OUTAGAMIE COUNTY ASPHALTIC CONCRETE MATERIALS
|
|
- Melinda Ellis
- 5 years ago
- Views:
Transcription
1 OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR ASPHALTIC CONCRETE MATERIALS FOR HIGHWAY DEPARTMENT DUE BY: March 29, 2017 at 10:00 AM
2 1.0 Specifications The Highway Department is requesting proposals for asphaltic concrete materials to be used on various construction or maintenance projects completed by Outagamie County s Highway Department. Reference Attachment A for the specifications of the asphaltic concrete materials. Complete and return the proposal form. Your proposal price must remain firm through March 31, Award will be by line item by Outagamie County project. Thus, multiple vendors may be awarded the same material. The County will pay for at the proposal unit price under the items listed on the proposal form. If the supplier has any deviation to our requested specifications it must be listed and include with your proposal. Outagamie County Highway Department will order material for projects and maintenance as needed. Supplier shall provide all necessary equipment to service Outagamie County within a 24-hour notice of intended material purchases. 2.0 Insurance and Indemnification The awarded supplier(s) shall abide by the indemnification and insurance requirements as set forth in Attachment B. Complete and return Attachment B with your proposal, also include your Certificate of Insurance with your proposal. 3.0 Contact Information Contact the following if clarification is needed - Shari Wojciehowski Senior Support Specialist shari.wojciehowski@outagamie.org 4.0 Clarification and/or Revisions to the Specifications and Requirements Proposer must examine the RFP documents carefully and before submitting a Proposal may request from the County's contact person(s) additional information or clarification. A Proposer s failure to request additional information or clarification shall preclude the Proposer from subsequently claiming any ambiguity, inconsistency, or error. OUTAGAMIE COUNTY ASPHALTIC MATERIALS February 14,
3 The County will issue responses to inquiries and any other corrections or amendments it deems necessary in written addendum prior to the Proposal due date. Proposers should rely only on the representations, statements or explanations that are contained in this RFP and the written addendum to this RFP. Where there appears to be a conflict between the RFP and any addendum issued, the last addendum issued will prevail. It is the Proposer's responsibility to assure receipt of all addenda. Outagamie County will post any updates online at Upon posting, such addenda shall become part of the RFP and binding on Proposer(s). 5.0 County Reservation Outagamie County reserves the right to accept or reject, any or all proposals, in whole or in part, as deemed in the best interest of the County. a. This proposal request does not commit Outagamie County to make an award or to pay any costs incurred in the preparation of a proposal in response to this request. b. The proposals will become part of Outagamie County's files without any obligation on Outagamie County's part. c. The proposer shall not offer any gratuities, favors, or anything of monetary value to any official or employee of Outagamie County for any purpose. d. The vendor shall report to Outagamie County any manufacturer product price reductions, model changes, and product substitutions. No substitutions are allowed without prior approval from Outagamie County. e. Outagamie County has the sole discretion and reserves the right to cancel this proposal and to reject any and all proposals received prior to award, to waive any or all informalities and or irregularities, or to re-advertise with either an identical or revised specification. f. Outagamie County reserves the right to request clarifications for any proposal. g. Outagamie County reserves the right to select elements from different individual proposals and combine and consolidate them in any way deemed to be in the best interest of Outagamie County. 6.0 Closing Date Proposals will be received up to 10:00 a.m. CT on March 29, Proposal Submittal Address OUTAGAMIE COUNTY ASPHALTIC MATERIALS February 14,
4 8.0 Taxes Proposals should be delivered or sent to Outagamie County Highway Department Attn: Shari Wojciehowski 1313 Holland Rd Appleton, WI Mark on the outside of your proposal RFP Asphaltic Materials. Outagamie County is exempt from Federal Excise Tax ( ), Wisconsin Sales Tax (ES 41005), but if there is a tax, such as local or county, it must be shown in the proposal. 9.0 Method of Procurement The method for this procurement is competitive proposal, pursuant to Chapter 22 of the Outagamie County Code of Ordinances Venue This agreement will be governed and construed according to the laws of the State of Wisconsin. This agreement is performable in Outagamie County Status of Proposal Upon award, proposals will be considered public record and details will be posted online. S:\HWY\Admin\Clerk\RFP\Materials\Asphaltic Concrete Materials\Asphalt Concrete Materials 2017.doc Page 4 of 5
5 OUTAGAMIE COUNTY PROPOSAL FORM Asphaltic Materials Page 5 of 5 Proposals Due: Send/Deliver Proposals To: March 29, :00 a.m. CT Outagamie County Highway Department Attn: Shari Wojciehowski 1313 Holland Rd Appleton, WI Include information as requested in Section 2.0 Firm Name: Authorized Signature: Printed name: Title: Date: Address: City/State/Zip: Phone/Fax: S:\HWY\Admin\Clerk\RFP\Materials\Asphaltic Concrete Materials\Asphalt Concrete Materials 2017.doc Page 5 of 5
