REQUEST FOR PROPOSAL. for. HARVEST and PURCHASE of HAY ALEXANDRIA INTERNATIONAL AIRPORT. Proposals Due By APRIL 23, :00 P.M.

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL. for. HARVEST and PURCHASE of HAY ALEXANDRIA INTERNATIONAL AIRPORT. Proposals Due By APRIL 23, :00 P.M."

Transcription

1 REQUEST FOR PROPOSAL for HARVEST and PURCHASE of HAY ALEXANDRIA INTERNATIONAL AIRPORT Proposals Due By APRIL 23, :00 P.M. CST To THE ENGLAND ECONOMIC AND INDUSTRIAL DEVELOPMENT DISTRICT dba ENGLAND AUTHORITY LOCATED AT ENGLAND INDUSTRIAL AIRPARK & COMMUNITY ALEXANDRIA, LOUISIANA 1

2 INVITATION FOR REQUESTS FOR PROPOSALS The England Economic and Industrial Development District (England Authority) staff is seeking proposals for Hay Harvesting and Purchase located at Alexandria International Airport located on England Airpark property. Completed proposals must be submitted prior to 2:00 p.m. on April 23, 2013 to the office of Kate Wells, Purchasing Department. No proposal will be received after the date and hour specified above for the proposal opening. The England Authority reserves the right to reject any and all proposals and to waive any informalities incidental thereto. Proposal packages for Hay Harvest and Purchase may be obtained by contacting The Authority Office, Attn: Kate Wells, Purchasing Department, 1611 Arnold Drive, England Industrial Airpark and Community, Alexandria, Louisiana 71303, telephone (318) For more information contact Scott Gammel, Airport Manager, (318) The England Authority strongly encourages minority owned, woman owned, and small businesses to submit proposals. A copy will also be available on the Authority s website located at: A copy will also be available on the Authority s website located at: ENGLAND AUTHORITY JON W. GRAFTON Executive Director 1611 Arnold Drive Alexandria, LA

3 Table of Contents Advertisement Page 2 Instructions to Request for Proposal Page 4 Attachment 1 RFP Check List Page 8 Attachment 2 Notice of Award Page 9 Services Agreement Page 10 Exhibit A Hay Cutting Area Layout Page 14 Exhibit B Hay Harvesting Instructions Page 15 Exhibit C Payment Schedule Page 17 Exhibit D Insurance Requirements Page 18 Exhibit E Contractor Qualifications Form Page 19 Exhibit F - Contractor Equipment List Form Page 21 Proposal Form Page 22 3

4 INSTRUCTIONS TO REQUEST FOR PROPOSAL ENGLAND ECONOMIC AND INDUSTRIAL DEVELOPMENT DISTRICT ALEXANDRIA, LOUISIANA The intent of this Request for Proposal (RFP) is to obtain proposals to Harvest and Purchase Hay at Alexandria International Airport located on England Airpark property. Any resulting contracts will be a contract for services. Award will be granted to the most qualified, responsible and responsive Proposer complying with the terms, conditions and specifications of this solicitation. All rights are reserved by the England Economic and Industrial Development District (EEIDD) to determine, if in its sole reasonable discretion, whether the proposal meets the needs and purposes intended. In order to be considered complete and timely, all proposals submitted must comply with the following instructions. 1. England Authority's Discretion to Accept or Reject Proposals. The request for your proposal in accordance with these instructions is not and shall not be construed as an offer by the (EEIDD) to contract with you. The EEIDD reserves the right to waive any formalities, to accept any proposals submitted, or to reject any or all proposals submitted. 2. Proposers Qualifications. To demonstrate qualifications to perform your obligations under the Agreement, each Proposer may be required to submit written evidence, such as financial data, previous experience, present commitments and other such data as may be called for by EEIDD. (Exhibit E) Proposer must also demonstrate the ability to possess adequate manpower and equipment to timely cut and remove hay on approximately 560 acres. Proposer must list equipment on the attached Contractor Equipment List Form (Exhibit F) that will be used to successfully cut and remove hay from the Airpark property. Failure to complete the Contractor Equipment List Form will be deemed as a non-responsive proposal. 3. Examination of Documents and Premises. (a) (b) It is the responsibility of each Proposer, before submitting a proposal, to thoroughly examine the Proposal Form, these instructions, the Services Agreement and all attachments, to visit the site and become familiar with local laws and regulations that may affect any of Proposer's obligations under the Services Agreement, to study and carefully correlate Proposer's observations with the Proposal Form, these instructions, the Services Agreement and Attachments, and to notify the EEIDD of all conflicts, errors or discrepancies in any of the Documents or Exhibits. Before submitting a proposal, each Proposer will be responsible to make or obtain such inspections, studies and data concerning physical conditions at or contiguous to the site, or otherwise, which may affect cost or performance and which Proposer deems necessary to determine its proposal for performing its 4

