contributed to in whole or in part or claimed to be caused, occasioned, or contributed to in whole or in part, by reason of any act, omission, fault, or negligence, whether active or passive, of Contractor or of anyone acting under its direction or control or on its behalf in connection with or incident to the performance of this Agreement regardless if liability without fault is sought to be imposed on the City of Racine, Contractor's aforesaid indemnity and hold harmless agreement shall not be applicable to any liability caused by the sole fault, sole negligence, or willful misconduct of the City of Racine, or its elected and appointed officials, officers, employees or authorized representatives or volunteers. This indemnity provision shall survive the termination or expiration of this Agreement. In any and all claims against the City of Racine, its elected and appointed officials, officers, employees or authorized representatives or volunteers by an employee of Contractor, any subcontractor, or anyone for whose acts any of them may be liable, the indemnification obligation under this paragraph 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 Worker's Compensation Acts, Disability Benefit Acts, or other employee benefit acts. No provision of this Indemnification clause shall give rise to any duties not otherwise provided for by this Agreement or by operation of law. No provision of this Indemnity clause shall be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity that would otherwise exist as to the City of Racine, its elected and appointed officials, officers, employees or authorized representatives or volunteers under this or any other contract. This clause is to be read in conjunction with all other indemnity provisions contained in this Agreement. Any conflict or ambiguity arising between any indemnity provisions in this Agreement shall be construed in favor of indemnified parties except when such interpretation would violate the laws of the state in which the job site is located. Contractor shall reimburse the City of Racine, its elected and appointed officials, officers, employees or authorized representatives or volunteers for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. Contractor's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by the City of Racine, its elected and appointed officials, officers, employees or authorized representatives or volunteers. Insurance Requirements The Contractor shall not commence work under a contract until he has obtained all insurance required under this paragraph and has filed certificates thereof with the Owner, nor shall the Contractor allow a Subcontractor to commence work until all similar insurance required

14 has been so obtained and filed with the Contractor. Unless otherwise specified in this Agreement, the Contractor shall, at its sole expense, maintain in effect at all times during the performance of the Work, insurance coverage with limits not less than those set forth below with insurers and under forms of policies set forth below. Worker's Compensation and Employers Liability Insurance - The Contractor shall cover or insure under the applicable labor laws relating to worker's compensation insurance, all of their employees in accordance with the law in the State of Wisconsin. The Contractor shall provide statutory coverage for work related injuries and employer's liability insurance with limits of $1,000,000 each accident, $1,000,000 disease policy limit, and $1,000,000 disease each employee. Commercial General liability and Automobile Liability Insurance - The Contractor shall provide and maintain the following commercial general liability and automobile liability insurance: Coverage Coverage for commercial general liability and automobile liability insurance shall be at least as broad as the following: 1. Insurance Services Office (ISO) Commercial General Liability Coverage (Occurrence Form CG0001) 2. Insurance Services Office (ISO) Business Auto Coverage (Form CA0001), covering Symbol 1 (any vehicle) Limits -The Contractor shall maintain limits no less than the following: 1. General Liability - One million dollars ($1,000,000) per occurrence ($2,000,000 general aggregate if applicable) for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the project/location (with the ISO CG 2503, or ISO CG 2504, or insurer's equivalent endorsement provided to the City of Racine) or the general aggregate including productcompleted operations aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability- One million dollars ($1,000,000)for bodily injury and property damage per occurrence limit covering all vehicles to be used in relationship to the Agreement. 3. Umbrella Liability- Five Million dollars ($5,000,000) for bodily injury, personal injury and property damage per occurrence in excess of coverage carried for Employers' Liability, Commercial General Liability and Automobile Liability as described above.