6 Outagamie County Request for Proposal Asphaltic Concrete Materials for Highway Department Attachment A Specifications 1. General Perform the work under this proposal for the furnishing of Asphaltic Concrete Materials for Outagamie County, Wisconsin. Execute the work as specified in the State of Wisconsin, Department of Transportation, Standard Specifications for Highway and Structure Construction, 2017 Edition, the Additional Special Provision 6 (ASP-6), and these Special Provisions. References to the Department or State in the Standard Specifications shall, in most instances, mean Outagamie County. The term Engineer shall mean the authorized representative of the Outagamie County Highway Department. 2. Scope of Work The work under this proposal consists of furnishing materials and all incidental items necessary to complete the work as included in the proposal. 3. Prosecution and Progress Outagamie County Highway Department will pick up Hot Mix Asphalt material for projects and maintenance in the current construction season, generally May 1 to October 15; however reserves the right to receive material outside those dates pending good weather and plant availability. Hot Mix Asphalt will be ordered by Outagamie County as needed. 4. Hot Mix Asphalt, FOB Plant A. Description This special provision describes furnishing Hot Mix Asphalt from the supplier s plant to trucks operated or hired by the County. B. Materials B.1 General Furnish Hot Mix Asphalt mixtures that are according to the pertinent requirements of ASP-6 and of sections 450, 455, and 460 of the Standard Specifications. B.2 Mix Design Submit mix designs to the Engineer that have been developed per the requirements of ASP-6 and of section 460 of the Standard Specifications at least 2 weeks prior to construction for approval. B.3 Production Supplier must be capable of providing 250 tons of material per hour. Trucks receiving materials under this proposal shall have first preference in loading at the plant. B.4 Asphaltic Material Furnish Asphaltic Material PG58-28S or PG58-28H as requested. Furnishing Asphaltic Material shall be incidental to Hot Mix Asphalt material. B.5 Release Agent Supplier shall provide release agent and an application system that is readily accessible at each plant location. Providing release agent shall be incidental to Hot Mix Asphalt material. S:\HWY\Admin\Clerk\RFP\Materials\Asphaltic Concrete Materials\Asphalt Concrete Materials 2017 Specs.doc Page 1 of 4
7 B.6 Quality Management The supplier will conduct quality control testing, and the County will conduct quality verification testing generally following the requirements of Standard Specifications except as follows: B.6.1 Quality Control Supplier is encouraged to perform sampling and testing of HMA paving materials for the purpose of controlling the mix during production, at a frequency and location determined by the supplier as needed to maintain quality. Any testing completed shall be documented and the documentation submitted to the Engineer within 15 days upon completion of each project. Supplier is expected to conform to the control limits for the JMF and warning limits as modified in ASP-6 B.6.2 Quality Verification Outagamie County will hire an independent testing lab to conduct Quality Verification (QV) tests to determine the quality of the final project and measure characteristics that predict relative performance. The Engineer will direct the QV testing lab to test each design mixture at a rate the Engineer determines. C. VACANT D. Measurement The County will measure the HMA items acceptably furnished by the ton. E. Payment The County will pay for measured quantities at the proposal unit price under the following items: DESCRIPTION UNIT HMA Pavement 3 LT S, FOB Plant HMA Pavement 4 LT S, FOB Plant HMA Pavement 5 LT S, FOB Plant HMA Pavement 4 LT H, FOB Plant HMA Pavement 3 MT S, FOB Plant HMA Pavement 4 MT S, FOB Plant HMA Pavement 5 MT S, FOB Plant HMA Pavement 4 MT H, FOB Plant Payment for Hot Mix Asphalt items is full compensation for providing HMA mixture designs; for furnishing mixture; for furnishing release agent, for QC testing and aggregate source testing; and for all materials including asphaltic materials. Prices proposed shall remain in effect until December 31, Recycled Asphalt Credit The county anticipates having recycled asphalt millings available from projects. The county will deliver material to site specified. Indicate the credit per ton offered to the county for this material. S:\HWY\Admin\Clerk\RFP\Materials\Asphaltic Concrete Materials\Asphalt Concrete Materials 2017 Specs.doc Page 2 of 4
8 Outagamie County Highway Department 2017 Proposed Hot Mix Asphalt Projects Project 1 Estimated Quantity (Tons) CTH N 24,000 CTH E 2,000 CTH OO 3,000 CTH W 7,000 OTHER 17,500 Total 53, Quantities listed are approximate only and they may be increased or decreased as may be needed to complete projects and maintenance. The list of projects may change, be added to or subtracted from, depending on proposal prices, budgets, or other reasons. S:\HWY\Admin\Clerk\RFP\Materials\Asphaltic Concrete Materials\Asphalt Concrete Materials 2017 Specs.doc Page 3 of 4