5 obligations under the Services Agreement in accordance with its terms and conditions. (c) On request in advance, the EEIDD will provide each Proposer access to the site to conduct such inspections and evaluations as the Proposer deems necessary for submission of a proposal. The submission of a proposal will constitute an incontrovertible representation by Proposer that Proposer has complied with every requirement of this Paragraph 3; that without exception, the proposal is premised upon performing all obligations required under the Contract Documents; and that the Proposal Form, these instructions and the Services Agreement and Attachments are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance. 4. Interpretations and Addenda. All questions about the meaning or intent of the Proposal Form, these instructions, the Services Agreement and Attachments are to be directed to Scott Gammel, Airport Manager, 1611 Arnold Drive, Alexandria, La Telephone Interpretations or clarifications considered necessary by the EEIDD in response to such questions will be issued by addenda mailed or delivered to all as having received an RFP package as well as being posted on the England Authority website ( Only questions answered by formal written addenda will be binding. Oral and other interpretations or clarifications will be without effect. Addenda may also be issued to modify the RFP documents as deemed advisable by the EEIDD. 5. Proposal Form. (a) (b) The Proposal Form is included with the RFP package; additional copies may be obtained. All blank spaces for Proposal prices on the Proposal Form must be completed, in ink or typewritten, in figures and words as required on the Proposal Form. Discrepancies between words and figures on the Form will be resolved by accepting the prices written in words. 6. Authority to Execute Proposal. (a) (b) (c) (d) Proposals submitted by corporations must be executed in the corporate name by the president or vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate address must be shown below the signature. Proposals submitted by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature. All names must either be clearly written and legible or typed or printed below the signature. The proposal shall contain an acknowledgment of receipt of all addenda (the numbers of which must be filled in on the Proposal Form). 5

6 (e) (f) The address and telephone number for communications regarding the proposal must be shown. The proposal must be dated as of the date that it is executed by the Proposer. 7. Submission of Proposals. (a) (b) (c) (d) Sealed proposals must be received by the EEIDD at its general office, England Industrial Airpark and Community, 1611 Arnold Drive, 2 nd Floor, Alexandria, Louisiana 71303, Attention: Purchasing Department, on or before April 23, 2013 at 2:00 p.m. Proposals shall be enclosed in an opaque sealed envelope with the title "Proposal for Harvesting and Purchase of Hay at Alexandria International Airport and include the name and address of the Proposer and all other required documentation. A checklist of required proposal documents is included in these instructions as Attachment 1. If mailed, the sealed envelope shall be enclosed in a separate envelope with the notation "Proposal for Harvesting and Purchase of Hay at Alexandria International Airport Enclosed" on its face. Express mail will be accepted if the proposal is enclosed in another envelope and addressed as indicated above. Facsimile proposals will not be accepted. 8. Modification or Withdrawal of Proposals. (a) (b) Proposals may be modified or withdrawn by an appropriate document duly executed (in the manner that a proposal must be executed) and delivered to the place where proposals are to be submitted at any time prior to the opening of proposals. If, within forty-eight (48) hours of the proposal opening, exclusive of Saturdays, Sundays, and legal holidays, any Proposer who files a duly signed, and sworn written notice with the EEIDD to the satisfaction of the EEIDD that there was a patently obvious mechanical, clerical or mathematical error in its Proposal, that Proposer may withdraw its Proposal; however, the Proposer will be disqualified from future submission of proposals on this Services Agreement for this fiscal year. 9. Proposals to Remain Subject to Acceptance. All proposals will remain subject to acceptance for forty-five (45) days after the day of the proposal opening, but the EEIDD may, in its sole discretion, release any proposal prior to that date. 10. Award of Services Contract. (a) The EEIDD reserves the right to reject the proposal of any Proposer if, in its sole discretion, it believes it is not in its best interest to make an award to that Proposer, whether because the EEIDD, in its sole discretion, considers the proposal not responsive or the EEIDD, in its sole discretion, determines 6

7 that the Proposer is unqualified or of doubtful financial ability or that the Proposer has failed to meet any other pertinent standard or criteria established by the EEIDD. In evaluating proposals, the EEIDD will consider the qualifications of the Proposer, whether the proposals comply with the prescribed requirements, and such comments, alternates, unit prices and other data as may be requested in the Proposal Form or prior to the Notice of Award. (b) (c) (d) The EEIDD may conduct such investigations as it deems necessary to assist in the evaluation of any proposal and to establish the responsibility, qualifications and financial ability of Proposer to perform under the Services Agreement. When the EEIDD announces the Notice of Award to the successful Proposer, it will be accompanied by the required number of unsigned counterparts of the Services Agreement, as well as all other necessary attachments. A sample copy of the Notice of Award is included in these instructions as Attachment 2. Extensions of time when proposals shall remain open beyond the thirty (30) day period may be made only by mutual agreement between the EEIDD and any or all Proposers. 11. Ethics. All proposals and leases shall be subject to the codes, provisions and interpretations of the Louisiana Ethics Law, Louisiana Revised Statutes Title 42 Chapter 15. 7

8 Attachment 1 RFP CHECK LIST The following items are required to be returned to the EEIDD: Proposal Form Copy of a Certificate of Insurance or comparable reflecting the Proposer has or will obtain the Insurance Coverage as required by Exhibit D of the Services Agreement. Proposer Qualification Form 8