15 Required Provisions - The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: 1. The City of Racine, its elected and appointed officials, officers, employees or authorized representatives or volunteers are to be given additional insured status as respects liability arising out of activities performed by or on behalf of the Contractor; on products and completed operations of the Contractor; for premises occupied or used by the Contractor; and on any vehicles owned, leased, hired or borrowed by the Contractor. 2. The coverage shall contain no special limitations on the scope of protection afforded to the City of Racine, its elected and appointed officials, officers, employees or authorized representatives or volunteers. 3. For any claims related to this project, the Contractor's insurance shall be primary insurance as respects the City of Racine, its elected and appointed officials, officers, employees or authorized representatives or volunteers. Any insurance, self-insurance, or other coverage maintained by the City of Racine, its elected and appointed officials, officers, employees, or authorized representatives or volunteers shall not contribute to it. 4. Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to the City of Racine, its elected and appointed officials, officers, employees or authorized representatives or volunteers. 5. The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 6. Each insurance policy required by this agreement shall state, or be endorsed to state, that coverage shall not be canceled by the insurance carrier or the Contractor, except after sixty (60) days (or 10 days for nonpayment of premium) prior written notice by U.S. mail has been given to the City of Racine. 7. Such liability insurance shall indemnify the City of Racine, its elected and appointed officials, officers, employees or authorized representatives or volunteers against loss from liability imposed by law upon, or assumed under contract by, the Contractor for damages on account of such bodily injury (including death), property damage, personal injury, completed operations, and products liability.

16 8. The general liability policy shall cover bodily injury and property damage liability, owned and non-owned equipment, blanket contractual liability, completed operations liability with a minimum of a 24 month policy extension, explosion, collapse, underground excavation, and removal of lateral support, and shall not contain an exclusion for what is commonly referred to by the insurers as the "XCU" hazards. The automobile liability policy shall cover all owned, non-owned, and hired vehicles. All of the insurance shall be provided on policy forms and through companies satisfactory to the City of Racine, and shall have a minimum A.M. Best's rating of A-VII. Deductibles and Self-Insured Retentions - Any deductible or self-insured retention must be declared to and approved by the City of Racine. At the option of the City of Racine, the insurer shall either reduce or eliminate such deductibles or self-insured retentions. Evidences of Insurance - Prior to execution of the agreement, the Contractor shall file with the City of Racine a certificate of insurance (Acord Form 25-S or equivalent) signed by the insurer's representative evidencing the coverage required by this agreement. Such evidence shall include an additional insured endorsement signed by the insurer's representative. Such evidence shall also include confirmation that coverage includes or has been modified to include all required provisions 1-8. Responsibility for Work - Until the completion and final acceptance by the City of Racine of all the work under and implied by this agreement, the work shall be under the Contractor's responsibility care and control. The Contractor shall rebuild, repair, restore and make good all injuries, damages, re-erections, and repairs occasioned or rendered necessary by causes of any nature whatsoever. Sub-Contractors - In the event that the Contractor employs other contractors (subcontractors) as part of the work covered by this agreement, it shall be the Contractor's responsibility to require and confirm that each sub-contractor meets the minimum insurance requirements specified above. For Use in General Non-Construction/Non-Professional Services Contracts through the City of Racine Purchasing Office Effective 7/12

TEMPORARY SERVICE APPLICATION (HYDRANT METERS)

TEMPORARY SERVICE APPLICATION (HYDRANT METERS) TEMPORARY SERVICE APPLICATION (HYDRANT METERS) Order Taken By: Account No: Date: Work Order No.: TYPE (Please check one) New Service Exchange Meter Relocate Meter Discontinue Service BILLING DATA SERVICE

More information

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS, REQUIRED INSURANCE and CALIFORNIA LABOR CODE REQUIREMENTS for PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

More information

CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for

CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for SMALL CONSTRUCTION CONTRACT Typical CLWA services that would use Small Contracts with

More information

City 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 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 information

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

SANDY 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 information

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL LIQUID CALCIUM CHLORIDE Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

Town 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. 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 information

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG 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 information

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS These Insurance & Indemnification Terms & Conditions ( Terms ) are hereby incorporated in and made a part of each and every written

More information

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD. SPECIFICATIONS AND BID FORMS FOR INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883 BID: #16-007- BOE Due on

More information

Proposal No:

Proposal No: 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 Demolition Asbestos /Abatement of Two (2) Structures

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY 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 information

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT SPECIFICATIONS AND BID FORMS FOR WESTON SCHOOL DISTRICT BOILER CLEANING MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883. BID: # 17-002BOE_

More information

Contractor shall provide new thermal fused plastic laminate doors for each interior opening as scheduled. All openings are to receive new hardware.

