SECOND REVISED REQUEST FOR PROPOSALS
|
|
- Imogene Jasmin Dean
- 5 years ago
- Views:
Transcription
1 SECOND REVISED REQUEST FOR PROPOSALS for REPAIR OF HAIL-DAMAGED CITY ROOFS in the CITY OF FORT MORGAN, COLORADO August 22, 2012 REVISED: August 27, 2012 SECOND REVISED: August 28, 2012 Michael Boyer Risk Management Director HUMAN RESOURCES & RISK MANAGEMENT DEPARTMENT HISTORIC CITY HALL, 110 MAIN STREET P.O. BOX 100 FORT MORGAN, COLORADO (970)
2 City of Fort Morgan REQUEST FOR PROPOSALS City of Fort Morgan Repair of Hail-Damaged Roofs The City of Fort Morgan Risk Management Department is accepting proposals for the Repair of Hail-Damaged City Roofs until 4:00 p.m. (MDT) on Thursday, September 6, 2012, at City Hall, located at 110 Main Street, Fort Morgan, Colorado If delivered, they are to be sent to 110 Main Street, Fort Morgan, CO If mailed, the address is P.O. Box 100, Fort Morgan, CO A pre-proposal meeting will be held on Thursday, August 30, 2012, at 9:00 a.m. at Historic City Hall, located at 110 Main Street in Fort Morgan. Copies of each individual roof s estimate may be obtained at the pre-proposal meeting. All questions regarding this request should be sent to Michael Boyer, Risk Management Director, in writing and can be ed to mboyer@cityoffortmorgan.com or faxed to (970) The cut-off date and time for questions is Tuesday, September 4, 2012, at 9:00 a.m. It is the responsibility of the prospective submitters to contact Michael Boyer at (970) to verify receipt of questions. A copy of the Request for Proposals and associated documentation may be obtained as follows: 1. The City website at and/or at: 2. City Hall located at 110 Main Street, Fort Morgan. (Remainder of Page Intentionally Left Blank)
3 City of Fort Morgan INSTRUCTIONS FOR PROPOSALS City of Fort Morgan Repair of Hail-Damaged Roofs I. BACKGROUND The City of Fort Morgan Risk Management Department is seeking a qualified candidate or candidates to submit proposals outlining their qualifications and abilities to repair all, or a portion of, four (4) roofs on buildings owned by the City of Fort Morgan that were damaged in the hail storm on June 7, The City has obtained the review and printed estimates of all required repairs by the City s insurance company, Colorado Intergovernmental Risk Sharing Agency (CIRSA), and is now ready to have the repair work performed. A list of the roofs to be repaired (including the estimate of repairs) is part of this RFP document. Photocopies of the written estimates are available by contacting Michael Boyer, Risk Management Director, at (970) , or by at mboyer@cityoffortmorgan.com. II. GENERAL INSTRUCTIONS All Proposals must be properly signed by an authorized representative of the company with the legal capacity to bind the company to the contractual agreement. In addition, the authorized representative s signature of the Proposal assures the company s understanding of the City s Procurement Policy. A copy of the policy is available upon request at the City Clerk s Office. Only Proposals properly received will be accepted and evaluated for the work contemplated herein. Each Proposal and applicable documentation as requested must be submitted in a sealed envelope, addressed to: Repair of Hail-Damaged City Roofs RFP Attn: Michael Boyer, Risk Mgmt. Director City of Fort Morgan If delivering the Proposal by private currier (such as FedEx, UPS, etc.), deliver to: 110 Main St., Fort Morgan, CO If the Proposal is mailed by USPS, send to: P.O. Box 100, Fort Morgan, CO The City reserves the right to reject any or all Proposals, in whole or in part, to make multiple awards or partial awards, whichever may be most advantageous to the City of Fort Morgan. Upon selection, the City will issue a Notice of Award and a contract must be completed and signed by all parties concerned within ten (10) days of issuance of Page 1 of 3 REPAIR OF HAIL-DAMAGED ROOFS
4 City of Fort Morgan INSTRUCTIONS FOR PROPOSALS City of Fort Morgan Repair of Hail-Damaged Roofs the Notice of Award. If this date is not met, the City may elect to cancel the Notice of Award (if the delay is not the fault of the City). The City reserves the right to incorporate standard contract provisions into any contract as a result of a Proposal submitted in response to the RFP. III. SCOPE OF WORK The work primarily consists of the removal and replacement of the roofs on (3) structures and the reglazing of two (2) skylights on a fourth structure. Work shall also consist of the removal of all debris from the work site(s). IV. DOCUMENTS AND ESTIMATES A list of the roofs to be repaired (including the estimate of repairs) is part of this RFP document. Photocopies of the written estimates are available by contacting Michael Boyer, Risk Management Director, at (970) , or by at mboyer@cityoffortmorgan.com. V. WORK SCHEDULE 1. Period of Performance. All work to be performed as part of this Request for Proposals, and agreed to under the attached Agreement, shall be completed no later than October 31, Invoicing: The Contractor shall perform the work and submit an invoice with the itemized costs of the work. The itemized costs shall reflect the Proposal prices submitted. Should the work involve work that was not included in the Proposal, the Contractor shall submit a proposal for the work and shall be agreed upon by the City prior to work being performed. The City will process the invoice for payment upon acceptance of the work performed. A. Required Qualifications: All prospective contractors must: V. SUBMITTAL REQUIREMENTS 1. Be properly licensed and/or registered to do business in the State of Colorado and in the City of Fort Morgan for the repair services being performed. Page 2 of 3 REPAIR OF HAIL-DAMAGED ROOFS