9 Attachment 2 NOTICE OF AWARD TO: ADDRESS: DATED: 2013 PROJECT: ENGLAND ECONOMIC AND INDUSTRIAL DEVELOPMENT DISTRICT ALEXANDRIA, LOUISIANA Harvesting and Purchase of Hay at Alexandria International Airport located on England Airpark Property You are notified that your Proposal dated, 2013 for the above work has been considered. You are the apparent successful Proposer and have been awarded a contract for the aforementioned services. Three (3) copies of the proposed Services Agreement accompany this Notice of Award. You must deliver within 15 days of the date of this Notice of Award, which is by, 2013, the executed Services Agreement the required Certificates of Insurance (if not already provided) and the first required installment payment as reflected in Exhibit C, Payment Schedule. (Certificates must name the England Economic and Industrial Development District as an Additional Insured on all liability policies except Workers Compensation and provide a Waiver of Subrogation endorsement on each certificate, as their interest may be.) Kate Wells Purchasing Department 9

10 AGREEMENT TO HARVEST AND PURCHASE HAY THIS AGREEMENT IS ENTERED INTO BY AND BETWEEN: The ENGLAND ECONOMIC AND INDUSTRIAL DEVELOPMENT DISTRICT a political subdivision of the State of Louisiana, with its mailing address of 1611 Arnold Drive, Alexandria, Louisiana, (hereinafter sometimes referred to as EEIDD or Seller ); and (hereafter referred to as Buyer ); WHEREAS, Seller is a political subdivision of the State of Louisiana, and is the owner of certain real property annexed hereto (the Property) upon which will be grown grasses of a certain quality and variety harvestable as hay (the Crop); and WHEREAS, Buyer has submitted the highest dollar proposal in accordance with the terms and conditions of a Request for Proposals as advertised by Seller for the harvesting and purchase of the Crop; NOW THEREFORE, Seller hereby sells to Buyer and Buyer hereby purchases from Seller all of the Crop to be grown and produced on the Property during the five (5) year period as per the term of agreement noted below, in accordance with the following terms and conditions. 1. Term of Agreement. Unless terminated, this Agreement shall commence on, 2013 and shall terminate on December 31, Purchase Price. The purchase price for the Crop is $ or $ per acre based upon an agreed upon acreage of approximately 560 acres payable in the manner set forth in Exhibit A attached hereto. Payment shall me made in accordance with Exhibit C. 3. Seller s Right to Reduce Acreage. The parties herein acknowledge that Seller is also in the business of operating an airport and that the Property upon which the Crop will be grown is in close proximity to Seller s airfield. From time to time it may become necessary for Seller to utilize portions of the Property for its airfield operations. Accordingly, Seller shall have the right during the term of this Agreement, in its sole and absolute discretion, to remove portions of the Property subject to this Agreement and thereby destroy portions of the Crop provided, however, that in the event any portion of the Property is removed from the scope of this Agreement, Buyer shall be entitled to a prorata deduction or credit of the purchase price paid calculated by multiplying the per acre price by the fraction of the year remaining, by the actual number of acres or fractions thereof that Seller removes from the scope of this Agreement. Prior to exercising its right to remove property from the scope of this Agreement, Seller shall first notify Buyer and joint inspection shall be conducted for the purpose of determining the actual acreage to be removed from the scope of this Agreement. 4. Buyer to Harvest and Remove. Buyer shall harvest the Crop in a good and workmanlike manner and provide at his expense all labor, equipment, and supplies 10

11 necessary for the Crop s proper harvesting and removal. In addition, Buyer shall strictly comply with the Hay Harvesting Instructions attached as Exhibit B. 5. Entry upon Property. Buyer is hereby granted the limited and restricted right to enter the Property at any one or more times for the sole purpose of inspecting, harvesting and removing the Crop in a manner least intrusive to Seller s operations. Buyer may only enter the Property through entry or access points designated by Seller. 6. Disposition of Waste. In harvesting and removing the Crop from Seller s premises, Buyer shall not leave any refuse or waste on the Property and shall ensure that all such items are removed from the premises. 7. Restrictions of Use of Hazardous Substances. Buyer represents and agrees that it shall not, at any time during the term of this Agreement or any renewals thereof use, store, treat transport, manufacture, handle or produce any hazardous substances as defined below on the Property without first obtaining all necessary governmental approvals and permits and thereafter complying with the terms thereof, as well as with the provisions of all laws, regulations and policies pertaining thereto which are now or hereafter in effect. In addition, Buyer shall not use or occupy the Property or suffer the use or occupancy of the Property in violation of any environmental as defined below. Buyer shall not dispose of or allow the disposal of any hazardous substance on the Property, or operate a hazardous waste treatment, storage or disposal facility or site. Buyer shall not permit, create or suffer the existence of any condition which could subject Seller or Buyer to a remedial, removal or clean-up action, as those terms may be defined in any environmental law. The term hazardous substance shall mean any substance deemed hazardous under any of the following statutes or any other statutes or regulations of any governmental authority: The Comprehensive Environmental Response, Compensation and Liability Act, 42 USC 9601 et.seq.; The Resource Conservation and Recovery Act, 42 USC 6901 et.seq.; The Hazardous Material Transportation Material Act, 49 USC 1801 et.seq.; and the Toxic Substance Control Act, 15 USC 2601 et.seq. The term environmental law shall mean any federal, state, parish, municipal, EEIDD or local law or regulation which governs or relates to the environment, land use, zoning, public health, chemical use, public safety, sanitation, water, air, fish, wildlife and natural resources. 8. Relationship of Parties. This Agreement is a contract of sale between Buyer and Seller for the purpose herein provided, and does not create any other relationship between the parties, including, without limitation, that of landlord and tenant, employer and employee, joint ventures or partners. 11

