CITY OF BOISE. FISCAL IMPACT/BUDGET IMPLICATIONS: Financial Services has confirmed sufficient funding is available for this obligation.

Size: px
Start display at page:

Download "CITY OF BOISE. FISCAL IMPACT/BUDGET IMPLICATIONS: Financial Services has confirmed sufficient funding is available for this obligation."

Transcription

1 CITY OF BOISE TO: FROM: Mayor and Council Finance and Administration and Aviation Department RESOLUTION NUMBER: R DATE: July 1, 2010 SUBJECT: Approval of Contract, FB , Airport HVAC Change-Out FY 10, Aviation Department to Advanced Heating and Cooling, not to exceed $108,738. ACTION REQUIRED: Contract approval by resolution. RECOMMENDATION: Finance and Administration and Aviation Departments recommend that FB be awarded to the lowest responsive and responsible bidder with significant local preference, Advanced Heating and Cooling, not to exceed $108,738. Award of this contract is subject to compliance with bonding and insurance requirements. FISCAL IMPACT/BUDGET IMPLICATIONS: Financial Services has confirmed sufficient funding is available for this obligation. BACKGROUND: This project consists of the purchase and installation of six new, packaged roof top units, four new split-systems, three new packaged thermal air conditioners, one new unit heater, one new radiant tube heater, and two new water source heat pumps for the Boise Airport. The specified replacement equipment meets or exceeds requirements of the Environmental Protection Agency. ATTACHMENTS: Resolution, Contract, Bid Proposal and Bid Specifications.

2 RESOLUTION NO. BY THE COUNCIL: BISTERFELDT, CLEGG, EBERLE, JORDAN, SHEALY AND THOMSON A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE ON BEHALF OF THE CITY OF BOISE CITY, AN AGREEMENT FOR F/B , AIRPORT HVAC CHANGE-OUT FY 10, AVIATION DEPARTMENT, BETWEEN THE CITY OF BOISE CITY AND ADVANCED HEATING AND COOLING; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, Finance and Administration and Aviation Department staff recommended award of F/B , Airport HVAC Change-Out FY 10, to the lowest, responsible bidder, Advanced Heating and Cooling; and, WHEREAS, during their meeting of, the City Council followed staff recommendation and awarded Resolution No., F/B , Airport HVAC Change- Out FY 10, to Advanced Heating and Cooling. NOW THEREFORE, BE IT RESOLVED BY THE MAYOR AND COUNCIL OF THE CITY OF BOISE, IDAHO: Section 1. That the contract by and between the City of Boise City and Advanced Heating and Cooling for F/B , Airport HVAC Change-Out FY 10, Aviation Department, a copy of which Agreement is attached hereto and incorporated herein by reference, be, and the same hereby is, approved both as to form and content. Section 1. That the Mayor and City Clerk be, and they hereby are, authorized to respectively execute and attest said Agreement for and on behalf of the City of Boise City. Section 2. That this Resolution shall be in full force and effect immediately upon its adoption and approval. APPROVED: ADOPTED by the Council of the City of Boise, Idaho, this day of July, APPROVED by the Mayor of the City of Boise, Idaho this day of July, ATTEST: David H. Bieter MAYOR CITY CLERK R

3 CITY OF BOISE CONSTRUCTION CONTRACT AGREEMENT Project: FB ; Airport HVAC Change-Out FY 10 Contractor: Advanced Heating and Cooling Owner: Aviation Department, City of Boise, Ada County, Idaho, a municipal corporation THIS AGREEMENT, made this day of, 2010, by and between the City of Boise, a municipal corporation organized under the laws of the State of Idaho, hereinafter referred to as "Owner", and Contractor, hereinafter referred to as Contractor, a corporation organized under the laws of the State of Idaho. 1. Statement of Work: The Contractor shall furnish labor, material and equipment for, and perform the work described herein for the consideration stipulated, and in compliance with State and City Codes. Contract documents consist of the following together with any amendments that may be agreed to in writing by both parties: Bid Proposal Contract Agreement Specifications Acknowledgements Property All-Risk Insurance Performance Bond Labor & Payment Bond Liability Insurance Worker s Compensation 2. Amount of Contract: In an amount Not to Exceed: $ 108, Term of Contract: The work to be performed under this contract shall commence after receipt of the Notice to Proceed, and shall terminate September 15, 2010, unless sooner terminated as herein provided. 4. Indemnification and Insurance: The Contractor shall indemnify and save and hold harmless the Owner from and for any and all losses, claims, actions, judgments for damages, or injury to persons or property and losses and expenses caused or incurred by the Contractor, its servants, agents employees, guests, and business invitees, and not caused by or arising out of the tortious conduct of Owner or its employees. In addition, the Contractor shall maintain, and specifically agrees that it will maintain, throughout the term of this Agreement, liability insurance, in which the Owner shall be named an additional insured in the minimum amount as specified in the Idaho Tort Claims Act set forth in Title 6, Chapter 9 of the Idaho Code (currently, a minimum of $500,000). The limits of insurance shall not be deemed a limitation of the covenants to indemnify and save and hold harmless Owner; and if Owner becomes liable for an amount in excess of the insurance limits, herein provided, the Contractor covenants and agrees to indemnify and save and hold harmless Owner from and for all such losses, claims, actions, or judgments for damages or liability to persons or property. The Contractor shall provide Owner with a Certificate of Insurance, or other proof of insurance evidencing compliance with the requirements of this paragraph and file such proof of insurance with the Owner. In the event the insurance minimums are changed, Contractor shall immediately submit proof of compliance with the changed limits. Contractor shall secure, pay for and maintain all-risk or special form builders risk insurance, covering risks of physical loss or damage to the Facility (including without limitation the

4 transmission lines to the interconnection facilities, buildings, temporary structures, materials, supplies and equipment to be incorporated in the Work), from perils including, but not limited to, fire, collapse, flood, earth movement, lightning, collapse, testing, debris removal, demolition and increased cost of construction, expediting expense, extra expense and all other perils not specifically excluded under a standard "all-risk" or special form builders risk policy. Such insurance shall cover all property during construction and testing, and shall include the Owner, Design-Builder, Consultants, Contractors, and Subcontractors to the Project as insureds. The policy shall be written on a replacement cost basis and shall contain an agreed amount endorsement waiving any coinsurance penalty. Additionally, the Contractor shall have and maintain during the life of this contract, statutory Workers Compensation, regardless of the number of employees, or lack thereof, to be engaged in work on the project under this agreement (including himself) in the statutory limits as required by law. In case any such work is sublet, the Contractor shall require that subcontractor provide Workers Compensation Insurance for himself and any/all the latter's employees to be engaged in such work. Proof of insurance must be provided to the owner prior to the start of work. Proof of insurance shall be provided to City of Boise, Purchasing Office, P.O. Box 500, Boise, ID Independent Contractor: In all matters pertaining to this agreement, the Contractor shall be acting as an independent contractor, and neither the contractor nor any officer, employee or agent of the contractor will be deemed an employee of City. The selection and designation of the personnel of the Owner in the performance of this agreement shall be made by the Owner. 6. Compensation: For performing the services specified in Section 1 herein, Owner agrees to reimburse Contractor according to the attached bid specification. Payment will not include any sub-contract or other personal services pay except as may be agreed to in writing in advance by the parties. Change Orders may be issued, subject to Purchasing/Council approval. 7. Method of Payment: Contractor will invoice the Aviation Department, 3201 Airport Way, Suite 1000, Boise, Idaho directly for all current amounts earned under this Agreement. Owner will pay all invoices within forty five (45) days after receipt. 8. Notices: Any and all notices required to be given by either of the parties hereto, unless otherwise stated in this agreement, shall be in writing and be deemed communicated when mailed in the United States mail, certified, return receipt requested, addressed as follows: City of Boise Aviation Department 3201 Airport Way, Ste Boise, Idaho Advanced Heating & Cooling 721 N. Ralstin Street Meridian, Idaho Either party may change their address for the purpose of this paragraph by giving written notice of such change to the other in the manner herein provided.

