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

Size: px
Start display at page:

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

Transcription

1 TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860) REQUEST FOR PROPOSAL FOR ELECTRONICS RECYCLING RFP NO. 17/18-91 REQUEST FOR PROPOSAL DUE: JUNE 14, 4:00 P.M.

2 REQUEST FOR PROPOSAL FOR RECYCLING OF ELECTRONICS 1. INTRODUCTION The Town of Manchester operates a Municipal Transfer Station (MTS) facility located at 311 Olcott St. and its services include e-waste recycling in compliance with the State of Connecticut s Electronics Recycling Law and in accordance with sections 22a-629 through 22a-640 of the Connecticut General Statutes. In the past several years, the town received the following volumes of electronic recyclables: YEAR # PODs CED- TV CED- Monitor CED Computer CED - Printer Non CEDs Total Weight lbs ,992 28,532 12,991 10,626 17, , ,325 30,016 14,862 10,084 24, , ,139 15,147 6,304 5,275 30, , ,992 28,532 12,991 10,626 17, , ,580 9,176 9,071 7,777 39, , ,327 13,183 11,874 11,183 43, , ,590 10,948 11,148 11,459 46, ,977 CED = Covered Electronic Device The Town of Manchester is seeking proposals from qualified electronics recycling companies approved by the Connecticut Department of Energy and Environmental Protection to serve as the exclusive provider of electronics recycling services for a period of not less than two (2) years. 2. INTENT The Town of Manchester is seeking proposals to provide for the collection, storage, transportation and processing of all electronic devices that are covered under the 2007 State of Connecticut Electronics Recycling Law. All relevant information pertaining to this law, including the covered electronic devices acceptable for collection under the approved regulations can be accessed at the Connecticut Department of Energy & Environmental Protection s (CTDEP) website: Additionally, the Town of Manchester is seeking any and all proposals that would provide enhanced services to all Town residents, the Town of Manchester, and Board of Education. Such services can include, but are not limited to: a) Collection and recycling of additional electronic devices not covered under the state s electronics recycling law b) Collection and recycling of electronics generated by the Town of Manchester and Manchester Board of Education 1

3 c) Any additional services and enhancements provided for that are above and beyond the standard services which are allowable under the state s electronics recycling law The Town is interested in proposals which provide the most cost effective method to maximize the number and quantity of electronic devices recycled and potentially minimizes Town involvement in labor and processing of the electronic devices. The Town s Municipal Transfer Station (MTS) is registered as under DEEP s General Permit to operate as such and all proposals shall be in compliance with conditions outlined in the General Permit. Additionally, the Town is securing the most costeffective method to recycle Town and potentially the Board of Education s disposed electronics. The Town will provide a suitable location within the MTS area located at 311 Olcott Street. All materials collected by the successful contractor will be weighed over the landfill scale at the time they are hauled off-site. The Town of Manchester will review all proposals received from electronics recycling Companies that have submitted an application to the CTDEP to become a Covered Electronics Recyclers (CERs) in accordance with Section 22a-638(b)(2)(A) of the state regulations. 3. SUBMISSION DEADLINE All proposals must be received no later than 4:00 p.m. on June 14, Three copies of the proposal shall be submitted to: HAND DELIVERY U.S. POSTAL MAIL DELIVERY Town of Manchester, Connecticut Town of Manchester, Connecticut Adam B. Tulin Adam B. Tulin Director of General Services Director of General Services Lincoln Center Lincoln Center 494 Main Street P.O. Box 191 Manchester, CT Manchester, CT Proposal may not be withdrawn for a period of ninety (90) days. Proposals received later than the deadline shall not be considered. Respondents to this RFP are hereby notified that all proposals submitted and information contained therein and attached thereto will not become public information until selection of the successful respondent. 4. CONTENT OF PROPOSAL All submissions shall include the following information: A. Submittal Letter Respondents shall submit a cover letter, addressed to the Director of General Services, signed by contractor which provides an overview of the respondent s proposal, as well 2