12 9. Indemnification. Buyer shall indemnify, defend and hold Seller free and harmless from all claims, liability, loss, damage or expense (including attorney s fees and litigation expenses) by reason of: a. The injury or death of any person or persons, including employees of Buyer or of a contractor hired by Buyer, or the damage or destruction of any Property or properties caused by or connected with the performance of this contract by Buyer or its agents, contractors, employees, or servants. b. Any work performed on the Property or the Crop or any materials furnished to the property of the Crop at the instance or request of Buyer or its agents, contractors, employees or servants; c. The Buyer s failure to comply with any requirement imposed on it or on its performance under this contract by any authorized governmental agency or political subdivision. 10. Insurance. Buyer shall maintain, at its expense, insurance coverage of the kind, type and in the limits specified and made a part hereof as Exhibit D. The insurance specified in Exhibit D shall be the minimum insurance required of Buyer by England Authority. Buyer shall be responsible for providing any additional insurance necessary to protect Buyer s and England Authority s interest and provide for Buyer s performance hereunder, particularly under Paragraph 9. Buyer shall furnish England Authority with certificates of insurance evidencing the required coverage, and shall also furnish, upon request, copies of the insurance policies in effect. England Authority shall be designated on the Certificates as a party to receive notice of Cancellation of any policy providing coverage hereunder. Buyer warrants that the insurance provided shall meet or exceed the requirements of Exhibit D as they relate to the services being performed by Buyer. 11. Notices. Except as otherwise herein provided, all notices or other communications required or permitted hereunder shall be in writing and delivered personally or mailed by certified mail, postage per-paid, if to Buyer, addressed to its principal place of business: or if to Seller addressed to: 1611 Arnold Drive, Alexandria, LA Either party may change his or its address for the purpose of this section by giving written notice to the other party in the manner provided above. 12. Binding Effect. This Agreement is binding upon and shall ensure to the benefit of both parties and their respective heirs, legal representatives, successors and assigns. 13. Non-Waiver. No delay or failure by either party to exercise any right hereunder, and no partial or single exercise of such right, shall constitute a waiver of that or any other right, unless otherwise expressly provided herein. 14. Governing Law. This contract shall be construed in accordance with and governed by the laws of the State of Louisiana. 12

13 15. Counterparts. This Agreement may be executed in two or more counterparts, each of which shall be deemed an original but all of which together shall constitute one in the same instrument. 16. Termination of Agreement. England Authority shall at all times have the absolute right to cancel this Agreement, in whole or in part, for any reason. Upon notice of cancellation, Contractor shall cease performance of any services hereunder except as may be necessary to effect the cancellation. Contractor shall take any action necessary for cancellation of any services as may be reasonably directed by England Authority. Upon cancellation, the obligations of England Authority and Contractor to one another shall cease, except for such obligations which, by their nature, or by Agreement, survive completion of any services hereunder. If only a portion of the service is canceled by England Authority, Contractor shall continue to perform all other services not canceled, and as to the portions of the services not canceled, the Agreement shall remain in full force and effect. England Authority shall give Contractor fifteen (15) days written notice of intent to terminate. Contractor may terminate this Agreement for cause by giving fifteen (15) days written notice of intent to terminate and stating the cause therein. THUS DONE AND SIGNED this day of, 2013 at Alexandria, Rapides Parish, Louisiana. ENGLAND ECONOMIC AND INDUSTRIAL DEVELOPMENT DISTRICT, SELLER By: Jon W. Grafton, Executive Director BUYER By: 13

14 Exhibit A 14

15 Exhibit B 1. All areas to be cut and harvested are designated on Exhibit A. 2. Hay shall not be sold or picked up on the airfield by anyone other than the buyer. The harvesting operation shall at all times be conducted so it does not interfere with the airfield operations or constitute a hazard to the operation of aircraft at any time. 3. Buyer shall not cut any closer than 400 feet to any runway and no closer than 200 feet to any taxiway. At no time shall hay bales or any equipment be left closer than 500 feet to any runway and no closer than 300 feet to any taxiway. Hay bales will be removed within five (5) days of baling. 4. The grass height will not exceed 36 inches, and the cut height will not be less than what will cause damage to crop regrowth. The buyer will mow up to the edge of all ditches and embankments in the contract area. Areas C, D, I, E, K, O and N designated in Exhibit A will be cut every days. 5. Buyer shall furnish all equipment and labor necessary to perform work under this contract. Mechanically powered equipment and motorized vehicles will be equipped with necessary devices to preclude interference with voice communications or navigation equipment in use on ground or on board aircraft. Any equipment not in use by the buyer will be parked in and area designated by airport management. In the event of an emergency alert at Alexandria International Airport, all equipment will be removed immediately to the specified parking area. The Firing-In-Butt Facility located at the intersection of Taxiway E, F, & G may be temporarily used for storage of hay or equipment if not being utilized by the airport. 6. All vehicles and equipment shall be equipped with amber flashing lights. The lights will be furnished by the buyer. 7. All bales will be removed from the Airport property within five (5) days after baling (no exceptions). All spoiled, cut or raked hay, which is not baled, will be removed by buyer from the airfield ground no later than ten (10) days after cutting. 8. Buyer shall check with Airfield Maintenance Supervisor on Monday of every other week. Buyer will only use outer perimeter road located at the north end of the airfield and at no time cross or transgress on the runways, taxiways, or any safety areas in association with the airport. 9. All vehicle/equipment operators shall receive airfield driving and communication training from Airport Management regarding procedures for operating privately owned vehicles on the airfield. Only those personnel documented as having received the Airfield Driving Training will be authorized to operate vehicles/machinery on the airfield. Buyer will provide signage for side doors of vehicles displaying words HAYCUTTER in 6 or more black letter on white background. Signs will be displayed on all vehicles entering airfield premises. 15

