RFP Provide Elevator & Escalator Maintenance Services Exhibits

Size: px
Start display at page:

Download "RFP Provide Elevator & Escalator Maintenance Services Exhibits"

Transcription

1 Exhibit No. 1: Scope of Work The CONTRACTOR shall provide all materials, supplies, labor, tools, equipment and supervision to provide elevator and escalator maintenance services as detailed in the scope of work and standards packet. Page 1 of 7

2 Exhibit No. 2: Proposal Forms Ernest N. Morial New Orleans Exhibition Hall Authority 900 Convention Center Blvd. New Orleans, Louisiana DATE: Gentlemen: (I)(We) (PRINT OR TYPE NAME OF COMPANY SUBMITTING PROPOSAL) do hereby declare that (I) (we) have carefully examined the Proposal Documents prepared by the Ernest N. Morial Convention Center New Orleans for the Ernest N. Morial New Orleans Exhibition Hall Authority (Owner) to provide: ELEVATOR & ESCALATOR MAINTENANCE SERVICES: and that (I) (we) have carefully examined the job site premises and have a clear understanding of the said documents and premises. (I) (We) hereby propose to furnish all labor and other means as outlined in the Contract and Proposal Documents, necessary for completing all work specified for the initial first year Base Contact Price for Elevator and Escalator Maintenance Services, and Additional Services (based on Hourly Rates) for the Contract Prices listed below: ITEM NO. 1: Annual Full Maintenance Services: (figures) (words) ITEM NO. 2: Labor Rates for Additional Work: BILLING RATE MECHANIC HELPER TEAM Regular Time $ $ $ Premium Time Standby at 1.5 $ $ $ Overtime Premium at 1.7 $ N/A N/A Overtime Premium (Double Time) $ $ $ Shift Premium per 1.11, C. $ N/A N/A Page 2 of 7

3 ITEM NO. 3: Inventory Onsite Parts: PART # DESCRIPTION QTY PRICE (TOTAL) Courion door motor Elevator Rectifier & Capacitors Relays & Contacts Pump belts & gate belts Hoistway switches Floor switches Miprom boards Door rollers Freight & gate shoes Assorted fuses Plug-in relays Worm gear lube, chain lube, D lube Comb plates- left, center, right Step treads- left, center, right Escalator relay boards, CPU boards, brake boards Escalator steps Tachometer 2 ea. 6 ea. 6 ea. 6 ea. 24 ea. 24 ea. 24 ea. 48 ea. 12 gal 2 ea. 3 ea. or 18 total 2 ea. 230 Volt brake coil 1 ea. Page 3 of 7

4 (I) (We) agree, if awarded the Contract, (I) (we) will commence and execute work within time frames outlined in the Contract and Proposal Documents. The undersigned hereby designates the office to which the "Notice of Award" and Contract may be mailed: PROPOSERS' NAME: (Print or Type Name of Individual Preparing Proposal) COMPANY NAME: COMPANY ADDRESS: STATE OF INCORPORATION: (If Applicable) PHONE NO.: ( ) FAX NO.: ( ) It is clearly understood that (my) (our) Proposal may be withdrawn at any time prior to the scheduled time of Proposal opening, or any authorized postponement thereof, provided that the Owner receives (my) (our) written request for such withdrawal prior to Proposal Opening or any authorized postponement thereof. It is further understood that (my) (our) Proposal may not be withdrawn until sixty (60) calendar days after the date of the Proposal Opening, if notice is not received until after proposals are opened. (My) (Our) Proposal is made with the understanding that the Owner reserves the right to reject all Proposals or any Proposal or all or any part of all Proposals that are not complete or in compliance with the terms and conditions set forth in the Proposal Documents or for reasons relating to budgetary restraints and/or scope of work reductions. Alternate Proposals, if any, will be awarded in the order of their priority listing and in accordance with budgetary restraints. Page 4 of 7

5 ADDENDUM RECEIPT (I) (We) acknowledge receipt of the following addenda and have included their provisions in (my) (our) Proposal. (If none, write in none or N/A in each blank). 1. Addendum No. Date 4. Addendum No. Date 2. Addendum No. Date 5. Addendum No. Date 3. Addendum No. Date 6. Addendum No. Date If awarded the Contract, the undersigned agrees to obtain and deliver to the Owner, prior to Contract signing, a Performance Bond for one hundred percent (100%) of the Contract amount (Total Proposal Price). In the event the Contract amount is increased by Change Order the undersigned agrees to obtain and deliver to the Owner riders to said Bonds covering Contract amount increases. If awarded the Contract, the undersigned agrees to record the above mentioned Bond and Contracts for public record with the Recorder of Mortgages in Orleans Parish. Final payment shall be made on Owner's receipt of a Clear Lien and Privilege Certificate from the undersigned as issued by the Recorder of Mortgages for Orleans Parish and upon completion of any punch list items. The undersigned certifies that the required licenses are current and in good standing as required by the laws of the State of Louisiana. Respectfully submitted: {Print or Type} Company Name: Company Address: BY: SIGNATURE: TITLE: DATE: NOTE: If Proposer is a corporation, write state of incorporation beneath signature, and if a partnership, give full name of all partners. Proposals by corporations or Limited Liability Companies (LLC s) must be executed in the corporate name by the President or Vice President or other authorized corporate officer or agent. All Proposals must be accompanied by a corporate resolution or other documentation acceptable to the Owner, which establishes that the corporate representative has the authority to bind the corporation. The Owner reserves the right to request and obtain such additional documentation as the Owner deems necessary. Page 5 of 7