4 as the name, title and phone number of the person to whom the Town may direct questions concerning the proposal. B. Proposal Details All respondents are required to complete and submit a detailed proposal and work plan outlining how they propose to provide the services outlined in their proposal. At a minimum, Proposal shall address the following items: How Electronic Wastes are to be collected in the MTS Timeframe for emptying/removing Electronic Waste from the MTS How reporting data on the Electronic Waste collected will be managed What, if any, payment there would be for Electronic Waste collected The proposal shall include the statement that the respondent hereby certifies to comply with all the provisions and regulations of Chapter 446n of the Connecticut General Statutes, Covered Electronics Devices, and further certify that all of these services will be provided at no cost to the Town of Manchester. The proposal shall then address any enhancements the company is willing to offer, provide a detailed description of these enhancements, and identify all costs, if any, to the Town associated with these enhancements. Additionally, any potential payments to the Town, desired volumes of electronics, acceptable electronic devices not covered by the State s program, types of storage options, frequencies of collection, and any other elements should be identified and described. C. Facilities and Methods All respondents are required to submit a detailed listing of any and all facilities where the storage, disassembly, processing and recycling of the electronic devices takes place, including an address and capacity for processing. Additionally, the respondent should describe the recycling process utilized to: identify suitable items for reuse, reclaim the components of the electronic devices, security of user data, and provide a listing of a) current end users/markets for these devices and/or their raw components, and b) their domestic and/or international locations. D. Logistics and Scheduling All respondents are required to submit a detailed description of the containers to be used, transport methods and scheduling for the drop off of empty containers and removal of full containers from the transfer station. 3

5 E. Certifications All respondents are required to disclose any and all certification that have been obtained which document and support the responsibility of the company and its reuse/recycling practices. Include the name, certification number, date obtained and expiration of each certification. If the company is in the process of obtaining one or more certifications, please elaborate on the certification process and expected completion date. F. References and Experience 5. INQUIRIES Respondents must demonstrate sufficient experience in the field to perform work proposed. The customer references must include the name of the organization, address and telephone number, individual contact person, where similar services were performed and a description of the services provided. All questions pertaining to this Request for Proposal shall be faxed to Adam Tulin, Director of General Services, at fax number (860) or ed to gensvcs@manchesterct.gov not later than five (5) days prior to the date proposals are due. A summary of all questions and answers will be made to all prospective respondents via an addendum if they might influence the project. This Request for Proposal and any addendum shall only be issued on the Town web page It shall be the responsibility of all interested firms to check the website for addenda prior to submitting a response to this Request for Proposal. No addendum shall be issued less than 2 calendar days before the due date unless it is to postpone the due date. 6. SITE VISIT Interested parties may contact Brooks Parker, Environmental Services Manager at (860) or by at bparker@manchesterct.gov to schedule a time to view the proposed collection site and operations. 7. SELECTION PROCESS The Town of Manchester is very interested in ensuring that the recycling of the electronic devices collected under this program by the selected respondent are recycled in an environmentally safe and effective manner. The proposals will be evaluated by the Town based upon the following factors: 1. History of the company and references from customers 2. Documented safe and environmentally sound reuse and recycling practices 3. Listing of additional non-covered electronics that the respondent is willing to accept at nocharge from Town residents 4