16 10. Buyer shall supply airport management a list of all personnel that will be working on the airfield, to include: driver s license number, address, vehicle make and license number. 11. Buyer shall cooperate as needed in erosion control, noxious weed control, bird aircraft strike hazard (BASH) control, protection of the environment, and soil quality maintenance efforts. Such cooperation shall include; employing cutting practices which help prevent erosion; relocating equipment and activities as required by airport employees performing land maintenance and improvement task; employing practices as directed to counter excessive bird populations; prevent dumping of chemicals, oils, or refuse on airport property; and reporting potential soil quality problems to airport management. 12. Any damage to the airfield caused by hay cutting operations shall be reported to the Airfield Maintenance Supervisor and corrected by the buyer. 13. No hunting or discharge of firearms is permitted on the airfield at any time. 14. Buyer has use of the property for hay cutting purposes only and shall not enter property except to cut, haul, bale or check land conditions. 15. If buyer does not follow the hay harvesting instructions, the airport reserves the right to cut areas in violation with no compensation to the buyer. 16

17 Exhibit C PAYMENT SCHEDULE Buyer shall pay to the England Authority for the Crop Purchased under this Agreement an annual fee of, said fee shall be paid in TWO equal installments. The first installment shall be due on January 1 of each year. The second installment shall be due 90 days thereafter. 17

18 Exhibit D INSURANCE REQUIREMENTS Contractor shall purchase and maintain during the contract period, such insurance as will protect the Contractor from claims set forth below which may arise out of or result from the Contractor's operations under the Services Agreement and for which the Contractor may be legally liable, whether such operations be by the Contractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: (a) claims for damages because of bodily injury, occupational sickness or disease, or death of the Contractor's employees; (b) claims for damages because of bodily injury or death of any person other than the Contractor's employees; (c) claims for damages insured by usual personal injury liability coverage which are sustained by a person as a result of an offense directly or indirectly related to employment of such person by the Contractor, or by another person; (d) claims for damages because of injury to or destruction of tangible property, including loss of use resulting there from; (e) claims for damages because of bodily injury, death of a person or property with a limit of liability of not less than those stated below. Before commencing the Work, Contractor shall furnish a Certificate of Insurance, acceptable to Owner, confirming the following minimum coverages: (i) Comprehensive General Liability insurance, including coverage for Products/Completed Operations and Contractual Liability: $1,000, each occurrence on bodily injury and property damage; (no aggregate) or $1,000, each occurrence / $2,000, Aggregate on bodily injury and property damage. (ii) Automobile insurance: a combined single limit of $1,000,000 per occurrence for bodily injury and property damage unless otherwise indicated. This insurance shall include for bodily injury and property damage the following coverages: a) Owned automobiles; b) Hired automobiles; c) Non-owned automobiles; and/or Any automobiles. It shall be the sole responsibility of the General Contractor to confirm that all subcontractors and suppliers on the project carry all insurance required. England Economic and Industrial Development District shall be named as an additional insured for all liability policies. All policies of the contractor shall be endorsed to waive subrogation against the England Economic and Industrial Development District. Insurance is to be placed with insurers with an A. M. Best s rating of no less than A-: VI. These requirements shall not be construed, and are not intended, to limit obligation of indemnity and defense of the Owner, but merely constitute a minimum insurance requirement, which must be provided to secure such obligations. The owner, England Economic and Industrial Development District, Alexandria, Louisiana shall be recognized as the Statutory employer of all employees of the contractor and the subcontractors performing work on behalf of the contractor. 18

19 Exhibit E THE ENGLAND AUTHORITY CONTRACTOR QUALIFICATIONS FORM Name: Title: Company Name: Address: City: State: ZIP: Telephone: ( ) FAX: ( ) Employer I.D. # Business Structure: Sole Proprietor: Partnership: Corporation: Year Business Started: Number of Employees: Annual Sales: $ Is the company a minority firm? ; A women's business enterprise? ; A small business? If a minority firm, Category? Describe Products/Services: List Three Business References: Name: Title: Company Name: Address: City: State: ZIP: Telephone: ( ) FAX: ( ) Name: Title: Company Name: Address: City: State: ZIP: Telephone: ( ) FAX: ( ) 19

20 Name: Title: Company Name: Address: City: State: ZIP: Telephone: ( ) FAX: ( ) List one banking reference: Name: Title: Company Name: Address: City: State: ZIP: Telephone: ( ) FAX: ( ) Does your business have Worker Compensation Insurance? Amount: $ Does your business have liability insurance? Amount: $ Are your employees bonded? Do they possess all required licenses, professional certifications, etc. required to perform their duties? Has your business ever provided services to the England Authority? I certify that all information furnished on this form is true and correct. Signature DATE: Return completed form to: The England Economic and Industrial Development District Attn: Purchasing Department 1611 Arnold Drive Alexandria, La