5 9. Attorney Fees: Should any litigation be commenced between the parties hereto concerning this Agreement, the prevailing party shall be entitled, in addition to any other relief as may be granted, to court costs and reasonable attorneys fees as determined by a Court of competent jurisdiction. This provision shall be deemed to be a separate contract between the parties and shall survive any default, termination or forfeiture of this Agreement. 10. Time is of the Essence: The parties hereto acknowledge and agree that time is strictly of the essence with respect to each and every term, condition and provision hereof, and that the failure to timely perform any of the obligations hereunder will constitute a breach of, and a default under, this Agreement by the party so failing to perform. 11. Force Majeure: Any delays in or failure of performance by Contractor shall not constitute a breach or default hereunder if and to the extent such delays or failures of performance are caused by occurrences beyond the reasonable control of Contractor, including but not limited to, acts of God or the public enemy; compliance with any order or request of any governmental authority; fires, floods, explosion, accidents; riots, strikes or other concerted acts of workmen, whether direct or indirect; or any causes, whether or not of the same class or kind as those specifically named above, which are not within the reasonable control of Contractor. In the event that any event of force majeure as herein defined occurs, Contractor shall be entitled to a reasonable extension of time for performance of its Services under this Agreement. 12. Assignment: It is expressly agreed and understood by the parties hereto, that the Contractor shall not have the right to assign, transfer, hypothecate or sell any of its rights under this Agreement except upon the prior express written consent of Owner. 13. Discrimination Prohibited: In performing the Services required herein, the Contractor shall not discriminate against any person on the basis of race, color, religion, sex, national origin or ancestry, age or physical disability. 14. Reports and Information: At such times and in such forms as Owner may require, there will be furnished to Owner such statements, records, reports, data and information as Owner may request pertaining to matters covered by this Agreement. 15. Audits and Inspections. At any time during normal business hours and as often as the Owner may deem necessary, there shall be made available to the Owner for examination all of Vendor's records with respect to all matters covered by this Agreement. Vendor shall permit the Owner to audit, examine, and make excerpts or transcripts from such records, and to make audits of all contracts, invoices, materials, payrolls, records of personnel, conditions of employment and other data relating to all matters covered by this Agreement. 16. Compliance with Laws. In performing the scope of services required hereunder, the Contractor shall comply with all applicable laws, ordinances, and codes of Federal, State, and local governments. 17. Changes: The Owner may, from time to time, request changes in the Scope of Work to be performed hereunder. Such changes, and any increase or decrease in the contractor s compensation, which are mutually agreed upon by and between the Owner and the Contractor, shall be incorporated in written amendments to this Agreement. 18. Termination for Cause: If, through any cause, the contractor shall fail to fulfill in a timely and proper manner its obligations under this Agreement, or if the Contractor shall violate any of

6 the covenants, agreements, or stipulations of this Agreement, the Owner shall thereupon have the right to terminate this Agreement by giving written notice to the contractor of such termination and specifying the effective date thereof at least fifteen (15) days before the effective date of such termination. If this agreement is terminated for cause the Contractor shall be entitled to receive just and equitable compensation for any work satisfactorily completed hereunder. Notwithstanding the above, the contractor shall not be relieved of liability to the Owner for damages sustained by the Owner by virtue of any breach of this Agreement by the Contractor, and the Owner may withhold any payments to the Contractor for the purposes of set-off until such time as the exact amount of damages due the Owner from the Contractor is determined. This provision shall survive the termination of this agreement and shall not relieve the contractor of its liability to the Owner for damages, provided that the amount of such damages shall not exceed the total compensation provided for in section two of this agreement. 19. Termination for Convenience of City: Owner may terminate this Agreement at any time by giving at least fifteen (15) days notice in writing to the Contractor. If the Agreement is terminated by Owner as provided herein, Contractor will be paid an amount which bears the same ratio to the total compensation as the work actually performed bear to the total services of Contractor covered by this Agreement, less payments of compensation previously made. If this Agreement is terminated due to the fault of Contractor, Section 18 hereof relative to termination will apply. 20. Contractor to Pay or Secure Taxes: The contractor in consideration of securing the business of providing: 1) To pay promptly when all taxes due (other than on real property), excises and license fees due the state, its subdivisions, and municipal and quasi-municipal corporations therein, accrued or accruing in accordance with conditions of this Agreement, whether or not the same shall be payable at the end of such term; 2) That if said taxes, excises and license fees are not payable at the end of said term, but liability for the payment thereof exists, even though the same constitute liens upon the Contractor s property, to secure the same to the satisfaction of the respective officers charged with the collection thereof; and 3) That, in the event of default in the payment or securing of such taxes, excises, and license fees, that Boise City may withhold from any payment due the Contractor hereunder the estimated amount of such accrued taxes, excises and license fees for the benefit of all taxing units to which said the Contractor is liable. 21. Construction and Severability: If any part of this Agreement is held to be invalid or unenforceable, such holding will not affect the validity or enforceability of any other part of this Agreement so long as the remainder of the Agreement is reasonably capable of completion. 22. Non-Appropriation: Should funding become not available, due to lack of appropriation, the Owner may terminate this agreement upon 30 (thirty) days notice. 23. Entire Agreement: This Agreement contains the entire agreement of the parties and supersedes any and all other agreements or understandings, oral or written, whether previous to the execution hereof or contemporaneous herewith. 24. Applicable Law. This Agreement shall be governed by and construed and enforced in accordance with the laws of the State of Idaho, and the ordinances of the City of Boise. 25. Approval Required. This Agreement shall not become effective or binding until approved by the City of Boise.

7 26. Acceptance and Final Payment: Upon receipt of notice that the work is ready for final acceptance and inspection, the Owner s representative will make such inspection and when he finds the work acceptable and the contract fully performed he will have the Contractor issue a final payment request. END OF CONTRACT

8 IN WITNESS WHEREOF, the City and the contractor/vendor have executed this Agreement as of the date first above written. CITY OF BOISE Advanced Heating & Cooling 721 N. Ralstin Street APPROVED BY: Meridian, Idaho David H. Bieter, Mayor Date Signature Date ATTEST: Print Name City Clerk Date CONTRACT AMOUNT: $ 108,738 Denis Ryall, Purchasing Agent Date APPROVED AS TO FORM AND CONTENT Department Date Legal Department Date Risk Management Date

9 ACKNOWLEDGMENT State of ) ) ss County of ) On this day of 20, before me personally appeared known to me and known by me to be the person who executed the above instrument, who, being by me first duly sworn, did depose and say that he/she is and that he/she executed the foregoing instrument on behalf of said firm for the use and purposes stated therein. Notary Public of Idaho Residing at Boise, Idaho My Commission Expires (SEAL)

10 CONTRACTOR'S AFFIDAVIT CONCERNING TAXES STATE OF Idaho ) COUNTY OF ) Pursuant to the Idaho Code, Title 63, Chapter 15, I, the above signed, being duly sworn, depose and certify that all taxes, excises and license fees due to taxing units in the State of Idaho, for which I or my property is liable then due or delinquent, have been paid, or secured to the satisfaction of the respective taxing units. Advanced Heating & Cooling (Contractor Name) 721 N. Ralstin Street (Address) Meridian, Idaho (City and State) (Signature) Subscribed and sworn to before me the day of, (Notary Republic) (City and State) Commission Expires:

11 PERFORMANCE BOND BOND NO. KNOW ALL MEN BY THESE PRESENTS: That (Here insert the name and address or legal title of Contractor) as Principal, hereinafter called Contractor, and, and as Surety, hereinafter called Surety, held and firmly bond unto, (Here insert name and address of legal title of the Owner) as Obligee, hereinafter called Owner, in the amount of Dollars being 100% of the contract price in lawful money of the United States, for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated, 20 enter into a contract contract with Owner of in accordance with drawings and specifications prepared by AVIATION DEPARTMENT, which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor will promptly and faithfully perform said contract, then this obligation will be null and void; otherwise it will remain in full force and effect. The Surety hereby waives notices of any alteration or extension of time made by the Owner. Whenever Contractor will be, and is declared by Owner to be in default under the Contract, the Owner's obligations hereunder, the Surety may promptly remedy the default, or will promptly: 1) Complete the Contract in accordance with its terms and conditions, or 2) Obtain a bid or bids for submission to Owner for completing the Contract in accordance with its terms and conditions, and upon determination by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder, arrange for a contract between such bidder and Owner, and make available as work progresses (even though there would be default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph, will mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor.

12 Performance Bond (cont) Any suit under this bond must be instituted before the expiration of 2 years from the date on which final payment under the contract falls due. No right of action will accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators or successors of Owner. Signed and Sealed this day of, A.D. 20 In the presence of: (Principal) (Seal) (Title) By: Note: This form or a reasonable facsimile is to be completed and delivered to City of Boise Purchasing Office when contracts are signed.

13 KNOW ALL MEN BY THESE PRESENTS: LABOR AND MATERIAL PAYMENT BOND That we (Here insert the name and address or legal title of Contractor) as Principal, and the corporation, as Surety, are held and firmly bound unto Boise City, a Municipal Corporation in the State of Idaho. As Obligee, in the sum of Dollars, being 100% of the contract price, in lawful money of the United States, for which sum, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. WHEREAS, Contractor has by written agreement dated, 20 enter into a contract WHEREAS, on the Day of, 20, the principal entered into a contract with the Obligee for Which contract is by reference made a part hereof and, hereafter referred to as the Contract: NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the principal will pay all laborers, mechanics, subcontractors, material suppliers and all persons who will supply said Principal or said subcontractors with provisions and supplies for the carrying on of such work, then this obligation will be null and void; otherwise to remain in full force and effect. Signed and Sealed this day of, A.D. 20 Principal Insurance Company Attorney-in-Fact By: Note: this form or a reasonable facsimile is to be completed and delivered to City of Boise Purchasing Office when contracts are signed.

14 ADDENDUM 01 FB AIRPORT HVAC CHANGE-OUT FY 10 Aviation Department Boise City Purchasing Shaun Jorgensen P.O. Box 500 Boise, Idaho Phone (208) Fax (208) Date: June 24, 2010 Total Pages Transmitted (Including this sheet): (39) Message: This Addendum 01 is being sent to inform you of changes to the requirements in our project FB Unit listed as ACO-9 (RTU) is to be changed to ACO-10 (RTU). Existing equipment model number and system capacities remain the same. 2. Connect to existing condensate drain where presently attached. Condensate allowed to drain to roof where not presently otherwise connected. Condensate drain allowed to change from copper to PVC (through union, after p-trap). 3. Thermostats not included unless otherwise stated. 4. SWA GRN s (3ea); Split system ground mounted units located under B-Concourse are to be modified to include the following; Change condensing unit to Heat Pump, include Thermal Expansion Valve, include wall mounted Thermostat with Auto-Change-over function. 5. Line-set(s) must be replaced on all split systems; where not feasible to run internal to the facility, the line-set(s) may be externally surface ran. 6. Hertz split system is to be changed from; 4 ton 20 Kw to; 2 ton 10 Kw, Change condensing unit to Heat Pump, include Thermal Expansion Valve, include wall mounted Thermostat with Auto-Change-over function. 7. Replace the flue vent cap (visible in the Job Walk Photos) located at the Hertz Rental Car Facility. Include this item (on the bid list) with; Hertz 2996 Airport Way. 8. The bollards (2) at condensing unit stated as a Detail for all others at Hertz Rental Car Facility cannot be surface mounted with drop-in anchors. These bollards must be; installed into a cored opening and filled with cement, not lesser than 4 inside diameter, not lesser than 2 below grade, painted high visible yellow.

15

16

17

18

19

20

21

22

23 CITY OF BOISE AVIATION DEPARTMENT REQUEST FOR BIDS FB AIRPORT HVAC CHANGE-OUT FY 10 Addenda Rev 4/10

24 Table of Contents Invitation to Bid 3 Bid Instructions and Information 4 General Conditions 5 General Conditions for Construction 10 Work Conditions 13 "Or-Equal" Information 19 "Or-Equal" Form 20 Signature Page with Addenda Acknowledgement 21 Technical Specifications & Bid Schedule 22 Unescorted Access Media requirements for RFP. 25 References 26 Sub contractors 27 Public Agencies Clause 28 Bid Bond 29 Sample Contract 30 Acknowledgement 36 Contractor s Affidavit Concerning Taxes 37 Performance Bond 38 Labor and Material Bond 40 Rev 6/2010

25 Invitation to Bid June 16, 2010 The City of Boise, Idaho, invites you to submit a sealed Bid for AIRPORT HVAC CHANGE-OUT FY 10. Bids will be received at the Department of Finance and Administration, Purchasing Office located at 150 N. Capitol Blvd., Boise, Idaho, until JUNE 30, 3:30 PM local time. A Pre-bid meeting will be held for this project Monday, June 21, 1:00 PM at the Boise Airport 3201 Airport way, Boise, ID on the third floor in the Payette River Room. Bids will be prepared per the specifications detailed within the Request for Bid document. Bid packets are available at no charge with registration through DemandStar (link provided on City Website). or a CD copy can be picked up at the Purchasing Office of the City of Boise, 150 North Capitol Blvd., Boise, Idaho; there is a $5.00 charge for the CD at City Hall. The scope of the item being sought to purchase is: Budgeted replacement of heating, ventilating, and air conditioning equipment which has reached the end of serviceable life, and/or has; failed, or become subject to replacement due to inefficiency. The City of Boise reserves the right to reject any and all proposals, to waive any irregularities in the proposals received and to accept the proposal(s) that are in the best interest of the City. Boise City is an Equal Opportunity Employer. The City of Boise is exempt from Federal and State taxes and will execute the required exemption certificates. A Bid Security in the form of a bid bond, certified check, cashiers check or cash in the amount of 5% of the amount of the bid is required. Important Dates: Pre Bid Meeting: Or Equal Request Due: Questions & Clarifications Due: Bids Due: JUNE 21, PM, Local Time JUNE 23, Noon Local Time JUNE 24, Noon Local Time JUNE 30, 3:30 PM, Local Time The City appreciates your interest in meeting the needs of the citizens of Boise. CITY OF BOISE, IDAHO 3