6 4. Enhanced services that offer the most economically advantageous provisions for the Town of Manchester and potentially the Board of Education The Town of Manchester shall select the proposal(s) that is responsible and responsive and determined to be the best suited, most advantageous, and provides the greatest overall benefit to the Town. The Town expressly reserves the right to negotiate with the selected Proposer(s) prior to an award of any contract pursuant to this Request for Proposal. The Town reserves the right to reject any and all proposals and to waive any informalities or technical defects in a proposal. 8. TERM OF CONTRACT The initial term of this contract shall be for two years. Upon mutual agreement of the Town and the contractor, this contract may be extended for additional one year periods at the same terms and conditions, not to exceed three additional years. The Town intends to begin the contract on Monday, July 2, If an earlier time frame can be negotiated in the best interests of both parties, then the potential exists to start earlier than July 2, If during the term of the contract the Contractor is not performing the contract to the satisfaction of the Town, the Contractor shall be notified in writing by the Town to take corrective action within 30 days. If corrective action is not taken or the Contract continues to perform in an unsatisfactory manner, the Town reserves the right to immediately terminate the contract. 9. GENERAL PROVISIONS A. The Town of Manchester is an equal opportunity employer, and requires an affirmative action policy for all of its Contractors and Vendors as a condition of doing business with the Town, as per Federal Order By submitting a Proposal for this Request for Proposal, all vendors and contractors agree to this condition of doing business with the Town and should the Town choose to audit their compliance, the vendor agrees to cooperate fully. B. Any act or acts of misrepresentation of collusion shall be a basis for disqualification of any proposal or proposals submitted by such persons guilty of said misrepresentation or collusion. In the event that the Town enters into a contract with any bidder who is guilty of misrepresentation or collusion and such conduct is discovered after the execution of said contract, the Town may cancel said contract without incurring liability, penalty or damages. C. All deliveries of commodities or services hereunder shall comply in every respect with all applicable laws of the Federal Government and/or the State of Connecticut. Purchases made by the Town of Manchester are exempt from payment of Federal Excise Taxes and the Connecticut Sales Tax and such taxes must not be included in bid prices. D. The Town reserves the right to reject any and all proposals and to waive any informalities or technical defects in any proposal or discontinue this process at any time. Non selection of any proposal will mean that another acceptable proposal was deemed to be more advantageous to the Town of Manchester or that no proposal was accepted. 5

7 E. The Town will not be liable for any costs incurred in the preparation of the response for this Request for Proposal. All proposal submissions and materials become property of the Town and will not be returned. Respondents to this RFP are hereby notified that all proposals submitted and information contained therein and attached thereto shall be subject to disclosure under the Freedom of Information Act after award decision has been made. F. These specifications in their entirety are the property of the Town of Manchester. The Proposer shall not copy or disseminate any portion of these specifications without express written authorization from the Town of Manchester, except as necessary in the preparation of a proposal. Any authorized copies of these specifications or portions thereof shall include a similar paragraph prohibiting further copying or dissemination. G. Assignment by the successful respondent to a third party of any contract based on the Request for Proposal or any monies due is prohibited and will not be recognized by the Town of Manchester unless approved by the Town in writing. 10. INSURANCE REQUIREMENTS The awarded vendor is required to submit a current certificate of insurance. A copy of the Town s insurance requirements is attached. 6