Contractor shall provide new thermal fused plastic laminate doors for each interior opening as scheduled. All openings are to receive new hardware. contractor ract and Scope of Work 8.801, 8.802, 8.803, and 8.804 ract To: LBA Construction LLC 2733 Ross Clark Circle Dothan, Alabama 36301 contractor: Scope: Doors, Frames, and Door Hardware Provide and

More information

Request for Proposals. For the Read Schoolhouse Preservation Work

Request for Proposals. For the Read Schoolhouse Preservation Work Request for Proposals For the Read Schoolhouse Preservation Work A. Introduction The Town of Coventry is requesting proposals from interested contractors with demonstrated experience in the restoration

More information

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

INVITATION TO BID Town Hall First Floor Renovation Project, Windsor CT. Town Hall First Floor Renovation Project, Windsor CT. INVITATION TO BID 1. Sealed bids are invited by the Town of Windsor Public Building Commission, Windsor, CT, hereinafter called the Owner, for the Project: "Town Hall First Floor Renovation Project, Windsor

More information

2. Attachments a) Design Drawings Drawing(s) Revision Revision Date Specifications (T1.1-T2.8) N/A N/A A /06/17 A1.1 N/A N/A A2.

2. Attachments a) Design Drawings Drawing(s) Revision Revision Date Specifications (T1.1-T2.8) N/A N/A A /06/17 A1.1 N/A N/A A2. contractor ract and Scope of Work 8.812 ract To: contractor: LBA Construction LLC 2733 Ross Clark Circle Dothan, Alabama 36301 Scope: Window Film: Provide and install 7 mil shatter resistant window film

More information

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT SPECIFICATIONS AND BID FORMS FOR WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883. BID: #15-013 BOE Due on

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY 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 information

PROPOSAL CAR, TRUCK, AND HEAVY EQUIPMENT TIRES

PROPOSAL CAR, TRUCK, AND HEAVY EQUIPMENT TIRES Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

INSURANCE AND INDEMNIFICATION MANUAL. Supplement to Policy 560 i

INSURANCE 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 information

OLYMPIC TOWER CONDOMINIUM

OLYMPIC TOWER CONDOMINIUM OLYMPIC TOWER CONDOMINIUM INDEMNIFICATION/INSURANCE REQUIREMENTS AND ENTRY PROTOCOL Revised 02-11-15 In order to gain access to the building, movers/contractors will need the following, on file with the

More information

PROPOSALS DUE NO LATER THAN 11:00 A.M., SEPTEMBER 23, 2015 (6 COPIES) TO THE ATTENTION OF KRAIG BOYNTON, PURCHASING AGENT.

PROPOSALS DUE NO LATER THAN 11:00 A.M., SEPTEMBER 23, 2015 (6 COPIES) TO THE ATTENTION OF KRAIG BOYNTON, PURCHASING AGENT. REQUEST FOR PROPOSAL (RFP) FOR ARCHITECTURAL/ENGINEERING SERVICES FOR BUILDING ANALYSIS OF THE CITY- OWNED BUILDING LOCATED AT 149 NORTH BROAD STREET (FORMER ILLINOIS NATIONAL GUARD ARMORY) Kraig Boynton,

More information

TOWN 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 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 information

WRIGHT CITY R-II SCHOOL DISTRICT REQUEST FOR PROPOSAL Wright City West Elementary School Teacher Desks and Chairs June 27, 2018

WRIGHT CITY R-II SCHOOL DISTRICT REQUEST FOR PROPOSAL Wright City West Elementary School Teacher Desks and Chairs June 27, 2018 I. GENERAL CONDITIONS WRIGHT CITY R-II SCHOOL DISTRICT REQUEST FOR PROPOSAL Wright City West Elementary School Teacher Desks and Chairs June 27, 2018 The Wright City R-II School District (hereafter District

More information

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

SOUTH 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 information

Request for Proposals. The Town of Ogden is accepting Proposals for the following:

Request for Proposals. The Town of Ogden is accepting Proposals for the following: The Town of Ogden is accepting Proposals for the following: Playground Equipment Design, Procurement, and Installation, including Safety Surfacing At 1 Park Road Spencerport, NY 14559 The Town of Ogden

More information

SUBCONTRACT CONSTRUCTION AGREEMENT

SUBCONTRACT 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 information

Sample. Sub-Contractor Insurance & Indemnification Agreement

Sample. Sub-Contractor Insurance & Indemnification Agreement Sample Sub-Contractor Insurance & Indemnification Agreement This Agreement, as negotiated herein, is entered into by and between Subcontractor and Parish/School. For good and valuable consideration, the

More information

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT West Valley Sanitation District PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT 1. INTRODUCTION A. West Valley Sanitation District of Santa Clara County (District) is accepting proposals for janitorial

More information

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

5.0 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 information

Attachment 14. Due Diligence Right of Entry RIGHT OF ENTRY. (Oakland Army Base City Property)

Attachment 14. Due Diligence Right of Entry RIGHT OF ENTRY. (Oakland Army Base City Property) Attachment 14 Due Diligence Right of Entry RIGHT OF ENTRY (Oakland Army Base City Property) The CITY OF OAKLAND, a municipal corporation (the City ) as owner of record of the real property commonly referred

More information

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860) TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT 06045-0191 (860) 647-3031 FAX (860) 647-5206 REQUEST FOR PROPOSAL FOR ELECTRONICS RECYCLING RFP NO. 17/18-91

More information

Master Service Agreement (Updated 9/15/2015)

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

More information

West Ridge Park Ballfield Light Pole Structural Assessment

West Ridge Park Ballfield Light Pole Structural Assessment Request for Proposal Professional Services October 3, 2017 West Ridge Park Ballfield Light Pole Structural Assessment West Ridge Park 636 Ridge Rd. Highland Park, IL 60035 Submission Deadline: Tuesday,

More information

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT DECEMBER 23, 2015 Owner: King County Library System 960 Newport Way N.W. Issaquah, WA. 98027 GENERAL INFORMATION A. The Vendor is to provide all labor, material, equipment, first thirty (30) day storage

More information

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

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

More information

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS I N V I T A T I O N T O B I D B I D # 1 0-17 FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent DOOR AND WINDOW REPLACEMENT

More information

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants EXHIBIT B Insurance Requirements for Environmental Contractors and/or Consultants Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons

More information

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

TERREBONNE 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 information

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ).

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ). SERVICE AGREEMENT THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ). WITNESSETH: WHEREAS, Owner desires to engage Vendor, as an independent contractor,

More information

APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO.

APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO. APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO. 1. INSURANCE REQUIREMENTS A. INSURANCE: The Contractor shall be required to maintain insurance for

More information

INVITATION TO BID. Contractor Services Associated With:

INVITATION TO BID. Contractor Services Associated With: INVITATION TO BID Contractor Services Associated With: ENVIRONMENTAL TESTING & SAMPLING SERVICES PUBLIC SAFETY COMPLEX 340 BLOOMFIELD AVENUE WINDSOR, CT 06095 GENERAL The Town of Windsor is accepting bids

More information

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin Request for Proposals 2018 Erosion Control Project Madison, Wisconsin November, 2018 SECTION TABLE OF CONTENTS PAGE ADVERTISEMENT... A 1 PROPOSAL... P 1 CONTRACT..... C 1 REQUEST FOR PROPOSAL...... 1 6

More information

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN CITY OF XX AND RENEWABLE FUNDING, LLC

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN CITY OF XX AND RENEWABLE FUNDING, LLC INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN CITY OF XX AND RENEWABLE FUNDING, LLC This Indemnification and Insurance Agreement (the Agreement ) is entered into by and between the City of XX

More information

CITY 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 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 information

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS NOTICE TO BIDDERS Notice is hereby given that the City of Livermore invites sealed bids for FIRE AND BURGLAR ALARM MONITORING SERVICES IN CITY OWNED BUILDINGS. Each bid shall be in accordance with the