26 FB AIRPORT HVAC CHANGE-OUT FY 10 BID INSTRUCTIONS AND INFORMATION Please include your original Bid along with one CD copy for the evaluators. CD must be identical in content and is to be formatted into one (1) PDF file, it MUST include signed signature page. PDF file name shall be "project number, followed by company name". All valid Confidential files are to be provided as separate PDF file and title shall be project number, confidential, company name. (I.E. FB 10-XXX Confidential Acme Company). Bids are to be received no later than JUNE 30, 3:30 PM local time. The submission package or envelope must be SEALED and plainly marked with the following: (1) Addressed to Boise City Purchasing Office 150 N. Capitol Blvd. Boise, ID 83702, (2) the Solicitation number, (3) the name of the item or service being sought, and (4) the opening date and time. The submitting Vendor s return address must appear on the envelope or package. Do not respond to more than one Solicitation in the same envelope. A submission made using "Express/Overnight" services must be shipped in a separate sealed inner envelope/package identified as stated above. No responsibility will attach to the City, or to any official or employee thereof, for the pre-opening of, post-opening of, or the failure to open a submission not properly addressed and identified. DO NOT FAX YOUR BID OR PROPOSAL. Bids and Proposals must be submitted in writing. No oral, telephone, facsimile, telegraphic, or late submissions will be considered. All submissions must be received at the City Purchasing Office and time and date stamped prior to the closing date and time. It is the submitting Vendor s responsibility to timely submit their Bid or Proposal in a properly marked envelope, prior to the scheduled closing, for receipt in sufficient time to allow the submission to be time and date stamped. Submit Bids to the Boise City Purchasing Office, 150 North Capitol Blvd. Boise, Idaho The Owner is the City of Boise. ALL BIDS MUST BE SIGNED. If a "Bid Schedule" is present, the Schedule should be completely filled in by the Bidder and included in their Bid. Where Bid formats are requested, Bidder is to comply with all specifications. The envelope in which the Bid is to be received is to be sealed and marked: Sealed Bid; FB , AIRPORT HVAC CHANGE-OUT FY 10, and include the submitting company s name on the envelope. Additional sheets may be included if more room is needed for technical information, answers, and explanations. 4

27 FB AIRPORT HVAC CHANGE-OUT FY 10 General Conditions These General Conditions are presented for clarification of the Terms and Conditions included with the Contract Agreement and are not intended to replace or take precedence over those Terms and Conditions. The scope of the item being sought to purchase is: Budgeted replacement of heating, ventilating, and air conditioning equipment which has reached the end of serviceable life, and/or has; failed, or become subject to replacement due to inefficiency. Intent of Bid It is the intent of this request for Bids to define FB AIRPORT HVAC CHANGE-OUT FY 10, in sufficient detail to secure comparable Bids. Bids shall be in accordance with Bid document requirements. Bids not conforming to the requested format or not in compliance with the specifications will be considered non-responsive. Bid Costs The Bidder will be responsible for all costs (including site visits where needed) incurred in preparing or responding to this bid. All materials and documents submitted in response to this bid become the property of the City and will not be returned. Reserved Rights The City of Boise reserves the right to accept or reject Bids. Public Records/Confidential Information The City of Boise is a Public Agency. All submittals, including bids, proposals, and any other information provided by a bidder or Bidder may be considered a public record and, except as noted below, will be available for inspection and copying by any person after the award of this Agreement. Any information submitted to the City is subject to release as provided for by Idaho Public Records Law, Idaho Code, Title 9, Chapter 338 through 350. The City will take reasonable efforts to protect any information marked "confidential", to the extent allowed by Idaho Public Records Law. Confidential information should be clearly identified in a cover letter, submitted with your response in a separate sealed envelope. It is understood, however, that the City will have no liability for disclosure of such information. Any proprietary or otherwise sensitive information contained in or with any Bid is subject to potential disclosure. Taxes The City of Boise is exempt from Federal and State taxes and will execute the required exemption certificates for items purchased and used by the City. Items purchased by the City and used by a contractor are subject to Use Tax. All other taxes are the responsibility of the Contractor and are to be included in the Contractor s Bid pricing. 5

28 FB AIRPORT HVAC CHANGE-OUT FY 10 Request for Clarification, Protest of Bid Requirements, Standards, Specs, or Process Any Bidder who wishes to request clarifications, or protest the requirements, standards, specifications or processes outlined in this Request for Bid may submit a written notification to the Purchasing Office to be received no later than noon, three (3) working days prior to the Bid opening date. The notification will state the exact nature of the clarification, protest, describing the location of the protested portion or clause in the Bid document and explaining why the provision should be struck, added, or altered, and contain suggested corrections. The Purchasing Office may deny the protest, modify the Bid, and/or reject all or part of the protest. Changes to these specifications will be made by written addendum. Verbal responses will not be binding on the City or the Bidder. Written requests are to be directed to: Shaun Jorgensen City of Boise, Purchasing 150 N. Capitol Blvd. Boise, ID Fax wsjorgensen@cityofboise.org Addenda If this bid is modified by the Purchasing Office, the modifications will be sent to each plan-holder in writing through DemandStar, by either fax or . Verbal modifications are not binding on the City or the Bidder. No oral changes will be considered or acknowledged. Bidders are requested to acknowledge each addendum received in their Bid Response. Modification and Withdrawal of Bid A Bid may be modified or withdrawn by the Bidder prior to the set date and time for the opening of Bids. Bids may not be modified or withdrawn after the bid opening. Protest of Contractor Selection or Contract Award Any actual Bidder who is aggrieved in connection with the selection of a Contractor or award of the contract or Bid may submit a protest to the Purchasing Agent. The protest will be submitted in writing within seven (7) calendar days after such aggrieved person knows or should have known the facts which give rise to the protest. The protest must set forth in specific terms the alleged reason the Contractor selection or contract award is erroneous. Any protest addressed to the Mayor or City Council will be referred to the City Purchasing Agent. Written protests are to be directed to: Denis Ryall Fax dryall@cityofboise.org 6

29 Local Presence Information: FB AIRPORT HVAC CHANGE-OUT FY 10 Metropolitan Impact Area Includes and is limited to the counties of Ada, Boise, Canyon, Elmore, Gem and Payette in the state of Idaho. Significant Local Economic Presence To qualify as a bidder with a significant local economic presence, a firm must maintain in the Metropolitan Impact Area a fully staffed office, or fully staffed sales offices, or fully staffed sales outlets, or manufacturing facilities, or warehouses, and, if required, be registered with the Secretary of State of Idaho to do business in Idaho at the time of the bid opening. Disadvantaged Business Enterprises (D.B.E.) D.B.E. firms and business enterprises are encouraged to submit a Bid. Women owned and minority owned firms are encouraged to submit a Bid. The City actively encourages any Bids by D.B.E. firms for goods and services for the City. The City of Boise reserves the right to reject any and all Bids, to waive any irregularities in the Bids received, to award on an "each item" basis, and to accept the Bid deemed most advantageous to the best interest of the City of Boise. 7

30 FB AIRPORT HVAC CHANGE-OUT FY 10 Evaluation of Bidder Award will be whichever is determined to be in the best interest of the City. The award will be on the lowest cost to the City. Award Criteria Criteria will include pricing for options that best suit the needs of Boise and compliance with the specifications. Lowest Responsive Bidder All contracts or award of bids shall be awarded to the lowest responsible and responsive bidder, with all costs to the City considered, provided that the City Council may award contracts to the bidder or offeror it determines appropriate. Bid and Price Guarantee It is desired that the submitted Bid remain in effect for a minimum of 90 days, along with all Bid pricing. If this is not accepted, Bidder is to so indicate. Payments and Billings The Awarded Bidder will submit all invoices to: City of Boise Aviation Department Mike King 3201 Airport Way Boise Idaho Payments are processed weekly. The awarded Bidder can expect issue and mail of payment within 45 days after receipt of invoice. Stop Work Order Any Stop Work Order given to Awarded Bidder will cause all physical work to stop and a complete cessation of all expenditures, ordering of materials, etc., on the part of the Awarded Bidder and/or his assigns. 8