9 ASPHALTIC CONCRETE MATERIALS 2017 PROPOSAL FORM Hot Mix Asphalt (Unit Price/Ton) PG Plant Location 3 LT S 4 LT S 5 LT S 4 LT H 3 MT S 4 MT S 5 MT S 4 MT H Delivery Location Recycled Asphalt Millings Credit Credit/Ton S:\HWY\Admin\Clerk\RFP\Materials\Asphaltic Concrete Materials\Asphalt Concrete Materials 2017 Specs.doc Page 4 of 4
10 Highway Department Asphaltic Concrete Materials Attachment B Section 1 - Indemnification and Hold Harmless Clause: (Contractor / Vendor Name) agrees at all times during the term of the agreement to indemnify, hold harmless and defend the County, its Boards, Committees, Officers, Employees, Authorized Representatives and Volunteers against any and all liabilities, losses, damages costs or expenses (including, without limitation, actual attorney s and consultant s fees) which the County, its Boards, Committees, Officers, Employees and Representatives may sustain, incur or be required to pay by reason of or in any way related to bodily injury, personal injury or property damage of whatsoever nature or in connection with or in any way related to the performance of the work by (Contractor/Vendor Name), its employees, agents and anyone employed directly or indirectly by any of them or by anyone for whose acts any of them may be liable, provided, however, that the provisions of this section shall not apply to liabilities, losses, charges, costs or expenses caused solely by or resulting from the gross negligent acts or omissions of the County, its Agencies, Boards, Committees, Officers, Employees, Authorized Representatives or Volunteers. It is agreed that Contractor/Vendor will be responsible for primary loss investigation, defense and judgment costs where this indemnification is applicable. Contractor s/vendor s indemnity obligations shall not be limited by any worker s compensation statute, disability benefit or other employee benefit or similar law or by any other insurance maintained by or required of Contractor/Vendor. Section 2 - Compliance with Laws, Regulations, Permits, Etc. Clause: The (Contractor/Vendor Name) shall comply with all Federal, State and local codes, laws, regulations, standards, and ordinances, including, without limitation, those of the Occupational Safety and Health Administration (OSHA), the Wisconsin Department of Safety and Professional Services and all County rules and orders governing the performance of the work performed by the Contractor/Vendor, its employees, agents and subcontractors or anyone employed directly or indirectly by any of them or by anyone for whose acts any of them may be liable. In addition, any material, equipment or supplies provided to the County must comply with all safety requirements as set forth by the Wisconsin Administrative Code, Rules of the Industrial Commission on Safety and all applicable OSHA Standards. Effective May 1, 2007 employers performing work on qualified public works construction projects in Wisconsin for municipal government and state building projects will be required to have a written substance abuse testing program in place. The provisions of this requirement are contained in Wisconsin Statute Section 3 - Subcontractors Clause: The (Contractor/Vendor Name) shall require each of their Subcontractors to take out and maintain, during the life of their subcontract the same insurance coverages as required under section 6, below, including without limitation naming the County, its Boards, Committees, Officers, Employees, Authorized Representatives and Volunteers as additional insureds with respect to all commercial general liability insurance policies. Each Subcontractor shall furnish to the (Contractor/Vendor Name) two (2) copies of all certificates of insurance in a form acceptable to the County. The (Contractor/Vendor Name) shall furnish one copy of each of the certificates of insurance, and any other evidence of insurance requested by the County, to the County prior to the commencement of any work to be performed by Contractor/Vendor or its Subcontractors. The County reserves the right to immediately terminate the contract with no liability or obligation to Contractor/Vendor or its Subcontractors, if the Subcontractor is not in compliance with these insurance requirements.
11 Section 4 - Proof of Insurance: Policies shall be issued by a company or companies authorized to do business in the State of Wisconsin and licensed by the Wisconsin Insurance Department and having an AM Best rating of A- or better. Acceptance of Contractor s insurance by County shall not relieve or decrease the liability of the Contractor hereunder. Any deductible or selfinsured retention amount or other similar obligation under the policies shall be the sole responsibility of the Contractor. Coverage afforded shall apply as primary and non-contributory, with the County, its Boards, Committees, Officers, Employees, Authorized Representatives and Volunteers named as additionally insureds (with respects to any and all insurance policies identified in Section 6, as allowed by law). All liability insurance policies (except professional liability policies) to be maintained hereunder by Contractor/Vendor shall be occurrence based and not claims made policies. The County shall be given thirty (30) days advance notice of cancellation or nonrenewal of any and all required insurance coverages during the term of this