21 Exhibit F CONTRACTOR EQUIPMENT LIST FORM TRACTOR MODEL H.P. YEAR MODEL BAILER MODEL ROUND/SQUARE YEAR MODEL TRANSPORT TRUCK MODEL YEAR MODEL TRANSPORT TRAILER LENGTH YEAR MODEL 21

22 Proposal Form In submitting this proposal, Contractor represents, as more fully set forth in the Contract Documents, that: A. Contractor has examined copies of all the RFP Documents and of the following Addenda (receipt of all which is hereby acknowledged): DATE ADDENDA NUMBER B. Proposal Price received from Buyer on this Proposal Form shall be the total annual lump sum price per acre: This Total Proposal Price per Acre shall be: $ (Amount in numbers) (Amount in words) Proposal Price shall remain in effect for: 5 Years CONTRACTOR S NAME Submitted on, 2013 Respectfully submitted: CONTRACTOR SIGNATURE TYPED OR PRINTED NAME/TITLE ADDRESS TELEPHONE NUMBER FAX NUMBER 22

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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS 1.1 Terms used in these Instructions to Bidders which are defined in the Contract Documents (see sample Agreement) have the meanings assigned to them therein. The

More information

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B Sealed bids will be received by the Gratiot Community Airport at the City of Alma municipal office at 525 East Superior Street, P.O.

More information

Demolition of Water Ground Storage Tanks

Demolition of Water Ground Storage Tanks Demolition of Water Ground Storage Tanks BID DOCUMENTS October 2014 Table of Contents DIVISION 00 BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT 00020 INVITATION TO BID 00100 INSTRUCTIONS

More information

RICE UNIVERSITY SHORT FORM CONTRACT

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

More information

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

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

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

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

More information

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed INVITATION TO BID Sealed bids will be received by the Kent County Road Commission, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Thursday, November 29, 2018, 8:30 AM deadline, at which time

More information

DRY SWEEPING SERVICES AGREEMENT

DRY SWEEPING SERVICES AGREEMENT DRY SWEEPING SERVICES AGREEMENT This DRY SWEEPING SERVICES AGREEMENT (this Agreement ) is made and entered into this day of, 200_ (the Effective Date ), by and between STANDARD PARKING CORPORATION, a Delaware

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

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

Lease Agreement Between ANNE ARUNDEL COUNTY, MARYLAND and. Dated TABLE OF CONTENTS. Paragraph

Lease Agreement Between ANNE ARUNDEL COUNTY, MARYLAND and. Dated TABLE OF CONTENTS. Paragraph Lease Agreement Between ANNE ARUNDEL COUNTY, MARYLAND and Dated TABLE OF CONTENTS Paragraph 1. Premises 2. Term 3. Rent 4. Assignment 5. Use of Leased Property 6. Permits 7. Tenant Improvements 8. Taxes

More information

CONSULTANT SERVICES AGREEMENT (Hazardous Material Assessment/ Abatement Consulting Services)

CONSULTANT SERVICES AGREEMENT (Hazardous Material Assessment/ Abatement Consulting Services) CONSULTANT SERVICES AGREEMENT (Hazardous Material Assessment/ Abatement Consulting Services) This AGREEMENT is made and entered into this day of in the year 20 ( EFFECTIVE DATE ), between the Los Alamitos

More 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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations

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

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 ADVERTISEMENT FOR BIDS Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 3:00 PM (EDST) on February 12,

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

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

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

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

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

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

More information

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

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

Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES)

Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES) Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES) This CONTRACT, made this day of August 2014, by and among Crussin Explorer Transportation Inc. d.b.a. Cline Tours, Inc. (the Contractor.) and The City

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,

More information

AGREEMENT TO ESTABLISH. THIS AGREEMENT, made and entered into this day of, 200_. between, an Ohio Corporation, (hereinafter referred to as Owner ),

AGREEMENT TO ESTABLISH. THIS AGREEMENT, made and entered into this day of, 200_. between, an Ohio Corporation, (hereinafter referred to as Owner ), AGREEMENT TO ESTABLISH STREAM MITIGATION BANK THIS AGREEMENT, made and entered into this day of, 200_ between, an Ohio Corporation, (hereinafter referred to as Owner ),, and Water Resources Improvement

More information

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

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

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINED TERMS SECTION 00200 INSTRUCTIONS TO BIDDERS 1.01 TERMS USED IN THESE INSTRUCTIONS TO BIDDERS WILL HAVE THE MEANINGS INDICATED IN THE GENERAL CONDITIONS AND SUPPLEMENTARY CONDITIONS. ADDITIONAL

More information

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION Notice is hereby given that the City of Highwood is seeking bids for Roadway Snow Removal and

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

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

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

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

HARLAN MUNICIPAL UTILITIES

HARLAN MUNICIPAL UTILITIES HARLAN MUNICIPAL UTILITIES 2017-2018 CONVERSION PROJECT METER CONVERSION CONTRACT CONTRACT DOCUMENTS, SPECIFICATIONS, AND DRAWINGS ISSUED FOR BIDDING 07/26/2018 HARLAN MUNICIPAL UTILITIES 2017-2018 Conversion