5 City of Fort Morgan INSTRUCTIONS FOR PROPOSALS City of Fort Morgan Repair of Hail-Damaged Roofs 2. Provide proof of the contractor s current contractor s liability insurance (see Instructions below). 3. Obtain the necessary permits to conduct the work. B. Proposal Format: Prospective contractors shall submit the following: 1. Cover letter that includes the Contractor s name, business name (if applicable) and business address. 2. Statement of qualifications that includes a description of your capabilities to repair one, some, or all of the three (3) damaged roofs; and the reglazing of one or both of the two (2) damaged skylights. 3. Proof of the contractor s current contractor s liability insurance. 4. An estimate of when repair of the roof(s) can begin and a timeline as to when the work for each accepted roof will be completed and if all repairs can be completed by the requested deadline of October 31, If you have not completed roof repair work for the City of Fort Morgan in the past two (2) years, submit at least two (2) references. 6. Information on the prospective contractor s warranty as to the quality of work performed and how long the warranty is on the roof materials. (Remainder of Page Intentionally Left Blank) Page 3 of 3 REPAIR OF HAIL-DAMAGED ROOFS
6 CITY OF FORT MORGAN 2012 REQUEST FOR PROPOSALS LOCATION ROOF TYPE SQ. FOOTAGE SPECIAL NOTES REPAIR ESTIMATE Swimming Pool Guard House Skylights 1700 N. Main Street Swimming Pool Shelter 1700 N. Main Street Swimming Pool Shelter 1700 N. Main Street Swimming Pool Gazebo 1700 N. Main Street LIST OF HAIL-DAMAGED ROOFS Metal Roofing 6-10 SF each Reglaze 2 Skylights $356 Metal Roofing - Premium Metal Roofing - Premium Metal Roofing - Premium 1,025 Steep Pitch $3,685 1,025 Steep Pitch $3, Steep Pitch $5,897 TOTAL ESTIMATED DAMAGES: $13,622
7 AGREEMENT THIS AGREEMENT, made this day of, 2012, by and between the City of Fort Morgan (hereinafter called Owner ), and Company doing business as (an individual) or (a partnership), or (a corporation) (hereinafter called Contractor ). WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned: 1. The Contractor will commence and complete the 2012 Repair of Hail-Damaged Roof(s) (the Project ). 2. The Contractor will furnish all of the materials, supplies, tools, equipment, labor, and other services necessary for the construction and completion of the Project described herein, unless specified otherwise. 3. The Contractor will commence the Work required by the Contract Documents (listed below) on the date(s) set between the Owner and the Contractor. 4. The Contractor agrees to perform all of the Work described in the Contract Documents and comply with the terms therein for the cost of $ as outlined in the Scope of Work and Written Estimate. The exact amount of work to be completed is determined by the amount of funds the City Council appropriates each year. 5. The Contractor agrees to complete and submit to Owner all necessary or relevant Contract Documents provided and to comply with the terms therein. 6. The Contractor and Owner agree that failure of either party to insist on strict performance by the other party shall not constitute a waiver of any provision in the Contract Documents, waiver of any other default or a continuing waiver of the provisions in question. 7. The Contractor hereby agrees that time is of the essence and that the Contractor s Proposal was accepted, and agrees to complete the work set forth in the Agreement on or before October 31, The term Contract Documents means and includes the following: A. Request for Proposals B. Instructions for Proposals C. Certificate of Contractor s Liability Insurance D. Agreement and Illegal Alien Addendum D. Any Addenda 9. The Contractor hereby agrees that he or she has previously disclosed to Owner anyone among their team, any business entity or individual who is, or who is associated with, or is in any way likely to create a conflict of interest or a perception of conflict of interest and acknowledges that he or she has a continuing obligation to disclose any newly discovered or future conflict of interest. 10. The Contractor is aware of and fully informed of its obligations under Executive Order and Title 41 of the Code of Federal Regulations, Part 60. Where applicable, Contactor shall 1 AGREEMENT 2012 REPAIR OF HAIL-DAMAGED CITY ROOFS