agreement. Prior to the execution of this agreement, the (Contractor/Vendor name) shall furnish the County with certificates of insurance (Acord Form 25-S or equivalent) signed by the insurer s representative and, upon request, certified copies of the required insurance policies and any other insurance related information, evidencing the insurance coverage requirements referenced below. Certificates of insurance shall be sent to the following address: Outagamie County, Attention: Risk Administrator, 410 South Walnut Street, Appleton, WI The County reserves the right to immediately terminate the contract with no liability or obligation to Contractor/Vendor or any of its Subcontractors, if the (Contractor/Vendor Name) is not in compliance with these insurance requirements. Section 5 Applicable Law: Any lawsuits related to or arising out of disputes under this agreement shall be commenced and tried in the Circuit Court of Outagamie County, Wisconsin and the County and (Contractor/Vendor Name) shall submit exclusively and specifically to the jurisdiction of the Outagamie County Circuit Court for such lawsuits. This agreement will be governed and construed according to the laws of the State of Wisconsin. Section 6 Insurance Coverage Requirements: The insurance requirements herein are minimum requirements for this Contract and in no way limit the indemnity covenants contained in this Contract. Outagamie County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor/Vendor from liabilities that might arise out of the performance of work under this contract by the Contractor, it agents, representatives, employees or subcontractors, and Contractor is free to purchase additional insurance. (Contractor/Vendor Name) agrees that in order to protect itself and the County, its Boards, Committees, Employees, Authorized Representatives and Volunteers under the indemnity provisions of Section 1, it will at all times during the term of the agreement provide and maintain at its own expense, the following minimum limits of insurance covering its operations: Minimum Insurance Coverages and Limits 1) Worker s Compensation & Employer s Liability a) Applicable State Statutory Limits as Required by the State of Wisconsin b) Applicable Federal (e.g. U.S. Longshoremen s and Harbor Worker s Act, Admiralty (Jones) Act, and Federal Employer s Liability Act) Statutory Limit c) Employer s Liability - $100,000 each occurrence / $100,000 each person (disease) / $500,000 total limit (disease)
12 Except as may be otherwise set forth herein, the County shall not be liable to (Contractor/Vendor Name), its employees, or subcontractors, or anyone employed directly or indirectly by any of them or by anyone for whose acts any of them may be liable, for any injuries to any of them arising out of or in any way related to the performance of the work under this agreement. (Contractor/Vendor Name) agrees that the indemnification and hold harmless provisions within this agreement extend to any claims brought by or on behalf of any such employees, subcontractors or anyone employed directly or indirectly by any of them or by anyone for whose acts any of them may be liable. 2) Automobile Liability Owned, Non-Owned, Hired a) Bodily Injury and Property Damage Combined - $1,000,000 for bodily injury and property damage per occurrence limit covering all vehicles to be used in connection with the performance of Contractor s/vendor s obligations under this Agreement. b) Coverage for commercial automobile liability insurance shall be at least as broad as Insurance Services Office (ISO) Business Auto Coverage (Form CA 0001), covering Symbol 1 (any vehicle). If Contractor/Vendor/Subcontractor or Contractor s/ Vendor s/subcontractor s employees use personal vehicles to perform any services or work to be performed by Contractor/Vendor or Subcontractor under this Agreement, the Contractor/Vendor/Subcontractor must provide, to the County, a copy of the Certificate of Insurance (and any other documentation requested by the County) for Personal Automobile Liability coverage for each employee of Contractor/Vendor/Subcontractor who will be using their personal vehicle to perform such services or work as evidence of satisfactory compliance. 3) Comprehensive General Liability (Including Broad Liability Endorsement) a) Bodily Injury and Property Damage Combined - $1,000,000, Each Occurrence b) Personal Injury - $1,000,000 c) Coverage for commercial general liability insurance shall be at least as broad as Insurance Services Office (ISO) Commercial General Liability Coverage (Occurrence Form CG 0001) 4) Umbrella or Excess Liability a) $1,000,000 following form excess of the primary General Liability, Automobile Liability and Employers Liability Coverages. 5) Completed Operations / Product Liability a) $1,000,000 / Each Accident Coverage shall be maintained for a period of two (2) years after the final payment to Contractor/Vendor. 6) X,C,U: a) $1,000,000 / Each Accident
OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR. Two (2) 4 X 4 Trucks HIGHWAY DEPARTMENT. DUE BY: December 19, 2018 at 10:00 AM
OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR Two (2) 4 X 4 Trucks FOR HIGHWAY DEPARTMENT DUE BY: December 19, 2018 at 10:00 AM S:\HWY\Admin\Clerk\RFP\Trucks\Foreman's Trucks.doc Page 1 of 8 1.0 Specifications
More informationOUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR. Two (2) 4 X 4 Trucks HIGHWAY DEPARTMENT. DUE BY: December 19, 2018 at 10:00 AM
OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR Two (2) 4 X 4 Trucks FOR HIGHWAY DEPARTMENT DUE BY: December 19, 2018 at 10:00 AM S:\HWY\Admin\Clerk\RFP\Trucks\4X4 Pickup\4x4 Pickup Trucks.doc Page 1 of 8 1.0
More informationCALUMET COUNTY HIGHWAY DEPARTMENT
CALUMET COUNTY HIGHWAY DEPARTMENT February 2018 2018 ASPHALTIC CONCRETE PAVEMENT DUE DATE: March 15, 2018 @ 3:00 P.M. 1 INDEX GENERAL NOTICE AND INVITATION 3 MIX DESIGN 3-4 QUALITY ASSURANCE 4 PROPOSAL
More informationOUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR. One (1) Dump Box. Equipment to be installed on Quad-Axle Chassis FOR HIGHWAY DEPARTMENT
OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR One (1) Dump Box Equipment to be installed on Quad-Axle Chassis FOR HIGHWAY DEPARTMENT DUE BY: December 19, 2018 at 10:00 AM 1 1.0 Specifications Reference Attachment
More informationREQUEST FOR PROPOSAL RFP# CONSTRUCTION SEASON FURNISHING HOT MIX & COLD MIX ASPHALT MATERIALS POSTING DATE: FEBRUARY 14, 2018
REQUEST FOR PROPOSAL RFP#18-018-30 2018 CONSTRUCTION SEASON FURNISHING HOT MIX & COLD MIX ASPHALT MATERIALS POSTING DATE: FEBRUARY 14, 2018 RESPONSE DEADLINE: MARCH 2, 2018 11:00 A.M. CENTRAL STANDARD
More informationOUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR ODOR CONTROL SYSTEM FOR DEPARTMENT OF RECYCLING AND SOLID WASTE
OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR ODOR CONTROL SYSTEM FOR DEPARTMENT OF RECYCLING AND SOLID WASTE DUE BY: NOVEMBER 17, 2017 1.0 Overview The Outagamie County Department of Recycling & Solid Waste
More informationRequest for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season
Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season Posting Date: January 8, 2014 Response Deadline: January 29, 2014 3:00 p.m.central Standard Time (CST) To: Raymond
More informationAGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES
AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES This is an agreement ( Agreement ) by and between the Ventura County Transportation Commission, hereinafter
More informationRequest for Proposal (RFP) For 2014 Liquid Asphalt Materials
Request for Proposal (RFP) For 2014 Liquid Asphalt Materials Posting Date: March 13, 2014 Response Deadline: March 27, 2014 3:00 p.m.central Standard Time (CST) To: Raymond G Palonen, Highway Commissioner
More informationOUTAGAMIE COUNTY REQUEST FOR BID FOR ELEVATOR CONTROLS UPGRADE FOR THE YOUTH & FAMILY SERVICES BUILDING DUE: JUNE 1, :00 PM CT
OUTAGAMIE COUNTY REQUEST FOR BID FOR ELEVATOR CONTROLS UPGRADE FOR THE YOUTH & FAMILY SERVICES BUILDING DUE: JUNE 1, 2018 2:00 PM CT 1.0 Overview Outagamie County is requesting bids from qualified contractors
More informationServices Agreement for Public Safety Helicopter Support 1
SERVICES AGREEMENT FOR PUBLIC SAFETY HELICOPTER SUPPORT BETWEEN THE CITY OF HUNTINGTON BEACH AND THE CITY OF NEWPORT BEACH This ("Agreement") is made by and between the City of Huntington Beach, a California
More informationEXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants
EXHIBIT B Insurance Requirements for Environmental Contractors and/or Consultants Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons
More informationSample. Sub-Contractor Insurance & Indemnification Agreement
Sample Sub-Contractor Insurance & Indemnification Agreement This Agreement, as negotiated herein, is entered into by and between Subcontractor and Parish/School. For good and valuable consideration, the
More informationADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)
ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB
More informationPROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS
CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS, REQUIRED INSURANCE and CALIFORNIA LABOR CODE REQUIREMENTS for PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS
More informationREQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES
REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals
More 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 informationARTICLE V Indemnification; Insurance
ARTICLE V Indemnification; Insurance 5.1 The Recipient shall act as an independent contractor, and not as an employee, agent, partner, joint venturer, representative or associate of the City, in operating
More informationINDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.
SPECIFICATIONS AND BID FORMS FOR INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883 BID: #16-007- BOE Due on
More informationExhibit. Owner Controlled Insurance Program. Insurance Requirements
Exhibit Owner Controlled Insurance Program Insurance Requirements 1. Owner Controlled Insurance Program. OWNER shall implement an Owner Controlled Insurance Program ( OCIP ) for the Project. The OCIP is
More informationT ERMS AND CONDITIONS OF L OADOUT AGREEMENT
T ERMS AND CONDITIONS OF L OADOUT AGREEMENT 1. Contractor is allowed access to the Site for the sole purpose of loading material into its trucks and is permitted only in areas designated by Company. Any
More informationPage of 5 PURCHASE AGREEMENT
Page - 1 - of 5 (the Effective Date ) PURCHASE AGREEMENT THIS PURCHASE AGREEMENT (this Purchase Agreement ), dated the date specified above, is by and between (the "Contractor") and (the "Subcontractor").
More informationSANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017
SANDY CITY 10000 CENTENNIAL PARKWAY SANDY, UTAH 84070 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 INVITATION FOR BID: This is a formal solicitation of sealed bids which will
More informationRequest for Proposal (RFP) For Earthwork / Grading for CTH V (CTH C to Palmer Road) 2014 Construction Season Posting Date: July 16, 2014
Request for Proposal (RFP) For Earthwork / Grading for CTH V (CTH C to Palmer Road) 2014 Construction Season Posting Date: July 16, 2014 Response Deadline: August 5, 2014 3:00 p.m.central Standard Time
More informationIRFQ #R15-04: FRIDAY NIGHT LIVE
IRFQ #R15-04: FRIDAY NIGHT LIVE INSTRUCTIONS: The Fillable Forms Template must be submitted in total with all required ATTACHMENTS and documents. Bidders that do not comply with the requirements, and/or
More informationRequest for Proposal (RFP) For 2014 Construction / Paving Inspection Services
Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services CTH BB from University Dr. to Pond Road CTH C from CTH F to East Co. Line CTH V from Palmer Road to Amberg Posting Date: May
More informationGRAYBAR ATTACHMENT A SPECIAL TERMS & CONDITIONS CONTRACT NO: MA-IS
GRAYBAR ATTACHMENT A SPECIAL TERMS & CONDITIONS CONTRACT NO: 1. THE PRICES, TERMS AND CONDITIONS OF THIS AGREEMENT #, ATTACHMENT A SPECIAL TERMS AND CONDITIONS, ATTACHMENT A_1 SECURITY, EXHIBIT 1 MANUFACTURER
More informationPROPOSAL LIQUID CALCIUM CHLORIDE
Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of
More informationTOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)
TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT 06045-0191 (860) 647-3031 FAX (860) 647-5206 REQUEST FOR PROPOSAL FOR ELECTRONICS RECYCLING RFP NO. 17/18-91
More informationSAMPLE SUBCONTRACTOR AGREEMENT
SAMPLE SUBCONTRACTOR AGREEMENT This Agreement, as negotiated herein, is entered into by and between, Subcontractor and, Contractor on this day of, 20. Subcontractor,, agrees to provide the following described
More 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 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 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 informationMCGOUGH STANDARD INSURANCE REQUIREMENTS
MCGOUGH STANDARD INSURANCE REQUIREMENTS B1. Insurance. Prior to commencing any Subcontract Work hereunder, the Subcontractor shall procure, maintain and pay for insurance of the type and with the minimum
More informationOUTAGAMIE COUNTY REQUEST FOR BID FOR AXIS AND WISENET CAMERAS AND MILESTONE LICENSING FOR IT DEPARTMENT. Due By: March 8, :00 pm
OUTAGAMIE COUNTY REQUEST FOR BID FOR AXIS AND WISENET CAMERAS AND MILESTONE LICENSING FOR IT DEPARTMENT Due By: March 8, 2018 2:00 pm 1.0 Specifications Requesting bids for Axis and Wisenet hardware and
More informationInsurance Requirements. The Bidder shall be required to procure, at its sole cost and expense, all insurance required by this Attachment.
GROUP 31503 BITUMINOUS CONCRETE HOT MIX ASPHALT VPP PAGE 1 of 7 Insurance Requirements The Bidder shall be required to procure, at its sole cost and expense, all insurance required by this Attachment.
More informationRFP 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 informationREQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018
REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 RETURN PROPOSALS TO: Rhetta Hogan Finance Department City of Yreka 701 Fourth Street Yreka, CA 96097 DEADLINE FOR
More information5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.
ARTICLE 5 - Bonds and Insurance 5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED. For the purposes of this Article, the terms Terrebonne Parish Consolidated Government, TPCG, and OWNER shall include,
More informationSUBCONTRACT (SHORT FORM)
SUBCONTRACTOR: PHONE SUBCONTRACT (SHORT FORM) PROJECT: LOCATION: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC. (Contractor) and (Subcontractor) which are
More informationPROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL
CONTRACTOR 17GRAVEL2 PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL Furnish, Haul and Spread processed road gravel (22-A Modified or 21AA) at various locations in
More informationHarbor Department Agreement City of Los Angeles
Harbor Department Agreement City of Los Angeles FIRST AMENDMENT TO FOREIGN-TRADE ZONE OPERATING AGREEMENT NO. 11-2985 BETWEEN THE CITY OF LOS ANGELES AND KOMAR DISTRIBUTION SERVICES JL ^^ THIS FIRST AMENDMENT
More informationRequest for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades
Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades Posting Date: January 8, 2014 Response Deadline: January 29, 2014 3:00 p.m.central Standard Time (CST)
More informationTRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS
TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS These Insurance & Indemnification Terms & Conditions ( Terms ) are hereby incorporated in and made a part of each and every written
More informationATTACHMENT AA Scope of Work General Services
ATTACHMENT AA Scope of Work General Services Vendors providing services under this contract agree to provide general services to an applicant or eligible client of the Vocational Rehabilitation Division
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 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 information(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.