More information

EQUIPMENT WITH OPERATOR P R O P O S A L F O R M. Due Date: April 21, :00 am. MITN Code: 97535

EQUIPMENT WITH OPERATOR P R O P O S A L F O R M. Due Date: April 21, :00 am. MITN Code: 97535 EQUIPMENT WITH OPERATOR P R O P O S A L F O R M Due Date: April 21, 2016-9:00 am MITN Code: 97535 To: Grand Traverse County Road Commissioners 1881 LaFranier Road Traverse City MI 49696 The undersigned

More information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

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

More information

P R O P O S A L F O R M

P R O P O S A L F O R M GRAVEL 22A & 23A P R O P O S A L F O R M Bid Due: May 18, 2018-9:00 am To: Grand Traverse County Road Commissioners 1881 LaFranier Road Traverse City, MI 49696 The undersigned hereby certifies that they

More information

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

EXHIBIT 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 information

DESIGN AND CONSTRUCTION STANDARDS GENERAL DESIGN GUIDELINES 2.01

DESIGN AND CONSTRUCTION STANDARDS GENERAL DESIGN GUIDELINES 2.01 2.01 GENERAL This section contains general compliance and safety planning information to be used by design professionals and contractors in the design and construction of University facilities. The criteria

More information

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES 1. GENERAL STATEMENT OF PURPOSE Scott County is soliciting proposals for the services of a qualified contractor to perform a general reassessment

More information

EXHIBIT B. Insurance Requirements for Construction Contracts

EXHIBIT B. Insurance Requirements for Construction Contracts EXHIBIT B Insurance Requirements for Construction Contracts Contractor shall procure and maintain for the duration of the contract, and for 3 years thereafter, insurance against claims for injuries to

More information

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid. To the Board of County Commissioners of Olmsted County, Minnesota: Bidders: In accordance with the advertisement of Olmsted County inviting proposals for the furnishing and application of dust control

More information

Sacramento Regional Solid Waste Authority (SWA)

Sacramento Regional Solid Waste Authority (SWA) SACRAMENTO REGIONAL SOLID WASTE AUTHORITY Sacramento Regional Solid Waste Authority (SWA) APPLICATION for CERTIFICATION or ANNUAL RECERTIFICATION as a C&D SORTING FACILITY SECTION A: Applicant Information

More information

Snow Removal Services Request for Proposals December 1, April 30, 2019

Snow Removal Services Request for Proposals December 1, April 30, 2019 Township of Warminster Snow Removal Services Request for Proposals December 1, 2017- April 30, 2019 Sealed proposals will be received by Warminster Township at the Township Administrative Offices at 401

More information

AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN MARINA COAST WATER DISTRICT AND. THIS AGREEMENT, made and entered into this, by and

AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN MARINA COAST WATER DISTRICT AND. THIS AGREEMENT, made and entered into this, by and AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN MARINA COAST WATER DISTRICT AND [CONSULTANT] FOR GROUNDWATER SUSTAINABILITY PLANNING THIS AGREEMENT, made and entered into this, by and between Marina Coast

More information

MCGOUGH STANDARD INSURANCE REQUIREMENTS

MCGOUGH STANDARD INSURANCE REQUIREMENTS MCGOUGH STANDARD INSURANCE REQUIREMENTS B1. Insurance. Prior to commencing any Subcontract Work hereunder, the Subcontractor shall procure, maintain and pay for insurance of the type and with the minimum

More information

JOLIET JUNIOR COLLEGE REQUEST FOR QUOTATION DIVERSITY & INCLUSION CLIMATE ASSESSMENT

JOLIET JUNIOR COLLEGE REQUEST FOR QUOTATION DIVERSITY & INCLUSION CLIMATE ASSESSMENT You are invited to submit a quote for. Please include delivery charges in your pricing. The College is exempt from all sales tax. Quotes are due by 10:00 am on September 4, 2018. Joliet Junior College

More information

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT

PADRE 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 information

OREGON STATE UNIVERSITY

OREGON STATE UNIVERSITY OREGON STATE UNIVERSITY SUPPLEMENTAL GENERAL CONDITIONS To The PUBLIC IMPROVEMENT GENERAL CONDITIONS Project Name: Magruder Hall Hospital Expansion & Renovation The following modify the November 1, 2016