8 comply with the requirements of that Order, 41 CFR, Part 60, and all orders, rules and regulations promulgated there-under exempt there-from. 11. Termination. Should the Contractor neglect to prosecute the work properly, or fail to perform any provision of the Agreement, the City, after seven (7) days from written notice to the Contractor, may without prejudice to any other remedy they may have, make good the deficiencies and deduct the cost thereof from the payment then or thereafter due to the Contractor. 12. Performance Behavior. Contractor shall employ staff that is courteous, helpful and considerate to provide services under this Agreement. Contractor's employees shall not use improper language, or act in any inappropriate or improper manner as determined by the City. Contractor shall reassign any employee after notification by the City that such employee has engaged in unacceptable behavior. 13. Independent Contractor. Contractor must be and remain an independent Contractor with respect to all services performed under the Agreement. Contractor accepts full and exclusive liability for the payment of any and all contributions of taxes for social security, worker's compensation insurance, Medicare, unemployment insurance, or old age retirement benefits, pensions or annuities, now or hereafter imposed under any state or federal law, salaries or other remuneration paid to persons hired, including deposits of income tax withholding amount due, and it agrees to indemnify and save harmless the City from any claims for contributions, taxes or liability thereof. 14. Indemnification. The Contractor shall defend, indemnify and hold harmless the City and its respective officers, agents and employees, from and against all damages, claims, losses, demands, suits, judgments and costs, including reasonable attorneys' fees and expenses, arising out of or resulting from the performance of the work. The Contractor further agrees to hold harmless and indemnify the City for any liability that arises under this agreement or as a result of the actions or omissions of the Contractor s employees. 15. Additional Insured. The Contractor warrants and guarantees that it shall maintain adequate insurance with minimum limits of $1,000,000.00, for activities undertaken pursuant to this Agreement, and includes the City as an additional insured on the policy. 16. Coordination and Control. All work shall be performed as identified in the Contract Documents. 17. Changes. The City reserves the right to revise the "Scope of Work" and to make other changes as deemed necessary to best serve the needs of the City. However, no amendment or variation of the terms and conditions of this Agreement shall be valid unless the same is in writing, and agreed to and signed by the parties hereto. 18. Compliance. If a formal and written complaint is registered with the Contractor in respect to unsatisfactory work performance, the Contractor shall have 72 hours to respond in person to the complaint, to remedy the problem(s). Failure to respond in the prescribed time to the complaint or to remedy the problem may result in termination of the Agreement. 2 AGREEMENT 2012 REPAIR OF HAIL-DAMAGED CITY ROOFS
9 19. Satisfaction of Remediation. If the Contract Administrator is not satisfied with the results and remediation of the complaint, periodic and joint inspections with the Contractor may be required to discuss and point out Administrator s complaints. Failure of the Contractor to attend such inspection may result in termination of this Agreement. 20. Choice of Law. This Agreement shall be governed by and construed under the laws of the State of Colorado. Any action brought to enforce this Agreement shall be brought in the state courts of Colorado with venue in Morgan County. 21. Binding Agreement. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, succors, and assigns. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in two copies each of which shall be deemed an original on the date first above written. City of Fort Morgan: Terry McAlister, Mayor Contractor John Brennan, City Clerk Attest (SEAL) (SEAL) 3 AGREEMENT 2012 REPAIR OF HAIL-DAMAGED CITY ROOFS
10 ILLEGAL ALIEN ADDENDUM This Illegal Alien Addendum (the Addendum ) is made to the Agreement by and between the City of Fort Morgan, a municipal corporation of the State of Colorado (the City ) and, ( Contractor ) dated (the Agreement ). This Addendum is attached to and made a part of the Agreement. Pursuant to sections , et seq., C.R.S., definitions in which are hereby incorporated: I. Contractor certifies that, at the time of executing this Addendum, Contractor does not knowingly employ or contract with an illegal alien who will perform work under the Agreement and that Contractor will participate in the E-Verify Program or the Department Program in order to confirm the employment eligibility of all employees who are newly hired for employment to perform work under the Agreement. 2. Contractor hereby agrees that it shall not: A) Knowingly employ or contract with an illegal alien to perform work under the Agreement; or B) Enter into a contract with a subcontractor that fails to certify to Licensor that the subcontractor shall not knowingly employee or contract with an illegal alien to perform work under the Agreement. 3. Contractor has confirmed the employment eligibility of all employees who are newly hired for employment to perform work under the Agreement through participation in either the E- Verify Program or the Department Program. 4. Contractor is prohibited from using the E-Verify Program procedures to undertake pre-employment screening of job applicants while the Agreement is being performed. 5. If Contractor obtains actual knowledge that a subcontractor performing work under the Agreement knowingly employs or contracts with an illegal alien, Contractor is required to: A) Notify subcontractor and the City within three days that Contractor has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and B) Terminate the subcontract with the subcontractor if within three days of receiving the notice required in Section (5)(A) above the subcontractor does not stop employing or contracting with the illegal alien; except that Contractor shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. 6. Contractor is required to comply with any reasonable request that the Department of Labor and Employment makes in the course of an investigation that the Department of Labor and Employment is undertaking pursuant to section (5), C.R.S. 1 AGREEEMNT ILLEGAL ALIEN ADDENDUM