To the Board of County Commissioners of Olmsted County, Minnesota: Bidders: In accordance with the advertisement of Olmsted County inviting proposals for the furnishing and application of dust control
More informationREQUIRED AT PROPOSAL STAGE:
DATE: February 13, 2019 SUBJECT: ADDENDUM #1-2401 E. PACIFIC COAST HIGHWAY WILMINGTON, CA 90744 The Port of Los Angeles 2401 E. Pacific Coast Highway Wilmington, CA 90744 Request for Lease Proposals Exhibit
More informationTEMPORARY SERVICE APPLICATION (HYDRANT METERS)
TEMPORARY SERVICE APPLICATION (HYDRANT METERS) Order Taken By: Account No: Date: Work Order No.: TYPE (Please check one) New Service Exchange Meter Relocate Meter Discontinue Service BILLING DATA SERVICE
More informationConsensusDocs 751 STANDARD SHORT FORM AGREEMENT BETWEEN CONSTRUCTOR AND SUBCONTRACTOR
ConsensusDocs 751 STANDARD SHORT FORM AGREEMENT BETWEEN CONSTRUCTOR AND SUBCONTRACTOR Job No. [ ] Subcontract No. [ ] This Agreement is made this [ ] day of [ ], [ ], by and between CONSTRUCTOR, L&L Builders
More informationSacramento Regional Solid Waste Authority (SWA)
SACRAMENTO REGIONAL SOLID WASTE AUTHORITY Sacramento Regional Solid Waste Authority (SWA) APPLICATION for CERTIFICATION or ANNUAL RECERTIFICATION as a C&D SORTING FACILITY SECTION A: Applicant Information
More informationCompany: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:
Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC16094 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS
More informationMASTER SUBCONTRACTOR AGREEMENT
The Builders Association of Minnesota, its local associations, and Fredrikson & Byron, P.A. disclaim any liability resulting from the use of these sample forms, and remind you that no single form is appropriate
More informationTERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC.
TERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC.) STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONSULTANT FOR PROFESSIONAL
More informationATTACHMENT AA Scope of Work Communication Services Interpretation and Translation
ATTACHMENT AA Scope of Work Communication Services Interpretation and Translation Vendors providing services under this contract agree to provide interpretation and or translation services to an applicant
More informationCounty of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018
County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)
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 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 informationINDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN CITY OF XX AND RENEWABLE FUNDING, LLC
INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN CITY OF XX AND RENEWABLE FUNDING, LLC This Indemnification and Insurance Agreement (the Agreement ) is entered into by and between the City of XX
More informationTERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS
TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS ARTICLE 5- Bonds and Insurance 5.1 PERFORMANCE AND OTHER BONDS: 5.1.1 CONTRACTOR shall furnish performance and payment Bonds,
More informationSECTION 2 - STANDARD TERMS & CONDITIONS
SECTION 2 - STANDARD TERMS & CONDITIONS 1. Genesee County Purchasing Regulations: All procurements are conducted in accordance with the Genesee County Purchasing Regulations, a copy of which is on file
More informationPROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES
PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES THIS AGREEMENT ( Agreement ) is made and entered into by and between the City of Snohomish, Washington,
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 informationREQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an
REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES to perform an ANALYSIS OF IMPEDIMENTS TO FAIR HOUSING CHOICE 24 C.F.R. 570.601 (a) (2) 24 C.F.R. 91.225 (a) June 27, 2011 ALL PROPOSALS ARE
More informationCITY OF STOCKTON INEDIBLE KITCHEN GREASE MANIFEST SIGNATURE AGREEMENT
CITY OF STOCKTON INEDIBLE KITCHEN GREASE MANIFEST SIGNATURE AGREEMENT THIS AGREEMENT is made and entered into on this day of, 20, by and between the CITY OF STOCKTON, hereinafter referred to as "CITY,
More informationPROPOSAL CAR, TRUCK, AND HEAVY EQUIPMENT TIRES
Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of
More informationCertificate of. Insurance Information. Packet
Insurance INSURANCE Certificate of CERTIFICATE Insurance Information INFORMATION Packet PACKET INSURANCE CERTIFICATE INFORMATION PACKET Insurance Requirements The California State University has established
More informationWESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT
SPECIFICATIONS AND BID FORMS FOR WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883. BID: #15-013 BOE Due on
More informationREQUEST FOR QUOTATION
REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: Phone Number: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT
More informationGreater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402
Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 January 3, 2017 TO: RE: Prospective Proposers Request for Quotation (RFQ) RFQ 17-01 First Aid Kits, Installation, and Vendor
More informationBUILDING SERVICES AGREEMENT
BUILDING SERVICES AGREEMENT THIS BUILDING SERVICES AGREEMENT (the Agreement ) is made this day of, 2015, by and between the City of Panama City, a municipality of the State of Florida (the City ) and E.
More 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 information2. Attachments a) Design Drawings Drawing(s) Revision Revision Date Specifications (T1.1-T2.8) N/A N/A A /06/17 A1.1 N/A N/A A2.