8 STANDARD INSURANCE AND INDEMNIFICATION REQUIREMENTS FOR BIDS, PERMITS AND THE USE OF TOWN FACILITIES I. GENERAL CONDITIONS: Within ten (10) business days of the award or notice, or prior to the start of work, whichever comes first, the contractor/insured will provide, pay for, and maintain in full force and affect the insurance outlined here for coverage s at not less than the prescribed minimum limits of liability. Such coverage is to remain in force during the life of the contract and for such additional time as may be required, and will cover the contractor/ insured s activities, those of any and all subcontractors, or anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable. Any failure to comply with reporting requirements and provisions of the policies shall not affect coverage provided to Town, its officers, officials, agents or employees. A. Certificates of Insurance: The contractor/insured will give the owner a certificate of insurance completed by a duly authorized representative of their insurer certifying that at least the minimum coverage s required here are in effect and specifying that the liability coverage s are written on an occurrence form and that the coverage s will not be canceled, non-renewed, or materially changed by endorsement or through issuance of other policy(ies) of insurance without sixty (60) days advance written notice to the General Services Department. Failure of the owner to demand such certificate or other evidence of full compliance with these insurance requirements or failure of the owner to identify a deficiency from evidence provided will not be construed as a waiver of the contractor/insured s obligation to maintain such insurance. Any failure to comply with reporting requirements and provisions of the policies shall not affect coverage provided to Town, its officers, officials, agents or employees. B. Insurer Qualification: All insurance will be provided through companies authorized to do business in the State of Connecticut and considered acceptable by the owner. C. Additional Insured: The policy or policies providing insurance as required, with the exception of professional liability and workers compensation, will defend and include the owner and owner s architects, directors, officers, representatives, agents, and employees as additional insureds on a primary and noncontributory basis for work performed under or incidental to this contract. D. Retroactive Date and Extended Reporting Period: Coverage, whether written on a claims made or occurrence basis, shall be maintained without interruption from the date of commencement of the Work until date of final payment and then extended for an additional three (3) years from date of final payment. If any insurance required here is to be issued or renewed on a Claims Made form as opposed to an Occurrence form, the retroactive Date for coverage will be no later than the commencement date of the project. The Claims Made form will have an Extended Reporting Period of three years from the date of project completion. All Claims made policies cancelled or non-renewed and not replaced by a subsequent claims made policy will have an Extended Reporting period of three years from the date of cancellation or non-renewal. E. Subcontractors Insurance: The contractor/insured will require each subcontractor hired by and/or employed by contractor/insured to purchase and maintain insurance of the types specified below. When requested by the owner, the contractor/insured will furnish copies of certificates of insurance evidencing coverage for each subcontractor. 7

9 F. Waiver of Subrogation: The contractor/subcontractor will purchase required insurance policies that shall be endorsed with a waiver of subrogation and all rights of recovery in favor of the Town, its officers, officials, agents and employees. The contractor/insured will require of subcontractors, by appropriate written agreements, similar waivers each in favor of all parties enumerated in this section. G. Hold Harmless: The contractor/insured shall defend, indemnify and hold harmless the owner, officers, officials, agents and employees, and if applicable, the engineer and their agents and employees from and against all claims, damages, losses and expenses, including attorney s fees of counsel selected by the owner, arising out of or resulting from the performance of the work and /or the supplying of materials, provided that any such claim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property including the loss of use resulting therefrom, and (b) is caused in whole or in part by any negligent act or omission of the contractor/ insured, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not they are caused in part by a party indemnified hereunder. II. INSURANCE LIMITS AND COVERAGE: A. To the extent applicable, the amounts and types of insurance will conform to the minimum terms, conditions and coverage s of Insurance Services Office (ISO) policies, forms, and endorsements. B. If the contractor/insured has self-insured retention s or deductibles under any of the following minimum required coverage s, the contractor/insured must identify on the certificate of insurance the nature and amount of such self-insured retention s or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retention s or deductibles will be the contractor/insured s sole responsibility. C. Workers Compensation Insurance: With respect to all operations the Contractor performs and all those performed for it by subcontractors, the Contractor shall carry, and require each subcontractor to carry, Workers Compensation insurance as required by the laws of the State of Connecticut. Employer s Liability insurance shall be provided in amounts not less than: $500,000 per accident for bodily injury by accident; $500,000 policy limit by disease; and $500,000 per employee for bodily injury by disease D. Commercial General Liability Insurance: With respect to the operations the Contractor performs and also those performed for it by subcontractors, the Contractor shall carry, and require each subcontractor to carry, Commercial General Liability insurance, including Contractual Liability, Products and Completed Operations, Broad Form Property Damage and Independent Contractors. See chart below for applicable minimum coverage amounts. Contract Amount Minimum Single Occurrence Amount Minimum Annual Aggregate Amount 0-2,000,000 1,000,000 2,000,000 2,000,001-10,000,000 2,000,000 4,000,000 > 10,000,000 4,000,000 8,000,000 8