31 FB AIRPORT HVAC CHANGE-OUT FY 10 Inspection/Acceptance and Final Payment: Upon receipt of notice that the work is ready for final acceptance and inspection, the Owner s representative will make such inspection and when he finds the work acceptable and the contract fully performed he will have the Contractor issue a final payment request. The Owner may withhold, or in account of subsequently discovered evidence, nullify the whole or part of any certificate of payment to such extent as may be necessary to protect them from loss of account of: Defective work not remedied; Claims filed or reasonable evidence indication public filing or claims by other parties against the Contractor; Failure of the Contractor to make payments properly to all subcontractors or for material or labor; Damage to another Contractor; Waivers from subcontractors and material suppliers must be supplied to the Owner. When the above grounds are removed or the Contractor provides a surety bond satisfactory to the Owner which will protect the Owner in the amount withheld, payment will be made for amounts withheld because of them. Guarantee The contractor performing any part of the work and any subcontractors under the contract shall guarantee their respective work, and all workmanship performed, materials and equipment furnished, used or installed in the construction of the same, shall be free from defects and flaws, and shall be performed and furnished in strict accordance with the drawings, specifications, and other contract documents, that the strength of all parts of all manufactured equipment shall be adequate and as specified and that the performance test requirements of the contract shall be fulfilled. This guarantee shall be for a period of two (2) years from and after the date of completion and acceptance of the work as stated in the final estimate. The Contractor shall repair, correct or replace as required, promptly and without charge, all work, equipment and materials, or parts thereof, which fail to meet the above guarantee or which in any way fail to comply with or fail to be in strict accordance with the terms and provisions and requirements of the contract during such one year period, and also shall repair, correct or replace all damage to the work resulting from such failure. 9

32 FB AIRPORT HVAC CHANGE-OUT FY 10 GENERAL CONDITIONS FOR CONSTRUCTION Definitions Contract Documents The contract documents should consist of the construction contract, conditions of the contract, drawings (if required) and specifications defining the scope of work. These should be issued prior to signing the construction contract. Scope of Work The term scope of work includes all labor, materials, equipment and transportation to complete the work as defined in the contract documents. Project The project is that total construction defined in the contract documents of which the work may be the whole or only a part. Owner The owner is the person or organization identified as such in the contract documents. The term owner means that person or his authorized representative. Contractor The Contractor is the person or organization identified as such in the construction contract. The term contractor means that person or his authorized representative. Construction Contract Execution The construction contract should be signed and dated by both owner and contractor. Contractor s Familiarity with Site and Work By executing the construction contract, the contractor acknowledges that he has visited the site, has familiarized himself with the local conditions under which the work is to be performed, and understands the scope of work as defined in the contract documents. Contractor s Responsibility Payment Terms and Insurance The contract documents should set forth requirements for payments and insurance. Electrical Power and Water The contractor shall furnish adequate electrical power and water at the construction site for the performance of the work. The contractor shall furnish, install, maintain and remove any temporary wiring or piping that may be additionally required. 10

33 FB AIRPORT HVAC CHANGE-OUT FY 10 Permits and Taxes Unless otherwise provided, the contractor shall obtain and pay for all construction permits, fees, licenses, etc., as may be required by law. The contractor s contract sum shall include such federal state and local taxes as may be applicable to the performance of the contract. Review of Contract Documents The contractor shall carefully review the contract documents and shall promptly report any errors, inconsistencies or omissions he may discover. Layout of Work The work shall be laid out to true lines and grades in full accord with the drawings. Surveying of lines and grades, from base line and benchmark established by the owner at the construction site and staking thereof, shall be accomplished by the contractor. Monuments shall be substantially established, protected and maintained in place by the contractor for the duration of the contract or until such time as their removal must be authorized by the owner or his representative. Errors in the Contract Documents The contractor shall not be held liable to the owner for errors, inconsistencies or omissions in the contract documents. Corrective Work The contractor shall not be held liable to the owner for errors, inconsistencies or omissions in the contract documents. Schedule The contractor shall submit a schedule indicating the intended starting date of the work, the different phases and timetable, and the intended date of completion. Delays The contractor shall inform the owner of any delays, and causes of such, that affect the completion of the work. Supervision and Direction The contractor shall be responsible for the supervision and direction of the work. He shall direct his authorized staff and/or subcontractors as deemed necessary and consistent with good construction practices. Contractor s Responsibility The contractor shall be solely responsible for all construction means, methods, techniques, sequences and procedures, and for coordinating all portions of the work. Unless specifically noted otherwise, the contractor shall provide and pay for all labor, materials, equipment, tools, construction machinery and transportation necessary for proper execution and completion of the work. Protection of the Public The contractor shall erect and maintain barricades, canopies, guard, lights, and warning signs to the extent required by law or reasonably necessary for protection of the public. 11

34 FB AIRPORT HVAC CHANGE-OUT FY 10 Premises The contractor shall at all times keep the premises clean and free of accumulated waste materials and rubbish caused by the operations. At the completion of the job, the contractor shall restore all areas damaged in the course of the work, unless the Contract Documents specify differently. Communications The contractor shall direct all communications regarding the work to the owner. 12

35 FB AIRPORT HVAC CHANGE-OUT FY 10 WORK CONDITIONS Materials, Appliances, Employees Unless otherwise stipulated, the Contractor will provide and pay for all materials, labor, water, dust control, tools, equipment, light, power, transportation and other facilities. The Contractor is responsible for the security of all materials, appliances and employees necessary for the execution and completion of the work. All materials will be of good quality. The Contractor will if required, furnish satisfactory evidence as to the kind and quality of materials. Superintendence The Contractor will assign to the project work during its progress, a competent project manager, representative of his authority, and any necessary assistance, all satisfactory to the Owner's representative. If the Contractor and/or his project manager and employees, in the course of the work, finds any discrepancy between the plans and the physical conditions of the locality, or any errors or omissions in plans or the layout as given by survey points and instructions, he will immediately inform the Owner's representative, in writing, and the Owner's representative will promptly verify the same. Any work done after such discovery, until authorized by the Owner's representative, will be done at the Contractor's risk. Changes in Work The Owner, without invalidating the Contract, may order additions to or deductions from the work; the contract sum adjusted accordingly. Any claim for extension of time caused thereby will be adjusted at the time of ordering such change. In giving instruction, the Owner will have authority to make minor changes in the work not involving extra costs, and not inconsistent with the purpose of the work. The City will further have authority to issue written change orders in amounts as defined in Boise City Code Except in an emergency endangering life and property, no extra work or change will be made unless in pursuant of a written order and no claim for an addition to the contract sum will be valid unless the additional work was ordered. The Contractor will proceed with the work as changed and the value of any such work or change will be determined as provided for in the Agreement. Extension of Time All delays in the prosecution of the work are at the risk of the Contractor, but any delay caused by an act of the Owner will entitle the Contractor to a reasonable extension of time within which to complete the Contract. The extension will be determined by the Boise Aviation Department Mike King or his duly assigned representative, whose decision will be final. The Contractor will notify the Owner's representative within two days of any occurrence which in the Contractor's opinion entitles them to an extension of time for completion. Such notice will be in writing. The Owner's representative will acknowledge in writing receipt of any such claim by the Contractor within 2 days of its receipt. Contractor Delays and Liquidated Damages Failure of the Contractor to complete the work within the time allowed will result in damages being sustained by the Owner. Such damages are, and will continue to be, impracticable and extremely difficult to determine. For each consecutive calendar day in excess of the time specified for 13