11 IN WITNESS WHEREOF, Contractor has executed this Addendum on the date first above written. By the signature of its representative below, Contractor affirms that it has taken all necessary action to authorize said representative to execute this Addendum. CONTRACTOR By: Its: Date: 2 AGREEEMNT ILLEGAL ALIEN ADDENDUM
CONTRACT DOCUMENTS SPECIFICATIONS. For. Historic City Hall Storm Windows. For the CITY OF FORT MORGAN, COLORADO. October 12, 2011
CONTRACT DOCUMENTS & SPECIFICATIONS For For the CITY OF FORT MORGAN, COLORADO October 12, 2011 Historic City Hall John Brennan, City Clerk/Public Information Officer CITY OF FORT MORGAN P.O. BOX 100 FORT
More informationSOLICITATION. For. 2015/2016 WEED and SNOW REMOVAL SERVICES CITY OF FORT MORGAN, COLORADO. May 18, Jared R. Crone Lieutenant, Police Department
SOLICITATION For 2015/2016 WEED and SNOW REMOVAL SERVICES in CITY OF FORT MORGAN, COLORADO May 18, 2015 Jared R. Crone Lieutenant, Police Department POLICE DEPARTMENT P.O. BOX 100 FORT MORGAN, COLORADO
More informationINDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT
INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 20 1 4, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal
More informationCITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660
CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile
More informationAGREEMENT REGARDING PROVISION OF PROFESSIONAL SERVICES
AGREEMENT REGARDING PROVISION OF PROFESSIONAL SERVICES This Agreement Regarding Provision of Professional Services (the "Agreement") dated as of «Date of Contract», is between «Name of Contractor» ("Contractor")
More informationREQUEST FOR PROPOSALS TELEPHONE SYSTEM
REQUEST FOR PROPOSALS TELEPHONE SYSTEM 360 Main St. Delta, Colorado 81416 Phone (970) 874-7903 Fax (970) 874-6931 www.cityofdelta.net Issue Date: November 30, 2018 Contact: Glen L. Black Submission Deadline:
More informationPERFORMER/GUEST SPEAKER/GUEST ARTIST AGREEMENT
PERFORMER/GUEST SPEAKER/GUEST ARTIST AGREEMENT This agreement is made and entered into this day of,, by and between the Parties named below. As used herein, Contractor means Performer/Guest Speaker/Guest
More informationREQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO
REQUEST FOR PROPOSAL For 21c Roof Replacement PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO PPLD RFP # 490-18-05 The Pikes Peak Library District (PPLD) invites qualified Roofing Contractors (The Company
More informationREQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )
REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO (PPLD RFP #490-16-01) Pikes Peak Library District ( PPLD ) invites qualified
More informationDEPARTMENT OF LABOR FIDUCIARY RULE AGREEMENT
Fixed Annuity Administrative Address: P.O. Box 5420, Cincinnati, Ohio 45201-5420 Phone 800-438-3398 x 13763 Insurance Agency: Financial Institution: Insurance Company: Annuity Investors Life Insurance
More informationCITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance
CITY OF MOBILE REQUEST FOR QUOTES April 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Locations: Project Number: Service Contract - Escalator Inspections
More informationINVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.
INVITATION TO BID Notice to Bidders: Bids will be received by the Port of Shelton, 21 W Sanderson Way, Shelton, WA 98584 for the following work order: Work Order: Enter # and Name Here Pre-Bid Showing:
More informationREQUEST FOR 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 informationCity of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services
City of Portsmouth Portsmouth, New Hampshire Department of Public Works Plumbing and Heating Repair Services INVITATION TO BID Sealed bid proposals, plainly marked, (Plumbing and heating Repair Services
More informationSUBCONTRACT. by and between. to perform the Work identified in Article 2 in accordance with the Projects Contract documents.
Phone 800 555-5555 Fax 999 555-5551 TO: 4320 Eucalyptus Way Santa Rosa CA 95401 SUBCONTRACT PROJECT: 186 Williams Post Office 19420 Williams Rd. Monte Rio CA 95462 This agreement entered into this day
More informationWATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA
General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the
More informationREGIONAL ROAD CONCURRENCY AGREEMENT CONSTRUCTION OF IMPROVEMENTS
Return recorded document to: Planning and Redevelopment Division 1 North University Drive, Suite 102A Plantation, Florida 33324 Document prepared by: NOTICE: PURCHASERS, GRANTEES, HEIRS, SUCCESSORS AND
More informationPUBLIC ARTWORK SERVICES AGREEMENT
PUBLIC ARTWORK SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 20, by and between the City of Boulder, a Colorado home-rule city (the City ), and ( the Artist ). A. The City of Boulder
More informationSMALL CONTRACT FOR SERVICES OR GOODS Boulder Housing Partners
SMALL CONTRACT FOR SERVICES OR GOODS Boulder Housing Partners THIS CONTRACT made and entered into this day of, by and between the Housing Authority of the City of Boulder, dba Boulder Housing Partners,
More informationAGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.