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

CCIP ADDENDUM. Blasting or any blasting operations;

CCIP ADDENDUM. Blasting or any blasting operations; CCIP ADDENDUM 1. Overview. The Contractor has arranged with Aon Risk Services South, Inc., (the CCIP Administrator ) to be insured under its Contractor Controlled Insurance Program ( CCIP ). The CCIP is

More information

BUILDING SERVICES AGREEMENT

BUILDING SERVICES AGREEMENT BUILDING SERVICES AGREEMENT THIS BUILDING SERVICES AGREEMENT (the Agreement ) is made this day of, 2015, by and between the City of Panama City, a municipality of the State of Florida (the City ) and E.

More information

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM 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 information

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

PATRIOT 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 information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT 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 information

ROCHESTER SCHOOLS MODERNIZATION PROJECT PHASE 2b School Without Walls Commencement Academy INSURANCE REQUIREMENTS

ROCHESTER SCHOOLS MODERNIZATION PROJECT PHASE 2b School Without Walls Commencement Academy INSURANCE REQUIREMENTS INSURANCE REQUIREMENTS 00 73 16-1 SECTION 00 73 16 - INSURANCE REQUIREMENTS Contractor shall obtain at its own cost and expense all the insurance described below (the Required Insurance ) that will protect

More information

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas INVITATION TO SEALED BID 16-89 Sealed Bids will be received by the Office of the City Purchasing Manager for the City of Hutchinson prior to 10:00 A.M., Tuesday, February 2, 2016. Request For Formal Bid

More information

Request for Bid/Proposal

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

More information

Invitation for Bid. Gondola Generator Enclosure Framing

Invitation for Bid. Gondola Generator Enclosure Framing Invitation for Bid Gondola Generator Enclosure Framing Purpose: The purpose of this invitation for bid (IFB) is to engage the services of a contractor to provide the necessary labor, specialized skills,

More information

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL 930 TACOMA AVE S RM 1046 TACOMA WA 98402-2176 AND WILL BE RECEIVED

More information

EXHIBIT G. Insurance Requirements. [with CCIP]

EXHIBIT G. Insurance Requirements. [with CCIP] SECTION 1 GENERAL INSURANCE REQUIREMENTS EXHIBIT G Insurance Requirements [with CCIP] A. CCIP. Contractor has implemented a Contractor Controlled Insurance Program ( CCIP ) to furnish certain insurance

More information

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia, City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station #1 4539 Jonesboro Rd., Forest Park, Georgia, 30297. Mandatory Pre-Proposal Conference March 7, 2017 at 10 am Bid Deadline

More information

Contractor s Insurance Requirements

Contractor s Insurance Requirements ATTACHMENT 5 Contractor s Insurance Requirements Upon tentative award, Bidder shall be required to procure at its sole cost and expense all required insurance. The Contractor shall procure at its sole

More information

LEGAL NOTICE REQUEST FOR QUALIFICATIONS. Broome County Multi-Jurisdictional All-Hazard Mitigation Plan Update

LEGAL 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 information

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN COUNTY of CONTRA COSTA AND RENEW FINANCIAL GROUP LLC

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN COUNTY of CONTRA COSTA AND RENEW FINANCIAL GROUP LLC INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN COUNTY of CONTRA COSTA AND RENEW FINANCIAL GROUP LLC This Indemnification and Insurance Agreement (the Agreement ) is entered into by and between

More information

W I T N E S S E T H:

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

More information

MODIFIED REQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR FIRE STATION NO. 1 GEOTHERMAL TEST WELL Activity ID

MODIFIED REQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR FIRE STATION NO. 1 GEOTHERMAL TEST WELL Activity ID CITY OF DES MOINES ENGINEERING DEPARTMENT MODIFIED REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR FIRE STATION NO. 1 GEOTHERMAL TEST WELL Activity ID 21-2011-063 1. Purpose: The City of Des Moines, Iowa,