36 FB AIRPORT HVAC CHANGE-OUT FY 10 completion of the work the Contractor will pay to the Owner, or have withheld from monies due, the sum of $100, unless otherwise provided under Special Provisions if present. Execution of the Contract under these specifications will constitute agreement by the Owner and Contractor that $100 per day is the minimum value of the costs and actual damage caused by failure of the Contractor to complete the work within the allotted time, and that such sum is liquidated damages and will not be construed as a penalty, and that such sum may be deducted from payments due the Contractor if such delay occurs. It is further agreed that in case the work called for under the Contract is not finished and completed in all parts and requirements within the number of calendar days specified, the Boise AVIATION DEPARTMENT representative will have the right to increase the number of calendar days or not, as he may deem best to serve the interest of the Owner, and if he decides to increase the said number of working days, he will further have the right to charge to the Contractor, and to deduct from the final payment for the work, all or any part, as he may deem proper, of the actual cost of design, engineering, inspection, superintendence and other overhead expenses which are directly chargeable to the contract, and which accrue during the period of such extension, except that cost of final surveys and preparation of final estimate will not be included in such charges. The Contractor will be granted an extension of time and will not be assessed for liquidated damages or the cost of engineering and inspection for any portion of the delay in completion of the work beyond the time agreed for the completion of the project as a result of epidemics, quarantine restrictions, strikes, labor disputes, shortage of materials and freight embargoes, provided that the Contractor will notify the Boise AVIATION DEPARTMENT Representative in writing of the causes of delay within 5 days from the beginning of any such delay. The Boise AVIATION DEPARTMENT Project Manager will ascertain the facts and the extent of the delay, and his findings thereon will be final and conclusive. No extension of time will be granted for a delay caused by a shortage of materials unless the Contractor furnishes to the Boise AVIATION DEPARTMENT Project Manager documentary proof that he has diligently made every effort to obtain such materials from all known sources within reasonable reach of the work and further proof in the form of supplementary progress schedules, that the inability to obtain such materials when originally planned, did in fact cause a delay in final completion of the entire work which could not be compensated for by revising the sequence of the Contractor's operations. Payments withheld Prior to Final Acceptance of Work The Owner may withhold, or in account of subsequently discovered evidence, nullify the whole or part of any certificate of payment to such extent as may be necessary to protect them from loss of account of: Defective work not remedied; Claims filed or reasonable evidence indication public filing or claims by other parties against the Contractor; Failure of the Contractor to make payments properly to all subcontractors or for material or labor; Damage to another Contractor; Waivers from subcontractors and material suppliers must be supplied to the Owner. 14

CITY OF BOISE. Finance and Administration and Parks & Administration Departments

CITY OF BOISE. Finance and Administration and Parks & Administration Departments CITY OF BOISE TO: FROM: Mayor and Council Finance and Administration and Parks & Administration Departments RESOLUTION NUMBER: R-356-09 DATE: October 30, 2009 SUBJECT: Approval of Contract, FB 10-019;

More information

CITY OF BOISE. Finance and Administration and Parks and Recreation Departments

CITY OF BOISE. Finance and Administration and Parks and Recreation Departments CITY OF BOISE TO: From: Mayor and Council Finance and Administration and Parks and Recreation Departments Date: June 1, 2010 Resolution Number: R-180-10 Subject: Award of Bid, Approval of Contract, FB

More information

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018, CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION THIS AGREEMENT, made this day of, 2018, signed between Nampa & Meridian Irrigation District, hereafter referred to as "NMID" and, of (address), hereinafter

More information

CONSTRUCTION CONTRACT EXAMPLE

CONSTRUCTION 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 information

INTRODUCTION TERMS AND CONDITIONS

INTRODUCTION TERMS AND CONDITIONS MASTER AGREEMENT FOR PROFESSIONAL SERVICES (AIA) (Unlimited) THIS AGREEMENT FOR PROFESSIONAL SERVICES shall become effective DATE, 2016, between the City of Meridian, a municipal corporation organized

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

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

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

More information

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM CONTRACT FOR WEATHERIZATION SERVICES BETWEEN THE OF Agency name (Hereinafter referred to as the "Agency") AND Contractor name (Hereinafter referred to as the "Contractor") FOR CONTRACT # GRANT AGREEMENT

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

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

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

More information

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

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

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S Page 11 of 17 G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S The contractor shall provide certificates of insurance in a form acceptable to the Georgia Ports Authority

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY 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 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

Hinds Community College Facilities Use Agreement

Hinds Community College Facilities Use Agreement Hinds Community College Facilities Use Agreement This agreement is made and entered into on, between Hinds Community College (HCC) and (Renter) having an address at for Renter s use of specific facilities

More information

RFP GENERAL TERMS AND CONDITIONS

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

More information

SUBCONTRACT AGREEMENT GENERAL TERMS AND CONDITIONS

SUBCONTRACT AGREEMENT GENERAL TERMS AND CONDITIONS Subcontract No: Date: SUBCONTRACT AGREEMENT Genoa Construction Services, Inc., a Georgia corporation ("Contractor"), hereby enters into this Subcontract Agreement ( Subcontract ) with NAME OF SUBCONTRACTOR,

More information

SUBCONTRACTOR TERMS AND CONDITIONS

SUBCONTRACTOR TERMS AND CONDITIONS SUBCONTRACTOR TERMS AND CONDITIONS ARTICLE 1.0 GENERAL OBLIGATIONS The Prime Contract, including all general conditions; appendices; special and supplemental conditions or provisions; drawings or plans;

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

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

CITY 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 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 information

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES APPENDICES 53 Appendix 1-1 Agreement Form This Agreement made the...day of...20...between...of...hereinafter called the Employer and...of...hereinafter called the Contractor of the other part. Whereas

More information

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH: PROFESSIONAL SERVICES AGREEMENT For On-Call Services THIS AGREEMENT is made and entered into this ENTER DAY of ENTER MONTH, ENTER YEAR, in the City of Pleasanton, County of Alameda, State of California,

More information

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION SPECIFICATIONS FOR DEMOLITION OF BOURNEFIELD UNITS 208, 211, 217, 232, & 233 ST.THOMAS, UNITED STATES VIRGIN ISLANDS JUNE 2016 VIRGIN ISLANDS PORT AUTHORITY

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

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT BUSINESS ASSOCIATE AGREEMENT THIS BUSINESS ASSOCIATE AGREEMENT (the Agreement ) is entered into this day of, 20, by and between the University of Maine System acting through the University of ( University

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

CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID. Project Number ITB Flat Roof Life Extension

CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID. Project Number ITB Flat Roof Life Extension ADDENDUM CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID Project Number ITB 18-02-15 Flat Roof Life Extension Central Linn Elementary School Central Linn High School Central Linn School District PO

More information

INVITATION TO BID Retaining Wall

INVITATION TO BID Retaining Wall INVITATION TO BID Retaining Wall DEPARTMENT OF PARKS AND RECREATION The City of Des Peres is soliciting bids from qualified contractors to remove existing block wall and construct one concrete block retaining

More information

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

BOROUGH 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 information

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex December 4, 2016 Submission Deadline: 12:00 p.m. December 20, 2016 1. REQUEST FOR PROPOSAL The City of Brentwood

More information

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT BUSINESS ASSOCIATE AGREEMENT This Business Associate Agreement (the Agreement ) is entered into this day of, 20, by and between the University of Maine System ( University ), and ( Business Associate ).