AGENDA ITEM 1 H Consent Item MEMORANDUM DATE: May 4, 2017 TO: FROM: SUBJECT: El Dorado County Transit Authority Mindy Jackson, Executive Director Award Construction Contract for Capital Improvement Plan
More informationREQUEST 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 informationRequest for Bid/Proposal
Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu
More informationNOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES
NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES DATE: April 8, 2016 PROPOSAL: Q16-131 The Town of Chapel Hill Business Management
More informationCONSTRUCTION CONTRACT
CONSTRUCTION OR: Name Mailing Address City, State, Zip Code Telephone Number Fax Number E-mail address BID ACCEPTANCE DATE: COMPLETION DATE: DATE: TOTAL BID : TABLE OF CONTENTS ARTICLE 1 PARTIES... Page
More informationCONSTRUCTION CONTRACT EXAMPLE
P a g e 1 CONSTRUCTION CONTRACT EXAMPLE THIS AGREEMENT, made and entered into this date, by and between, hereinafter called CONTRACTOR, and NPC QUALITY BURGER, INC., hereinafter called OWNER. IT IS HEREBY
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS for the City of Fort Morgan, Colorado March 19, 2014 Brent Nation Director of Utilities CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN, COLORADO 80701 (970) 370-6558 REQUEST FOR PROPOSALS
More informationWHEREAS, 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 informationTOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM
TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM Notice is hereby provided that the Town of Erwin will be accepting proposals for grass mowing services for overgrown lots which
More informationCity 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 informationREQUEST FOR PROPOSALS Electric Vehicle Supply Equipment
Date: OCTOBER 28, 2013 Proposal Deadline: NOVEMBER 15, 2013 REQUEST FOR PROPOSALS Electric Vehicle Supply Equipment This is a Request for Proposals (RFP) for (2) Electric Vehicle Supply Equipment (EVSE)
More informationRequest for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN
Request for Proposal Municipal Facility Space Needs Assessment City of Burnsville, MN The City of Burnsville is seeking proposals from qualified architectural/engineering firms to perform a Municipal Facilities
More informationPUBLIC BUILDING RESTORATION AND CONSTRUCTION CONTRACT
PUBLIC BUILDING RESTORATION AND CONSTRUCTION CONTRACT This Agreement, is made and entered this day of, 2014, by and between the Town of Windsor, a Colorado Home Rule Municipality ( Town ) and [Contractor
More informationGROUNDS MAINTENANCE AGREEMENT
GROUNDS MAINTENANCE AGREEMENT THIS AGREEMENT is entered into this day of, 2012, by and between the City of Plant City ( City ) and Company ), whose address is. WHEREAS, City desires to retain Company to
More informationBETWEEN 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 informationEnvironmental Management Dept. ph: U.S. Highway 421 North fax:
NEW HANOVER COUNTY Kim Roane, Business Officer Environmental Management Dept. ph: 910-798-4402 3002 U.S. Highway 421 North fax: 910-798-4408 Wilmington, NC 28401 Email: kroane@nhcgov.com BID SPECIFICATIONS
More informationBOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY MUNICIPAL LABOR ATTORNEY REQUEST FOR PROPOSAL
BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY MUNICIPAL LABOR ATTORNEY REQUEST FOR PROPOSAL Project Name: MUNICIPAL LABOR ATTORNEY Date Packet Available: June 15, 2018 RFP Due By: July 10, 2018, 10:00
More informationCONTRACT FOR PROFESSIONAL SERVICES - ARCHITECT
THE STATE OF TEXAS COUNTY OF GALVESTON CONTRACT FOR - ARCHITECT THIS AGREEMENT, entered into as of this 9TH day of January, 2017, by and between the City of Friendswood, Texas (hereinafter called the CITY
More informationCHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS
CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS REPAIR PARKING LOT SEAL COATING TOWN HALL & POLICE DEPARTMENT BID: 03182019: DEADLINE: Thursday, April 11, 2019,
More informationURBAN AGRICULTURE INCENTIVE ZONES CONTRACT BY AND BETWEEN THE CITY OF LOS ANGELES, A MUNICIPAL CORPORATION, AND
RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: Los Angeles Department of City Planning Name: UAIZ Contract Administrator Address: 200 North Spring Street, Room 525 Los Angeles, California 90012 SPACE
More informationREQUEST FOR PROPOSALS For PARKING CONSULTANT SERVICES
REQUEST FOR PROPOSALS For PARKING CONSULTANT SERVICES Sealed proposals endorsed PARKING CONSULTANT SERVICES, will be received at the Office of the City Clerk, 151 Martin Street, PO Box 3001, Birmingham,
More informationCITY CONTRACT NO. MEMORANDUM OF UNDERSTANDING BETWEEN EMPIRE BUILDERS LLC AND THE CITY OF CHEYENNE
CITY CONTRACT NO. MEMORANDUM OF UNDERSTANDING BETWEEN EMPIRE BUILDERS LLC AND THE CITY OF CHEYENNE 1. Parties. This Memorandum of Understanding (MOU) is made and entered into by and between Empire Builders
More informationSAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES
SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES On this day of, 2017, the Board of Commissioners of the Port of New Orleans hereinafter sometimes
More informationRequest for Quotation Q. SVC Cardio and Strength Equipment
Request for Quotation 741-16Q SVC Cardio and Strength Equipment Due: 01/05/16 2:00 p.m. Mountain Time Buyer: Colorado Mountain College Purchasing Department 802 Grand Avenue Glenwood Springs, CO 81601
More informationREQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018
REQUEST FOR PROPOSAL (RFP) #18-049-53 LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018 RESPONSE DEADLINE: JANUARY 16, 2019 3:00 P.M. CENTRAL STANDARD TIME (CST) TO: KIRSTEN BURMEISTER,
More informationMUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL
MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL 200 W. MAPLE AVE. MUNDELEIN, IL 60060 Issued for Bid: June 30, 2017 NOTICE OF INVITATION TO BID RE: MUNDELEIN
More informationSubcontract Agreement
S THIS AGREEMENT made as of the day of, 2012 BETWEEN the Contractor: TCL Partners 5212 123 rd Place SE Everett, WA 98208 and the For the Following Project: The Architect for the Project: The Contractor
More informationREQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY
REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)
More informationProfessional and Technical Services Contract State of Minnesota
Professional and Technical Services Contract State of Minnesota SWIFT Contract No.: Attachment IV Note: If you take exception to any of the terms, conditions or language in the contract, you must indicate
More informationSOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR
SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR Bid #08-15 Sealed bids for a three year, annually renewable contract to provide School Fencing Repairs and installation
More information(This Agreement supersedes all prior Agreements) AGREEMENT
(This Agreement supersedes all prior Agreements) AGREEMENT AGREEMENT, dated day of, 20, between International Transportation & Marine Agency, Inc., a corporation organized and existing under and by virtue
More informationRECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS
PROFESSIONAL SERVICES CONTRACT (Architects, Engineers, Land Surveyors, Landscape Architects) BETWEEN THE CITY OF GIG HARBOR AND [insert Consultant Name] THIS AGREEMENT is made by and between the City of
More informationCline 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 informationCITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT
CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT THIS Agreement is made effective as of the day of 201_, by and between the City of Port Orchard, a municipal corporation, organized under the laws of
More informationINDEPENDENT CONTRACTOR AGREEMENT
INDEPENDENT CONTRACTOR AGREEMENT WHEREAS Dixie Electric Membership Corporation (hereinafter DEMCO ) is a nonprofit electric membership cooperative authorized to do and doing business in the State of Louisiana;
More informationHousing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend
HDC124 Housing Development Corporation of Rock Hill Request for Proposal CONSTRUCTION OF THREE NEW HOMES Cottages at Southend MANDATORY PRE-BID MEETING: 10 a.m. Wednesday, February 28, 2018 The Housing
More informationDIF CREDIT AGREEMENT [Insert Project Name]
DIF CREDIT AGREEMENT [Insert Project Name] This DIF CREDIT AGREEMENT ( Agreement ) is entered into this day of, 20, by and between the CITY OF WILDOMAR, a California municipal corporation ( CITY ), and,
More informationSPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER
SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER August 2017 Name of Bidder Address Telephone Number TABLE OF CONTENTS CITY OF KALISPELL Used Asphalt Paver Title No. of Pages Table of Contents (This
More informationRequest for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019
Request for Proposal Internet Access Peach Public Libraries E-Rate Funding Year 2018 July 1, 2018 - June 30, 2019 FY2018 Form 471 Window The FCC Form 471 must be certified on or before March 22, 2018 at
More informationENERGY EFFICIENCY CONTRACTOR AGREEMENT
ENERGY EFFICIENCY CONTRACTOR AGREEMENT 2208 Rev. 2/1/13 THIS IS AN AGREEMENT by and between PUBLIC UTILITY DISTRICT NO. 1 OF SNOHOMISH COUNTY (the District ) and a contractor registered with the State
More informationPROFESSIONAL SERVICES AGREEMENT
PROFESSIONAL SERVICES AGREEMENT THIS PROFESSIONAL SERVICES AGREEMENT ( Agreement ) is entered into by and between, a corporation of the State of, whose business address is ( Contractor ) and the Town of
More informationHOUSING CONSTRUCTION CONTRACT (Projects up to $10,000)
HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000) THIS CONTRACT is by and between the Stockbridge-Munsee Community ( TRIBE ), for its Division of Community Housing, whose address is N8618 Oak St.,
More informationTown of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.
Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester,
More informationSHORT FORM STANDARD SUBCONTRACT. This Agreement is made this day of, 20, between
SHORT FORM STANDARD SUBCONTRACT This Agreement is made this day of, 20, between (Contractor) and (Subcontractor). The work described in Section I below shall be performed in accordance with the prime contract
More informationFRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER
A. INTRODUCTION FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER The Franklin Borough is seeking proposals from licensed Professional Engineers for the position of Borough Engineer for calendar
More informationCITY 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 informationSTATE OF NEW JERSEY, DEPARTMENT OF COMMUNITY AFFAIRS HOMEOWNER GRANT AGREEMENT RECONSTRUCTION, REHABILITATION, ELEVATION AND MITIGATION (RREM) PROGRAM
STATE OF NEW JERSEY, DEPARTMENT OF COMMUNITY AFFAIRS HOMEOWNER GRANT AGREEMENT RECONSTRUCTION, REHABILITATION, ELEVATION AND MITIGATION (RREM) PROGRAM THIS AGREEMENT is made by and between the STATE OF
More informationREGISTERED CONTRACTOR AGREEMENT
REGISTERED CONTRACTOR AGREEMENT THE RESTORATION COMPANY Technical Service Department. 2628 Pearl Road. Medina, OH 44256 RESTORATION SOLUTIONS FOR EVERY ROOF & WALL Phone: 800-551-7081. Fax: 800-382-1218
More informationTownship of Lumberton
Township of Lumberton BID SPECIFICATION MUNICIPAL IRRIGATION SYSTEM MANAGEMENT PROGRAM Due February 23, 2017 at 2pm Grounds Management Bid Specification, - 1 - MUNICIPAL IRRIGATION SYSTEM MANAGEMENT PROGRAM
More informationREQUEST FOR PROPOSAL CITY OF FORT COLLINS P936 Financial Advisory, Investment Banking Consulting Services
REQUEST FOR PROPOSAL CITY OF FORT COLLINS P936 Financial Advisory, Investment Banking Consulting Services The City of Fort Collins is re-opening request for proposal number P-936 for Financial Advisory
More informationPADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT
PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT This Agreement is made and entered into as of, 20, by and between the PADRE DAM MUNICIPAL WATER DISTRICT (hereinafter referred to as the
More informationAGREEMENT BETWEEN TENNESSEE TECHNOLOGICAL UNIVERSITY AND
AGREEMENT BETWEEN TENNESSEE TECHNOLOGICAL UNIVERSITY AND THIS AGREEMENT is made this day of, 20 by and between TENNESSEE TECHNOLOGICAL UNIVERSITY, hereinafter referred to as "University," and hereinafter
More informationARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029
CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San
More informationAGC TEXT COPY THE ASSOCIATED GENERAL CONTRACTORS OF AMERICA AGC DOCUMENT NO. 603 STANDARD SHORT FORM AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR
THE ASSOCIATED GENERAL CONTRACTORS OF AMERICA AGC DOCUMENT NO. 603 STANDARD SHORT FORM AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR (Where Contractor Assumes Risk of Owner Payment) The original text
More informationCITY OF OAK HARBOR REQUEST FOR PROPOSAL
CITY OF OAK HARBOR REQUEST FOR PROPOSAL WHIDBEY ISLAND MARATHON SHUTTLE SERVICE 2016 CALENDAR OF EVENTS Request for Proposals Published.. February 13, 2016 Closing Date for Receipt of Proposals.. February
More informationSTATE OF SOUTH CAROLINA ) ) CONTRACTOR AGREEMENT COUNTY OF HORRY )
STATE OF SOUTH CAROLINA ) ) CONTRACTOR AGREEMENT COUNTY OF HORRY ) THIS AGREEMENT is made this day of, 20, by and between Horry County, a political subdivision of the State of South Carolina, whose Administrative
More informationSUBJECT: RESPONSES TO QUESTIONS FOR RFP FOR CMP ASSESSMENT
Julie Procopio, P.E. Director of Engineering Services 201 North Broadway, Escondido, CA 92025 Phone: 760-839-4001 Fax: 760-839-4597 May 30, 2017 SUBJECT: RESPONSES TO QUESTIONS FOR RFP FOR CMP ASSESSMENT
More informationCONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES
CITY OF SUISUN CITY CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES THIS CONTRACT SERVICES AGREEMENT (herein Agreement ) is made and entered into this day
More informationREQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC
REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC This is a Federally Funded project. The Surveyor and Subcontractors on this project must comply with HUD contract provisions 24CFR
More informationCity of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA
City of Redmond, Washington Purchasing Division, M/S: 3SFN 15670 NE 85th Street PO Box 97010 Redmond, WA 98073-9710 Request for Proposal The City of Redmond is interested in seeking proposals from qualified
More informationREQUEST FOR PROPOSALS RFP#75-18