More information

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

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

More information

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: 1285-44202 HIGH POWER LINE REPAIR SERVICES Jacksonville Aviation Authority Procurement Department 14201 Pecan Park Road, 2 nd Floor Jacksonville,

More information

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS For Real Estate Brokerage Services for the Global Center for Health Innovation FIRSTMERIT CONVENTION

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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL RFP #14-03 Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM

More information

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

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

More information

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

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed

More information

Black Hawk County Engineer

Black Hawk County Engineer Black Hawk County Engineer 316 E. 5 th Street Room 211 Waterloo, Iowa 50703 Phone: 319-833-3008 Fax: 319-833-3139 Email: engineer@co.black-hawk.ia.us Website: www.co.black-hawk.ia.us The mission of the

More information

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS The City of Levelland is seeking proposals to install two playgrounds in the Levelland Park System. Sealed proposals clearly marked on the outside

More information

WHEREAS, the City and Contractor desire to enter into an Agreement whereby Contractor shall provide the following Service:

WHEREAS, the City and Contractor desire to enter into an Agreement whereby Contractor shall provide the following Service: THIS INDEPENDENT CONTRACTOR AGREEMENT (hereinafter, this "Agreement"), entered into this of, 2013, by and between the CITY OF WINSTON-SALEM, a North Carolina municipal corporation (hereinafter, the "City")

More information

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Promotional Tee Shirts, Long Sleeve Shirts, Zip Hoodies, and Pullover Hoodies RFP NUMBER: 16877 DATED: 3/15/2018 TABLE OF

More information

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

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

More information

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

THE STATE OF TEXAS Landscape Maintenance and Use Agreement COUNTY OF TARRANT

THE STATE OF TEXAS Landscape Maintenance and Use Agreement COUNTY OF TARRANT THE STATE OF TEXAS Landscape Maintenance and Use Agreement COUNTY OF TARRANT THIS LANDSCAPE MAINTENANCE AND USE AGREEMENT (hereinafter referred to as "Agreement") is made and entered into on this day of,

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder

More information

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

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

More information

Project Manual. For. Peachtree City LMIG Paving Projects for 2017

Project Manual. For. Peachtree City LMIG Paving Projects for 2017 Project Manual For Peachtree City LMIG Paving Projects for 2017 SECTION 00 01 10 TABLE OF CONTENTS 00 11 13 Invitation for Bids 00 21 13 Instructions to Bidders 00 22 13 Supplementary Instructions to Bidders

More information

Sale Agreement - Bill of Sale #4415. Newfield Exploration Co. Property / Exhibit A. Lot Number Description Location Price () Return To

Sale Agreement - Bill of Sale #4415. Newfield Exploration Co. Property / Exhibit A. Lot Number Description Location Price () Return To Seller Buyer Newfield Exploration Co Property / Exhibit A Lot Number Description Location Price () Pick up Date Return To support@networkintl.com Effective Date In witness... Seller Newfield Exploration

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

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

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

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602 http://www.asdd.com/ WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602 WHEN: 10:00 A.M., CDT, March 16, 2016 INSPECTION: REQUIREMENTS: By appointment between the hours of 9:00 A.M. and 3:00

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

TOWN OF PRESCOTT VALLEY Public Works 7501 E. Civic Cr. Prescott Valley, AZ Solicitation Number: RFP 12/13

TOWN OF PRESCOTT VALLEY Public Works 7501 E. Civic Cr. Prescott Valley, AZ Solicitation Number: RFP 12/13 2.0 TERMS AND CONDITIONS SECTION TWO TERMS AND CONDITIONS 2.1 SUBMITTAL OF PROPOSALS Five complete sets of the proposal package shall be submitted and marked Original, and shall include the name of Proposer,

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

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

AIRPORT HANGAR LICENSE AGREEMENT

AIRPORT HANGAR LICENSE AGREEMENT AIRPORT HANGAR LICENSE AGREEMENT This Hangar License Agreement ( Agreement ) is made and entered into this day of 2011, by and between the City of Cloverdale, hereinafter referred to as City and (name

More information

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

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

More information

AIA Document A101 TM 2007

AIA Document A101 TM 2007 AIA Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month

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

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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

HOUSTON BALLET FOUNDATION. Flood Mitigation Engineering Services. Request for Proposals ( RFP )

HOUSTON BALLET FOUNDATION. Flood Mitigation Engineering Services. Request for Proposals ( RFP ) HOUSTON BALLET FOUNDATION Flood Mitigation Engineering Services Request for Proposals ( RFP ) ISSUE DATE: DUE DATE: INSTRUCTIONS: May 22, 2018 5:00 p.m. on June 8, 2018 ( Submission Deadline ) Proposers

More information

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

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

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

More information

CITY OF 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

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3. REQUEST FOR PROPOSALS To Provide Armored Car Services Notice is hereby given that sealed proposals will be received at the Finance Department, until May 9, 2013 at 2:00 p.m., local time to provide Armored

More information

REQUEST FOR PROPOSALS Lease and Operate the Concession Stand at Palmer Pool

REQUEST FOR PROPOSALS Lease and Operate the Concession Stand at Palmer Pool TOWNSHIP OF PALMER NORTHAMPTON COUNTY, PA Municipal Building, 3 Weller Place, Palmer, PA 18045-1975, Tel. 610-253-7191, Fax 610-253-9957 Website: palmertwp.com REQUEST FOR PROPOSALS Lease and Operate the

More information

ALL PAGES MUST BE COMPLETE AND SUBMITTED WITH YOUR SEALED BID. PLEASE READ THE BID PACKAGE CAREFULLY.