More information

CONTRACT DOCUMENTS FOR Fire Department Training Center Paving Project No

CONTRACT DOCUMENTS FOR Fire Department Training Center Paving Project No CONTRACT DOCUMENTS FOR Fire Department Training Center Paving Project No. 19-02-650 Prepared by: ENGINEERING DEPARTMENT CITY OF VALDOSTA February 2019 Bid Opening Date: March 7, 2019 INVITATION FOR BID

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

CONSULTANT SERVICES AGREEMENT

CONSULTANT SERVICES AGREEMENT CONSULTANT SERVICES AGREEMENT THIS AGREEMENT ( Agreement ) is made and entered into this 20 th day of December, 2012, by and between the City of Rio Vista, a municipal corporation of the State of California

More information

STANDARD INTERCONNECTION AGREEMENT Fayetteville Public Works Commission

STANDARD INTERCONNECTION AGREEMENT Fayetteville Public Works Commission STANDARD INTERCONNECTION AGREEMENT Fayetteville Public Works Commission This STANDARD INTERCONNECTION AGREEMENT, (the Agreement ), is entered into this day of, 20 by and between, hereinafter called Customer

More information

NEW AIR TRAFFIC CONTROL TOWER

NEW AIR TRAFFIC CONTROL TOWER DIVISION I NEW AIR TRAFFIC CONTROL TOWER CONSTRUCTION MANAGER AT RISK (CMAR) CONSTRUCTION SERVICES CONTRACT PROJECT NO. 927 TABLE OF CONTENTS ARTICLE PAGE ARTICLE 1 PARTICIPANTS AND PROJECT... 2 ARTICLE

More information

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019 CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Remove, Repair and Re- Install

More information

FIRE HYDRANT REPAIR/REPLACEMENT (AS NEEDED) INFORMAL QUOTATION (Construction Services under $100,000) CITY OF SPARKS, NEVADA

FIRE HYDRANT REPAIR/REPLACEMENT (AS NEEDED) INFORMAL QUOTATION (Construction Services under $100,000) CITY OF SPARKS, NEVADA Informal Quotation Contract Page 1 FIRE HYDRANT REPAIR/REPLACEMENT (AS NEEDED) INFORMAL QUOTATION (Construction Services under $100,000) CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this

More information

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of January, 2016, by and between the CITY OF TUMWATER, a Washington municipal

More information

PROPERTY MANAGEMENT AGREEMENT

PROPERTY MANAGEMENT AGREEMENT -Cover start- PROPERTY MANAGEMENT AGREEMENT This property management agreement is intended for real estate owners to execute with those managing their property for rental purposes. Download this property

More information

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR REPLACEMENT OF HVAC EQUIPMENT AT Highland High School, 1800 Bench

More information

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

CITY 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 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

CONSTRUCTION CONTRACT

CONSTRUCTION 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 information

General Purchase Order Terms and Conditions (Pro-buyer)

General Purchase Order Terms and Conditions (Pro-buyer) 1. Applicability. General Purchase Order Terms and Conditions (Pro-buyer) (a) This purchase order is an offer by GT Exhaust, Inc. (the "Buyer") for the purchase of the goods specified on the face of this

More information

AGREEMENT BETWEEN OWNER AND SELLER

AGREEMENT BETWEEN OWNER AND SELLER AGREEMENT BETWEEN OWNER AND SELLER 11-15-2018 THIS AGREEEMENT is effective as of the day of in the year of 2018 by and between the Velasco Drainage District, a political subdivision of the State of Texas,

More information

Town of Highlands Board Approved as of May 17, 2012

Town of Highlands Board Approved as of May 17, 2012 TOWN OF HIGHLANDS INTERCONNECTION AGREEMENT FOR SMALL PHOTOVOLTAIC GENERATION FACILITY OF 10 kw OR LESS This PHOTOVOLTAIC INTERCONNECTION AGREEMENT FOR SMALL GENERATION 10 kw or less (the Agreement ),

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

Sand Purchase for Golf Course Bunker Renovation. Hoffman Estates Park District

Sand Purchase for Golf Course Bunker Renovation. Hoffman Estates Park District Hoffman Estates Park District BID DATE: 12/5/16 BID TIME: 10am CST PREPARED BY: Brian Bechtold Director of Golf Operations 847-781-3679 HOFFMAN ESTATES PARK DISTRICT 1685 W. Higgins Road Hoffman Estates

More information

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

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

More information

Independent Contractor Agreement Form

Independent Contractor Agreement Form Independent Contractor Agreement Form AGREEMENT is made this on (date), by and between Central Piedmont Community College/CPCC (Herein after referred to as CPCC) and (Herein after referred to as Contractor

More information

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways Description: The Litchfield Airport Authority is accepting

More information

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT Amended 6/09 APPLICABILITY: These procedures will apply where an individual desires to install or abandon a temporary monitoring

More information

LONE TREE SCHOOL FLOORING REPLACEMENT

LONE TREE SCHOOL FLOORING REPLACEMENT WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL FLOORING REPLACEMENT PROPOSAL DUE DATE: May 12, 2011 1:30 p.m. 1 The WHEATLAND SCHOOL DISTRICT wishes to replace flooring at its Lone Tree

More information

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS

RECITALS. 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 information

POST BID ADDENDUM. Project: LDS Eastview, Mesa, Iona 10 HVAC Project No.: Addendum No.: 2

POST BID ADDENDUM. Project: LDS Eastview, Mesa, Iona 10 HVAC Project No.: Addendum No.: 2 POST BID ADDENDUM Project: LDS Eastview, Mesa, Iona 10 HVAC Project No.: 504-6955 Addendum No.: 2 Project Address: 2349 Virlow St., Idaho Falls, Idaho 83401 Date: 8/29/2016 Owner: Corporation of the Presiding

More information

Request 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, 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 information

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

CONTRACT 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 information

SUPPLIER - TERMS AND CONDITIONS Materials and Goods

SUPPLIER - TERMS AND CONDITIONS Materials and Goods SUPPLIER - TERMS AND CONDITIONS Materials and Goods 1. BINDING EFFECT; ACCEPTANCE. This purchase order and all subsequent purchase orders delivered by Buyer to Seller (each, an "order"), shall be governed

More information

SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT

SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT (This Agreement shall be utilized for any service, rehabilitation, or construction project when funding sources contain no additional restrictions

More information

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT Effective August 22, 2018, Addendum No. 1 and the applicable attachment(s) is associated with the Invitation for Bid (IFB) seeking bids

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

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID City of Portsmouth Portsmouth, New Hampshire Department of Public Works Boilers and Cooling Towers INVITATION TO BID Sealed bid proposals, plainly marked, Boilers and Cooling Towers Equipment Treatment

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

CONTRACT FOR PROFESSIONAL SERVICES - ARCHITECT

CONTRACT 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 information

PURCHASE ORDER ACKNOWLEDGEMENT

PURCHASE ORDER ACKNOWLEDGEMENT PURCHASE ORDER These Terms and Conditions shall apply to this Purchase Order attached hereto as Exhibit A and to all subsequent transactions (whether or not a Purchase Order is used) between Marquette

More information

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM INVITATION FOR BIDDER'S PROPOSALS, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM OWNER: Village of Libertyville 200 East Cook Avenue Libertyville, Illinois 60048-2090 1. Invitation to Bid: Owner invites sealed

More information

STANDARD CONSTRUCTION CONTRACT. THESE ARTICLES OF AGREEMENT made in duplicate and effective the day of 2017: NEW BRUNSWICK POWER CORPORATION

STANDARD CONSTRUCTION CONTRACT. THESE ARTICLES OF AGREEMENT made in duplicate and effective the day of 2017: NEW BRUNSWICK POWER CORPORATION STANDARD CONSTRUCTION CONTRACT THESE ARTICLES OF AGREEMENT made in duplicate and effective the day of 2017: BETWEEN: NEW BRUNSWICK POWER CORPORATION (referred to herein as the Owner) AND (referred to herein

More information

EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES

EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES This agreement ("Agreement"), dated as of, 2018 ( Effective Date ) is by and between the Sonoma County Waste Management Agency, (hereinafter

More information

FREIGHT CHARGES AND RISK OF LOSS. Unless stated otherwise, all items are shipped F.O.B. AAP manufacturing facility.