10 Notes: If underground work is to be undertaken, each policy shall have coverage for and exclusions removed for Explosion, Collapse and Underground ( XCU ). Should blasting be required, all necessary permits for the use of explosives shall be obtained by the contractor/insured or insured from the Fire Marshall. E. Automobile Liability Insurance: The Contractor shall obtain automobile liability insurance covering the operation of all motor vehicles, including those hired or borrowed, that are used in connection with the Project for all damages arising out of bodily injury to or death of all persons and/or injury to or destruction of property; in any one accident or occurrence. This policy shall not be subject to an annual aggregate limitation. See chart above for applicable minimum coverage amounts. F. Owner s and Contractor s Protective Liability Insurance for and in the Name of the Town and/or State: With respect to the Contractor s Project operations and also those of its subcontractors, the Contractor shall carry, for and on behalf of the Town and/or State for each accident or occurrence resulting in damages from bodily injury to or death of persons and/or injury to or destruction of property. See chart below for applicable minimum coverage amounts. Contract Amount Minimum Single Occurrence Amount Minimum Annual Aggregate Amount 0 20,000,000 1,000,000 2,000,000 20,000,001 50,000,000 2,000,000 4,000,000 > 50,000,000 4,000,000 8,000,000 G. Excess Coverage: Contractor shall purchase and maintain excess or umbrella liability insurance with a limit of not less than $5,000,000, covering all lines of insurance required by this contract. 9

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

TOWN OF MANCHESTER, CONNECTICUT GENERAL SERVICES DEPARTMENT

TOWN OF MANCHESTER, CONNECTICUT GENERAL SERVICES DEPARTMENT TOWN OF MANCHESTER, CONNECTICUT GENERAL SERVICES DEPARTMENT REQUEST FOR PROPOSALS FOR CRUSHING CONCRETE, ROCK, BITUMINOUS CONCRETE, BRICK AND STEEL REINFORCED PIPE AND REMOVAL OF MATERIALS RFP 15/16-41

More information

Town of Manchester, Connecticut General Services Department. Request for Proposal

Town of Manchester, Connecticut General Services Department. Request for Proposal Town of Manchester, Connecticut General Services Department Request for Proposal Engineering Services for Manganese Removal from Globe Hollow Treated Surface Water RFP# 17/18-34 Proposals Due: October

More information

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered

More information

TOWN OF MANCHESTER, CONNECTICUT GENERAL SERVICES DEPARTMENT REQUEST FOR PROPOSAL PHYSICAL FITNESS ASSESSMENTS AND TRAINING RFP 15/16-75 PROPOSALS DUE:

TOWN OF MANCHESTER, CONNECTICUT GENERAL SERVICES DEPARTMENT REQUEST FOR PROPOSAL PHYSICAL FITNESS ASSESSMENTS AND TRAINING RFP 15/16-75 PROPOSALS DUE: TOWN OF MANCHESTER, CONNECTICUT GENERAL SERVICES DEPARTMENT REQUEST FOR PROPOSAL PHYSICAL FITNESS ASSESSMENTS AND TRAINING RFP 15/16-75 PROPOSALS DUE: MARCH 31, 2016 @ 4:00 P.M. Town of Manchester General

More information

Town of Manchester, Connecticut General Services Department

Town of Manchester, Connecticut General Services Department Town of Manchester, Connecticut General Services Department Request for Qualifications/Proposal Architectural and Related Consultant Services For Elementary Schools Facilities Study RFP 17/18-67 Proposals

More information

Town of Manchester, Connecticut General Services Department. Request for Proposal

Town of Manchester, Connecticut General Services Department. Request for Proposal Town of Manchester, Connecticut General Services Department Request for Proposal Update to Town of Manchester Main Street Architectural Guidelines RE-BID RFP# 18/19-21 Proposals Due: September 21, 2018

More information

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY SUBSURFACE EXPLORATION AT VARIOUS (DATE): SEPT.