More information

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

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 information

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

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

More information

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL 930 TACOMA AVE S RM 1046 TACOMA WA 98402-2176 AND WILL BE RECEIVED

More information

OUTAGAMIE COUNTY ASPHALTIC CONCRETE MATERIALS

OUTAGAMIE COUNTY ASPHALTIC CONCRETE MATERIALS OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR ASPHALTIC CONCRETE MATERIALS FOR HIGHWAY DEPARTMENT DUE BY: March 29, 2017 at 10:00 AM 1.0 Specifications The Highway Department is requesting proposals for asphaltic

More information

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES GENERAL INFORMATION 1. Issuing Office: This Request for Proposals (RFP) is issued by the Town of Farmington, Finance Office.

More information

BID PROPOSAL FORM FOR SALE AND REMOVAL OF A HOUSE DATE OF BID PROPOSAL:

BID PROPOSAL FORM FOR SALE AND REMOVAL OF A HOUSE DATE OF BID PROPOSAL: BID PROPOSAL FORM FOR SALE AND REMOVAL OF A HOUSE DATE OF BID PROPOSAL: TO: Scott County Board of Commissioners Commissioners: The following Bid Proposal is for the sale of a rambler style, single-family

More information

ADVERTISEMENT: REQUEST FOR PROPOSALS FOR GHS SOFTBALL FIELD RENOVATION FOR GAINESVILLE CITY SCHOOLS

ADVERTISEMENT: REQUEST FOR PROPOSALS FOR GHS SOFTBALL FIELD RENOVATION FOR GAINESVILLE CITY SCHOOLS ADVERTISEMENT: REQUEST FOR PROPOSALS FOR GHS SOFTBALL FIELD RENOVATION FOR GAINESVILLE CITY SCHOOLS The Gainesville City School System will receive proposals for the GHS Softball Field Renovation at Gainesville

More information

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)

Hobart & 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 information

Construction of the Leased Premises

Construction of the Leased Premises Construction of the Leased Premises Pre-Construction Requirements Construction Start The Tenant is required to commence construction no later than fourteen days after receipt by the Tenant of approved

More information

COUNTY OF PRINCE EDWARD, VIRGINIA

COUNTY OF PRINCE EDWARD, VIRGINIA COUNTY OF PRINCE EDWARD, VIRGINIA Invitation for Bids For Stripping and Waxing of VCT Floors in County Courthouse Issue Date: Monday, April 20, 2009 Due Date and Time: Send Proposals To: All inquiries:

More information

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES to perform an ANALYSIS OF IMPEDIMENTS TO FAIR HOUSING CHOICE 24 C.F.R. 570.601 (a) (2) 24 C.F.R. 91.225 (a) June 27, 2011 ALL PROPOSALS ARE

More information

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

CITY 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 information

Valley Regional Fire Authority Invitation to Bid

Valley Regional Fire Authority Invitation to Bid VRFA 16-01: General Contractor for Facility Improvements at Fire Stations 31 and 38 Responses due by 5:00 pm PST on September 14, 2016 1.0 Introduction. The Valley Regional Fire Authority (VRFA) is seeking

More information

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

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

More information

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

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

More information

AGREEMENT 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 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 information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: Phone Number: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT

More information

Presenting a live 90-minute webinar with interactive Q&A. Today s faculty features: Scott D. Brooks, Partner, Cox Castle & Nicholson, San Francisco

Presenting a live 90-minute webinar with interactive Q&A. Today s faculty features: Scott D. Brooks, Partner, Cox Castle & Nicholson, San Francisco Presenting a live 90-minute webinar with interactive Q&A Allocating Risk in Real Estate Leases: Contractual Indemnities, Additional Insured Endorsements, Subrogation Waivers Coordinating Lease Provisions

More information

Scofield Ridge Homeowners Association

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

More information

Real Property Services Questions and Answers Posted to DASNY.org 2/21/19

Real Property Services Questions and Answers Posted to DASNY.org 2/21/19 1. The RFP does not include the insurance provisions mentioned as an attachment. Could you direct me to where I can find the insurance provisions so that our risk management department can review? Please

More information