REQUEST FOR PROPOSALS RFP#75-18 Sealed proposals, plainly marked "Plumbing Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins
More informationP.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]
P.O. Number [INSTRUCTIONS FOR COMPLETING THIS FORM ARE IN ITALICS AND BRACKETS. PLEASE COMPLETE EVERY FIELD AND DELETE ALL INSTRUCTIONS INCLUDING THE BRACKETS.] STATE OF MINNESOTA MINNESOTA STATE COLLEGES
More informationCOUNTY OF COLE JEFFERSON CITY, MISSOURI
COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION
More informationREQUEST FOR PROPOSAL. To Provide. Professional Design Services. For. GORE VALLEY TRAIL IMPROVEMENTS Chamonix Road to Matterhorn Circle
REQUEST FOR PROPOSAL To Provide Professional Design Services For GORE VALLEY TRAIL IMPROVEMENTS Chamonix Road to Matterhorn Circle Town of Vail Department of Public Works Vail, Colorado REQUEST FOR PROPOSALS
More informationWESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT
WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,
More informationAGREEMENT FOR TRANSPORTATION SERVICES
AGREEMENT FOR TRANSPORTATION SERVICES This Agreement is made this day of 20, by and between Long Island University ( University ), an educational institution incorporated and doing business under the laws
More informationI N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS
I N V I T A T I O N T O B I D B I D # 1 0-17 FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent DOOR AND WINDOW REPLACEMENT
More informationREQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN GENERAL INFORMATION LOOMIS PARK MASTER PLAN
REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN Issue Date: August 1, 2016 Proposal Receipt Date: Issuing Office: August 29, 2016, 3:00 PM Parks and Recreation The City of Jackson, Michigan is requesting
More informationOWNER CONTRACTOR AGREEMENT PROJECT NAME: DEBRIS CLEANUP SERVICES FOR DISASTER RECOVERY ASSISTANCE THE CONTRACT DOCUMENTS
BOARD DATE: JULY 20, 2011 AGENDA ITEM: CP-4 OWNER CONTRACTOR AGREEMENT Made as of the 21 st day of July in the year Two Thousand and Eleven. BETWEEN THE OWNER: THE SCHOOL BOARD OF PALM BEACH COUNTY, FLORIDA,
More informationBOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER
NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA
More informationTOWNSHIP OF LAWRENCE AGREEMENT
TOWNSHIP OF LAWRENCE AGREEMENT THIS AGREEMENT, made this 17 th day of June, 2008, between THE TOWNSHIP OF LAWRENCE, in the County of Mercer, a municipal corporation of the State of New Jersey, 2207 Lawrenceville
More informationRequest for Proposal RFP # SUBJECT: Ergotron LX
Request for Proposal RFP #13-1422 SUBJECT: Ergotron LX DATE OF ISSUE: July 3, 2013 TO RESPOND BY: RESPOND TO: July 19, 2013 @ 1500 Hours (3:00 PM Pacific Time) Leslie Burke, Purchasing Agent Purchasing
More informationDrexel 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 informationOFFICE OF THE SUMMIT COUNTY SHERIFF
OFFICE OF THE SUMMIT COUNTY SHERIFF 970-453-2474 fax 970-453-7329 REQUEST FOR PROPOSAL 2018 VEHICLE TOWING CONTRACT FOR SUMMIT COUNTY, COLORADO Release Date: November 3, 2017 Closing Date: November 24,
More informationCONTRACT FOR SERVICES RECITALS
CONTRACT FOR SERVICES THIS AGREEMENT is entered into between the (hereinafter Authority ) and [INSERT NAME] (hereinafter Contractor ) and sets forth the terms of this Agreement. Authority and Contractor
More informationCITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS
CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS THE FOLLOWING TERMS AND CONDITIONS APPLY TO ALL PURCHASES OF SERVICES BY OR ON BEHALF OF THE CITY OF NAPERVILLE UNLESS SPECIFICALLY PROVIDED OTHERWISE
More informationSUBCONTRACTOR AGREEMENT
SUBCONTRACTOR AGREEMENT THIS AGREEMENT MADE THIS DAY OF IN THE YEAR OF 2016 (In words, indicate day, month and year) BETWEEN DeWitt & Associates, Inc. 1256 South Barnes Springfield, Missouri 65804 AND:
More informationBOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA
BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional real estate appraisal
More informationDEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)
DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) Proposals will be accepted at the Shawnee County Counselor s Office, Shawnee County Courthouse, 200 SE 7 th Street,, until 2:00 P.M. on
More informationREQUEST FOR PROPOSALS For: Youth Sports Officials and Scorekeepers
CITY OF GLENDORA REQUEST FOR PROPOSALS For: Youth Sports Officials and Scorekeepers Prepared by Community Services Department 116 E. Foothill Boulevard Glendora, California 91741 Phone: (626) 914-8228
More informationStrategic 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