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY SUBSURFACE EXPLORATION AT VARIOUS (DATE): SEPT. BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered

More information

2018 PAVEMENT CRACK SEAL PROGRAM BID NO. 17/18-71

2018 PAVEMENT CRACK SEAL PROGRAM BID NO. 17/18-71 CONTRACT DOCUMENTS FOR 2018 PAVEMENT CRACK SEAL PROGRAM BID NO. 17/18-71 TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET P.O. BOX 191 MANCHESTER, CT 06045-0191 SECTION 1 - BIDDING REQUIREMENTS

More information

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY LED STREETLIGHT RETROFITS-WEST SIDE (DATE): OCT.

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY LED STREETLIGHT RETROFITS-WEST SIDE (DATE): OCT. BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered

More information

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY HYDROSEEDNG AT MANCHESTER LANDFILL (DATE): APRIL 11, 2017

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY HYDROSEEDNG AT MANCHESTER LANDFILL (DATE): APRIL 11, 2017 BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 645-191. Proposals hand delivered by

More information

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

Center 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 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

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

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

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

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

TOWN OF MANCHESTER REQUEST FOR PROPOSAL RFP NO. 15/16-32 FOR RISK MANAGEMENT CONSULTANT SERVICES PROPOSALS DUE: NOVEMBER 13, 4:00 P.M.

TOWN OF MANCHESTER REQUEST FOR PROPOSAL RFP NO. 15/16-32 FOR RISK MANAGEMENT CONSULTANT SERVICES PROPOSALS DUE: NOVEMBER 13, 4:00 P.M. TOWN OF MANCHESTER REQUEST FOR PROPOSAL RFP NO. 15/16-32 FOR RISK MANAGEMENT CONSULTANT SERVICES PROPOSALS DUE: NOVEMBER 13, 2015 @ 4:00 P.M. GENERAL SERVICES DEPARTMENT 494 MAIN ST. MANCHESTER, CT 06040

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

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY RELOCATE PLAYGROUND EQUIPMENT (DATE): JULY 8, 2016

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY RELOCATE PLAYGROUND EQUIPMENT (DATE): JULY 8, 2016 BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered

More information

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY RETAINING WALL REPAIR 367 WEST (DATE): MARCH 6, 2014

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY RETAINING WALL REPAIR 367 WEST (DATE): MARCH 6, 2014 BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered

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

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

MIDDLESEX COUNTY UTILITIES AUTHORITY

MIDDLESEX COUNTY UTILITIES AUTHORITY MIDDLESEX COUNTY UTILITIES AUTHORITY REQUEST FOR QUALIFICATIONS FOR FINANCIAL INVESTMENT AND ADVISORY SERVICES FOR THE AUTHORITY S SOLID WASTE AND WASTEWATER DIVISIONS DEADLINE: 12:00 NOON ON FRIDAY, FEBRUARY

More information

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services ADVERTISEMENT FOR BIDS Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services until 11:00 a.m. on Thursday, December 11, 2015, at City Hall, One Municipal Plaza,

More information

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION 1.1 General: The intent of these specifications is to provide the Town

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

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 NO. 17/18-15 FINANCIAL ADVISORY SERVICES

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

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY FURNISH AND INSTALL LED LUMINAIRES IN (DATE): MARCH 15, 2016

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY FURNISH AND INSTALL LED LUMINAIRES IN (DATE): MARCH 15, 2016 BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered

More information

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

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

More information

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

Performance CONTRACTORS, INC. HAULING TERMS AND CONDITIONS

Performance CONTRACTORS, INC. HAULING TERMS AND CONDITIONS Performance CONTRACTORS, INC. HAULING TERMS AND CONDITIONS The terms and conditions contained herein ( Terms and Conditions ) shall govern the Purchase Order issued to Hauler by Company ( Purchase Order

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897 The Town of Wilton 238 Danbury Rd Wilton, CT 06897 The Town of Wilton is requesting sealed proposals for the provision of a new potable water supply to Fire House #2 located at 707 Ridgefield Rd, Wilton,

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

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

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

More information

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

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

More information

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

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

More information

Page of 5 PURCHASE AGREEMENT

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

More information

ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A

ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A105-2007 The following addendum modifies or supplements the standard form

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

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

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

RFP # 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 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