FREIGHT CHARGES AND RISK OF LOSS. Unless stated otherwise, all items are shipped F.O.B. AAP manufacturing facility. Sales Terms and Conditions These Sales Terms and Conditions shall be the sole terms and conditions governing the sale of goods by Arconic Architectural Products LLC ( AAP ) selling Products to a purchaser

More information

NORTH CAROLINA CENTRAL UNIVERSITY

NORTH CAROLINA CENTRAL UNIVERSITY NORTH CAROLINA CENTRAL UNIVERSITY PROFESSIONAL SERVICES AGREEMENT Between North Carolina Central University 1801 Fayetteville Street Durham, North Carolina 27707 And THIS AGREEMENT made and entered into

More information

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

ARTICLE 1 ARTICLE 3 CONTRACTOR THE SUBCONTRACT DOCUMENTS ARTICLE 2 MUTUAL RIGHTS AND RESPONSIBILITIES ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) this Agreement; (2) the prime Contract, consisting of the Agreement between the Owner and Contractor and the other Contract

More information

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS Except as otherwise provided on the face of this Purchase Order or Supply Contract (the Order ) which is attached hereto, the parties agree

More information

CITY OF DES PLAINES INVITATION TO BID AND CONTRACT IT NETWORK FIREWALLS & SUPPORT ISSUED: JULY 2015

CITY OF DES PLAINES INVITATION TO BID AND CONTRACT IT NETWORK FIREWALLS & SUPPORT ISSUED: JULY 2015 CITY OF DES PLAINES INVITATION TO BID AND CONTRACT IT NETWORK FIREWALLS & SUPPORT ISSUED: JULY 2015 OWNER: City of Des Plaines 1420 Miner Street Des Plaines, Illinois 60016 Owner will receive sealed proposals

More information

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 SEPTEMBER 23, 2014 ADDENDUM #1 TO BID NO: SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT The following items have been

More information

SUBCONTRACTOR AGREEMENT

SUBCONTRACTOR 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 information

TERMS AND CONDITIONS

TERMS AND CONDITIONS TERMS AND CONDITIONS 1. Agreement; Modification of Terms. These terms and conditions (the Terms ) apply to all orders for, and all sales and rentals of, all equipment ( Equipment ) described in the quotation,

More information

HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000)

HOUSING 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 information

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236

More information

AGC TEXT COPY THE ASSOCIATED GENERAL CONTRACTORS OF AMERICA AGC DOCUMENT NO. 603 STANDARD SHORT FORM AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR

AGC 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 information

RENOVATION CONTRACT. Borrower Name(s): Phone #: Phone #:

RENOVATION CONTRACT. Borrower Name(s): Phone #: Phone #: RENOVATION CONTRACT Case Number: Date: Borrower Name(s): Phone #: Phone #: THIS RENOVATION CONTRACT ( Contract ) dated as of, by and between ( Owner ) and ( Contractor ). Owner and Contractor, in consideration

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

Standard Form of Agreement Between Contractor and Subcontractor

Standard Form of Agreement Between Contractor and Subcontractor Standard Form of Agreement Between Contractor and Subcontractor GENERAL TERMS AND CONDITIONS ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) these General Terms and Conditions,

More information

CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5

CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5 CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5 1. DELIVERY OF PROPOSALS. It is the Proposer's responsibility

More information

City of Loveland, Ohio

City of Loveland, Ohio City of Loveland, Ohio Request for Proposal (RFP) Information Technology (IT) Managed Services Provider Proposals are due by 4:30 PM, November 1, 2017 The City of Loveland is inviting qualified Information

More information

City of La Palma Agenda Item No. 5

City of La Palma Agenda Item No. 5 City of La Palma Agenda Item No. 5 MEETING DATE: November 7, 2017 TO: FROM: SUBMITTED BY: CITY COUNCIL CITY MANAGER Mike Belknap, Community Services Director AGENDA TITLE: Award of Contract to Infrastructure

More information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

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

More information

DIF CREDIT AGREEMENT [Insert Project Name]

DIF 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 information

INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES FF&E CONSULTING SERVICES

INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES FF&E CONSULTING SERVICES INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES FF&E CONSULTING SERVICES This Independent Consultant Agreement for Professional Services ( Agreement ) is made and entered into as of the 17th

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

CDBG/HOME CONTRACT DOCUMENTS NEW HOUSING CONSTRUCTION

CDBG/HOME CONTRACT DOCUMENTS NEW HOUSING CONSTRUCTION CDBG/HOME CONTRACT DOCUMENTS NEW HOUSING CONSTRUCTION 2013 CDBG/HOME HOUSING NEW CONSTRUCTION CONTRACT THIS CONSTRUCTION CONTRACT is made and entered into this day of 2013, by and between, (marital status),

More information

NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS

NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS 1. PERFORMANCE AND DEFAULT: If, through any cause, Vendor shall fail to fulfill in timely and proper manner the obligations under this contract, the

More information

CENTRAL COAST WATER AUTHORITY. Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide

CENTRAL COAST WATER AUTHORITY. Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide CENTRAL COAST WATER AUTHORITY Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide March 2018 1 CONTRACT DOCUMENTS TABLE OF CONTENTS BIDDING REQUIREMENTS, CONTRACT

More information

City of Laguna Niguel Solicitation of Informal Sealed Bids for the Replacement of Diving Platform Hand Rail and Spiral Stairs Cash Contract 18-06

City of Laguna Niguel Solicitation of Informal Sealed Bids for the Replacement of Diving Platform Hand Rail and Spiral Stairs Cash Contract 18-06 City of Laguna Niguel Solicitation of Informal Sealed Bids for the Replacement of Diving Platform Hand Rail and Spiral Stairs Cash Contract 18-06 Project Name: Replacement of Diving Platform Hand Rail

More information

CITY OF NAPLES, FLORIDA

CITY OF NAPLES, FLORIDA CITY OF NAPLES, FLORIDA Bid/Proposal No. 046-09 AGREEMENT (PROFESSIONAL SERVICES) Contract No. Project Name East Naples Solana Road Booster Pump Stations Improvement THIS AGREEMENT (the Agreement ) is

More information

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT Sanitary Sewer Rehabilitation Design Services [name of consultant] This agreement, made and entered into this day

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST 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 information

Subcontract Agreement

Subcontract Agreement S THIS AGREEMENT made as of the day of, 2012 BETWEEN the Contractor: TCL Partners 5212 123 rd Place SE Everett, WA 98208 and the For the Following Project: The Architect for the Project: The Contractor

More information