ALL PAGES MUST BE COMPLETE AND SUBMITTED WITH YOUR SEALED BID. PLEASE READ THE BID PACKAGE CAREFULLY. February 06, 2017 TO: FROM: Suppliers David Timmons City Manager City of Port Townsend The City of Port Townsend is opening bidding for 20 Daniel Defense rifles including front/rear combo (Rock & Lock)

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

More information

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Champaign Park District: Request for Bids for Playground Surfacing Mulch May 14, 2018 Dear Potential Bidder: The Champaign Park District is requesting bids for the purchase of playground surfacing mulch (FIBAR). Enclosed is a copy of the bid information. Sealed bids shall be

More 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

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

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520) REQUEST FOR PROPOSALS Energy Performance Contracting Services INTRODUCTION The City of Coolidge will accept competitive sealed proposals for energy performance contracting services at the address or physical

More information

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES On this day of, 2017, the Board of Commissioners of the Port of New Orleans hereinafter sometimes

More information

Project Manual. For Glenloch Splash Pad And Pool Renovations

Project Manual. For Glenloch Splash Pad And Pool Renovations Project Manual For Glenloch Splash Pad And Pool Renovations SECTION 00 01 10 TABLE OF CONTENTS 00 11 13 Invitation for Bids 00 21 13 Instructions to Bidders 00 22 13 Supplementary Instructions to Bidders

More information

City of Bowie Private Property Exterior Home Repair Services

City of Bowie Private Property Exterior Home Repair Services City of Bowie Private Property Exterior Home Repair Services The City requires private property repair services for the Code Compliance Division of the Department of Community Services. Work is generated

More information

06/22/2017. acceptance by Provider. The terms of this Order also apply to any Corrective Action required by Company pursuant to Section 3 hereof.

06/22/2017. acceptance by Provider. The terms of this Order also apply to any Corrective Action required by Company pursuant to Section 3 hereof. 06/22/2017 1. Terms of Order This purchase order is an offer by the company identified on the face of this purchase order ("Company") for the procurement of the services specified (the "Services") from

More information

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE ADVERTISEMENT FOR BIDS City of Northport, Alabama Bid File Number 17-03 LAWN MAINTENANCE SERVICE Separate sealed BIDS for Lawn Maintenance/Cutting Service will be received by THE CITY OF NORTHPORT in the

More information

EDUCATION AND ADVANCED EDUCATION (PUBLIC SCHOOL DISTRICTS AND PUBLIC POST SECONDARY INSTITUTIONS) OWNER INSURED CONSTRUCTION PROJECTS

EDUCATION AND ADVANCED EDUCATION (PUBLIC SCHOOL DISTRICTS AND PUBLIC POST SECONDARY INSTITUTIONS) OWNER INSURED CONSTRUCTION PROJECTS EDUCATION AND ADVANCED EDUCATION (PUBLIC SCHOOL DISTRICTS AND PUBLIC POST SECONDARY INSTITUTIONS) OWNER INSURED CONSTRUCTION PROJECTS Indemnification and Insurance Clauses (to be included in Supplementary

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

St. George CCSD #258

St. George CCSD #258 St. George CCSD #258 ATTENTION Please read specifications for complete proposal instructions! Specifications Mowing and Lawn Services Proposals Due At: St. George CCSD #258 5200 E. Center Street Bourbonnais,

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL REQUEST FOR SEALED BID PROPOSAL OWNER: SAGINAW CHARTER TOWNSHIP PROJECT: BIOSOLIDS MANAGEMENT Bids will be received by Saginaw Charter Township at the Wastewater Treatment Plant, located at 5790 W. Michigan

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) Ladue School District hereby invites the submission of proposals for: Real Estate Broker Services The responsive Proposal will comply with all federal, state and local regulations.

More information

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid TOWN OF CENTREVILLE Queen Anne s County, Maryland Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report Invitation for Bid Documents Available: Mandatory Pre-bid Meeting: Proposal

More information

PURCHASING SPECIFICATION

PURCHASING SPECIFICATION PURCHASING SPECIFICATION Subject: REQUEST FOR HOTEL RATES TEMPORARY RELOCATION SERVICES Lead Education Awareness and Control [LEAC] Program / Request for Rates Page No: 1 of 9 Effective Date: June 4, 2012

More information

SPECIFICATIONS FOR. Straits Area Snowmobile Club Carp River Iron Bridge Mackinac County S Prepared by:

SPECIFICATIONS FOR. Straits Area Snowmobile Club Carp River Iron Bridge Mackinac County S Prepared by: SPECIFICATIONS FOR Straits Area Snowmobile Club Carp River Iron Bridge Mackinac County S211-28251 Prepared by: U.P. ENGINEERS & ARCHITECTS, INC. 2906 N. Stephenson, Suite 2 Iron Mountain, MI 49801 NANCY

More information

SMALL WORKS ROSTER APPLICATION FORM

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

More information

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

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 MISSAUKEE COUNTY PO BOX 800 LAKE CITY MI 49651 (231) 839-4967 November 30,

More information