MASTER SUBCONTRACT AGREEMENT

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

More information

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office SERVICES CONTRACT/P. O. # Title: THIS CONTRACT, and amendments and supplements thereto, is

More information

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921 THIS IS NOT AN ORDER!! DATE: April 19, 2013 REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921 R.F.Q. NO. 14-02 Return quotes to: Tanya Adams, Recycling Coordinator

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

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

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

ANNEX A Standard Special Conditions For The Salvation Army

ANNEX 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 information

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

REQUEST 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 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

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

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

More information

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

Town of Manchester, Connecticut General Services Department

Town of Manchester, Connecticut General Services Department Town of Manchester, Connecticut General Services Department Request for Proposal Professional Services: Housing Rehabilitation/Lead Hazard Reduction Rehabilitation and Construction Management Services

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

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

Subcontract Agreement

Subcontract 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 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 PUTRESCIBLE ORGANICS FACILITY SECTION A: Applicant

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

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project Document A105 2007 Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

West Hartford Housing Authority Request for Proposals (RFP) HQS Services

West Hartford Housing Authority Request for Proposals (RFP) HQS Services I. INTRODUCTION The West Hartford Housing Authority (WHHA) is seeking proposals from qualified Housing Quality Standard inspection firms (Proposers) to perform HQS inspections of its Housing Choice Vouchers

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

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES INTRODUCTION A. Overview The Sullivan County Land Bank Corporation ( SCLBC ) is issuing this Request for Qualifications ("RFQ") to obtain Accounting

More information

OGC-S Owner-Contractor Construction Agreement

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

More information

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

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

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 Merriam, Kansas

City 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 information

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion Page 1 of 11 Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion The Town of Wilton (the Town) will receive sealed qualifications

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

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES

CITY 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 information

REQUIRED AT PROPOSAL STAGE:

REQUIRED AT PROPOSAL STAGE: DATE: February 13, 2019 SUBJECT: ADDENDUM #1-2401 E. PACIFIC COAST HIGHWAY WILMINGTON, CA 90744 The Port of Los Angeles 2401 E. Pacific Coast Highway Wilmington, CA 90744 Request for Lease Proposals Exhibit

More information

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

RFP 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 information

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for SOLID WASTE & DISPOSAL SERVICE RFP - SOLID WASTE & DISPOSAL SERVICE

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for SOLID WASTE & DISPOSAL SERVICE RFP - SOLID WASTE & DISPOSAL SERVICE REQUEST FOR SEALED PROPOSAL ADVERTISEMENT for SOLID WASTE & DISPOSAL SERVICE RFP - SOLID WASTE & DISPOSAL SERVICE - 050318 The City of College Park is accepting sealed proposals from qualified vendors

More information

RENEWABLE WATER RESOURCES. Purchasing Department 561 Mauldin Road Greenville, South Carolina 29607

RENEWABLE WATER RESOURCES. Purchasing Department 561 Mauldin Road Greenville, South Carolina 29607 RENEWABLE WATER RESOURCES Purchasing Department 561 Mauldin Road Greenville, South Carolina 29607 REQUEST FOR PROPOSAL For ReWa Property Agricultural Land Lease REQUEST FOR PROPOSAL For ReWa Property Agricultural

More information

ARTICLE 1 ARTICLE 3 CONTRACTOR THE SUBCONTRACT DOCUMENTS ARTICLE 2 MUTUAL RIGHTS AND RESPONSIBILITIES

ARTICLE 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 information

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM PALM BEACH COUNTY DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM NOTICE TO GENERAL CONTRACTORS Sealed bids will be received until 3:00 P.M on May 2, 2019,

More information

TOWN OF WINDSOR. Self Contained Breathing Apparatus (SCBA) and Bottle Filling Equipment REQUEST FOR PROPOSAL