contractor ract and Scope of Work 8.812 ract To: contractor: LBA Construction LLC 2733 Ross Clark Circle Dothan, Alabama 36301 Scope: Window Film: Provide and install 7 mil shatter resistant window film
More informationEXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY
EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY Revised: March 2016 INSURANCE REQUIREMENTS Without limiting Consultant s indemnification, Consultant shall procure and maintain
More informationSAMPLE 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 informationContractor 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 informationGeneral Contract Comments The contract s Insurance Requirements should include the following terms or similar wording: It is understood and agreed tha
Contractual Risk Transfer/Hold Harmless/Indemnification Best Practices to Consider Many contractors require other contractors and subcontractors with whom they work to sign written job contracts. However,
More informationWest Ridge Park Ballfield Light Pole Structural Assessment
Request for Proposal Professional Services October 3, 2017 West Ridge Park Ballfield Light Pole Structural Assessment West Ridge Park 636 Ridge Rd. Highland Park, IL 60035 Submission Deadline: Tuesday,
More informationMASTER 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 informationCITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID
CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID The City of Fernandina Beach, Florida is accepting competitive sealed bids for 2500 PSI & 3000 PSI CONCRETE The City will receive sealed bids at the
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 informationPerformance CONTRACTORS, INC. HAULING TERMS AND CONDITIONS
Performance CONTRACTORS, INC. HAULING TERMS AND CONDITIONS The terms and conditions contained herein ( Terms and Conditions ) shall govern the Purchase Order issued to Hauler by Company ( Purchase Order
More informationEXHIBIT G. Insurance Requirements. [with CCIP]
SECTION 1 GENERAL INSURANCE REQUIREMENTS EXHIBIT G Insurance Requirements [with CCIP] A. CCIP. Contractor has implemented a Contractor Controlled Insurance Program ( CCIP ) to furnish certain insurance
More informationRequest for Bids, Addendum #3 Garbage & Recycling Services at Multiple Properties RFB No. 08/18-370
Request for Bids, Addendum #3 Garbage & Recycling Services at Multiple Properties RFB No. 08/18-370 Addendum #3 issued 09/13/2018 Bids are to be hand delivered to the address below on 09/20/2018 by 10:00
More informationEXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE
EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE AGREEMENT BETWEEN THE City OF BEVERLY HILLS AND [Consultant S NAME] FOR [BRIEFLY DESCRIBE PURPOSE OF THIS CONTRACT] NAME OF Consultant: insert name of
More informationCONTRACT. Owner and Contractor agree as follows: 1. Scope of Work.
CONTRACT This agreement (the "Contract") is made this day of, by and between (the "Contractor") and (name of parish corporation, ABN or high school corporation) (the "Owner"), for the purpose of stating
More informationCheyenne Wyoming RFP-17229
L A R A M I E COUNTY COMMUNITY COLLEGE Cheyenne Wyoming Request for Proposals (RFP) t o provide Contract Services t o Comp lete t h e Boiler Plant Burner Replacement RFP-17229 Solicited by: Department
More informationSUBCONTRACTOR PREQUALIFICATION FORM
SUBCONTRACTOR PREQUALIFICATION FORM All subcontractors are required to complete this questionnaire. The contents of this questionnaire will be considered and used solely to determine your firm s qualification
More informationPurchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS
Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS 1. PURCHASE ORDER DEFINED: The term "purchase order" as used in these terms and conditions means the document entitled "Purchase
More informationRFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)
Request for Proposals t o provide Janitorial Services Residence Halls RFP-18111 Due Date Proposal Submissions March 8, 2018 by 3:00 p.m. MANDATORY Pre-Proposal Meeting March 1, 2018 @ 2:00 p.m. in New
More informationSERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ).
SERVICE AGREEMENT THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ). WITNESSETH: WHEREAS, Owner desires to engage Vendor, as an independent contractor,
More informationINVITATION TO BID (ITB)
HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS GENERAL SERVICES & PURCHASING INVITATION TO BID (ITB) The Board of County Commissioners (BCC), Highlands County, Sebring, Florida, will receive sealed bids
More informationRFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES
RFP # 2018-06 SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES The Baker County Board of County Commissioners, Florida (County) will receive sealed proposals until 3:00 p.m. local time, on April
More informationContractor shall provide new thermal fused plastic laminate doors for each interior opening as scheduled. All openings are to receive new hardware.
contractor ract and Scope of Work 8.801, 8.802, 8.803, and 8.804 ract To: LBA Construction LLC 2733 Ross Clark Circle Dothan, Alabama 36301 contractor: Scope: Doors, Frames, and Door Hardware Provide and
More informationBlack Hawk County Engineer
Black Hawk County Engineer 316 E. 5 th Street Room 211 Waterloo, Iowa 50703 Phone: 319-833-3008 Fax: 319-833-3139 Email: engineer@co.black-hawk.ia.us Website: www.co.black-hawk.ia.us The mission of the
More informationREQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES
REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES 1. GENERAL STATEMENT OF PURPOSE Scott County is soliciting proposals for the services of a qualified contractor to perform a general reassessment
More informationCITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:
CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA 98629 Ph: 360-263-7665 Fax: 360-263-5700 REQUEST FOR PROPOSALS FOR A LA CENTER FARMERS MARKET MASTER The City of La Center is requesting proposals from
More informationDESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions
DESERT COMMUNITY COLLEGE DISTRICT www.collegeofthedesert.edu General Terms and Conditions 1. PURCHASE ORDER DEFINED: The term purchase order as used in these terms conditions means the document entitled
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 information