TOWN OF WINDSOR. Self Contained Breathing Apparatus (SCBA) and Bottle Filling Equipment REQUEST FOR PROPOSAL 1/9/2017 TOWN OF WINDSOR Self Contained Breathing Apparatus (SCBA) and Bottle Filling Equipment REQUEST FOR PROPOSAL THIS IS NOT A REQUEST FOR BIDS AND THE TOWN RESERVES THE RIGHT TO NEGOTIATE AND CONTRACT

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

Request for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN

Request for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN Request for Proposal Municipal Facility Space Needs Assessment City of Burnsville, MN The City of Burnsville is seeking proposals from qualified architectural/engineering firms to perform a Municipal Facilities

More information

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water)

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water) MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water) THIS MASTER PURCHASE AGREEMENT (this Agreement ) is made and entered into this day of, 201 (the Effective Date ), by and between

More information

Payment to City per gross ton (2,240 lbs.) of scrap metal delivered by City forces to vendor s local area facility.

Payment to City per gross ton (2,240 lbs.) of scrap metal delivered by City forces to vendor s local area facility. Form Pur. 1 REQUEST FOR QUOTATION Bid No. 3355 Bid No. 3355 BIDS TO BE SUBMITTED TO: DEPARTMENT OF PURCHASES Issued: _5/8/2007 Date Submitted 27 WEST MAIN STREET, ROOM 401 NEW BRITAIN, CT 06051 Delivery:

More information

SUBCONTRACT (SHORT FORM)

SUBCONTRACT (SHORT FORM) SUBCONTRACTOR: PHONE SUBCONTRACT (SHORT FORM) PROJECT: LOCATION: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC. (Contractor) and (Subcontractor) which are

More information

REQUIRED SIGNATURE PAGE FOR PROPOSALS. Disaster Restoration and Recovery Services

REQUIRED 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 information

SAMPLE SUBCONTRACTOR AGREEMENT

SAMPLE SUBCONTRACTOR AGREEMENT SAMPLE SUBCONTRACTOR AGREEMENT This Agreement, as negotiated herein, is entered into by and between, Subcontractor and, Contractor on this day of, 20. Subcontractor,, agrees to provide the following described

More information

SPECIFICATIONS FOR MANCHESTER PUBLIC SCHOOLS RFP# MANCHESTER HIGH SCHOOL SCHOOL PHOTOGRAPHER TABLE OF CONTENTS

SPECIFICATIONS FOR MANCHESTER PUBLIC SCHOOLS RFP# MANCHESTER HIGH SCHOOL SCHOOL PHOTOGRAPHER TABLE OF CONTENTS Page 1 of 19 SPECIFICATIONS FOR MANCHESTER PUBLIC SCHOOLS RFP# 018-003 MANCHESTER HIGH SCHOOL SCHOOL PHOTOGRAPHER TABLE OF CONTENTS Section Page Number A. Legal Notice and Request for Proposal 2 B. Instructions

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 Albany, New York Traffic Engineering

City of Albany, New York Traffic Engineering City of Albany, New York Traffic Engineering REQUEST FOR PROPOSALS FOR THE PROVISION OF ENGINEERING SERVICES Traffic Signal Design Services RFP No. TE-11-001 November 15, 2011 SECTION 1: PURPOSE 1.1 The

More information

ARTICLE V Indemnification; Insurance

ARTICLE V Indemnification; Insurance ARTICLE V Indemnification; Insurance 5.1 The Recipient shall act as an independent contractor, and not as an employee, agent, partner, joint venturer, representative or associate of the City, in operating

More information

REQUEST 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 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 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

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE TOWN OF HOPKINTON PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS

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

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

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

Strategic Planning Services

Strategic Planning Services VILLAGE OF LISLE REQUEST FOR PROPOSAL ( RFP ) #1254 Strategic Planning Services DUE BY: THURSDAY, DECEMBER 28, 2017 AT 11:00 AM CST BUSINESS OFFICE 925 BURLINGTON AVE, LISLE, IL 60532 Prepared By: Joe

More information

Standard Form of Agreement Between Contractor and Subcontractor

Standard 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 information