6 Exhibit No. 3: Insurance Requirements Note: Evidence in the form of a Certificate of Insurance is due 5 days after the Notice of Award is issued. A. Comprehensive general liability or commercial general liability insurance with limits of at least $1,000,000 each occurrence/$3,000,000 aggregate, with broad form comprehensive general liability endorsement including coverage for premises and operations, independent contractors, products/completed operations, personal injury (with employee and contractual exclusion deleted) broad form contractual coverage, and broad form property damage. B. Worker's Compensation, which shall cover Contractor and its employees for injuries and/or disease arising out of all applicable Louisiana Workers Compensation laws, including statutory limits in accordance with the Louisiana Workers Compensation Act and shall include Employers Liability limits in the amount of at least $1, C. Property insurance coverage with respect to all property brought onto the premises by Contractor, owned or maintained by Contractor within ENMCCNO in values sufficient to cover Contractor s property and additional property in the care, custody and control of the Contractor. D. Comprehensive Motor Vehicle Liability Insurance shall be provided with the limits of not less than $1,000,000 for all injuries and/or deaths resulting from any one occurrence. The limit of liability for property damage shall not be less than $1,000,000 for each occurrence. Such insurance shall include coverage for loading and unloading hazards and shall remove the fellow employee exclusion. E. Excess Umbrella Liability Insurance. The CONTRACTOR shall furnish and maintain such insurance, as will protect CONTRACTOR, NOPFMI, the AUTHORITY and the City of New Orleans from any claims, suits, demands, or actions in which in any way relate to the CONTRACTOR S performance of the services described in this agreement. All insurance policies shall be provided by carriers (1) authorized to issue policies in Louisiana and (2) rated A-VII or higher by A.M. Best. Each insurance carrier for each coverage required by this Agreement shall waive its rights of subrogation against NOPFMI, the AUTHORITY, and the City of New Orleans. All coverage other than Worker s Compensation shall include NOPFMI, the AUTHORITY and the City of New Orleans as additional insured for both on-going and completed operations on each line of coverage. If the request for evidence of additional insured status for both on-going and completed operations coverage requires two separate additional insured endorsements, then both endorsements shall be confirmed on the evidence of insurance. Notice of cancellations shall be provided to the OWNER in accordance with the policy language. CONTRACTOR shall furnish the OWNER with certificate(s) of insurance that provide evidence of coverage with the minimum limits or greater as indicated in Sample COI below and are maintained by the CONTRACTOR during the term of this Agreement. Failure to maintain coverage as requested could result in termination of the contract. Sample Certificate of Insurance Page 6 of 7

7 Page 7 of 7

REQUEST FOR PROPOSAL. PROVIDE INSURANCE BROKERAGE and CONSULTATION SERVICES for EMPLOYEE HEALTH and WELFARE BENEFITS

REQUEST FOR PROPOSAL. PROVIDE INSURANCE BROKERAGE and CONSULTATION SERVICES for EMPLOYEE HEALTH and WELFARE BENEFITS REQUEST FOR PROPOSAL PROVIDE INSURANCE BROKERAGE and CONSULTATION SERVICES for EMPLOYEE HEALTH and WELFARE BENEFITS FOR THE 900 CONVENTION CENTER BOULEVARD NEW ORLEANS, LOUISIANA 70130 ERNEST N. MORIAL

More information

Provide Insurance Broker/Agent/Consulting Services for Property and Casualty Program Exhibits

Provide Insurance Broker/Agent/Consulting Services for Property and Casualty Program Exhibits Provide Insurance Broker/Agent/Consulting Services for Exhibit No. 1: Scope of Work The AGENCY shall be state licensed, experienced, capable, and associated with a customer service focused firm. The AGENCYshall

More information

REQUEST FOR PROPOSALS PROVIDE ELEVATOR AND ESCALATOR MAINTENANCE SERVICES

REQUEST FOR PROPOSALS PROVIDE ELEVATOR AND ESCALATOR MAINTENANCE SERVICES REQUEST FOR PROPOSALS PROVIDE ELEVATOR AND ESCALATOR MAINTENANCE SERVICES FOR THE 900 CONVENTION CENTER BOULEVARD NEW ORLEANS, LOUISIANA 70130 ERNEST N. MORIAL NEW ORLEANS EXHIBITION HALL AUTHORITY THE

More information

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following: THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS This entire Bid Package, which includes the following: Notice Inviting Bids, Bid Proposal Forms, and County of Inyo Standard Contract No.

More information

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

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

More information

CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000

CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000 PROJECT NAME: AGREEMENT TERM: AUTHORIZED RENEWALS: DEPARTMENT: DIVISION: CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000 THIS AGREEMENT is made at Sacramento, California, as of,

More information

ELEVATOR MAINTENANCE AND REPAIR SERVICES

ELEVATOR MAINTENANCE AND REPAIR SERVICES CITY OF CHICO PUBLIC WORKS DEPARTMENT CHICO, CALIFORNIA NOTICE INVITING BIDS SPECIAL PROVISIONS PUBLIC WORKS CONTRACT BID PROPOSAL FOR ELEVATOR MAINTENANCE AND REPAIR SERVICES 853-660-5330/930-640-5555

More information

TOWN OF CUMBERLAND, RI BID #

TOWN OF CUMBERLAND, RI BID # TOWN OF CUMBERLAND, RI BID # 2014-0710-06 The Town of Cumberland is seeking competitive bid proposals for SITE CONSTRUCTION DESIGN AND CONSTRUCTION SUPERVISION FOR RENOVATING VALLEY FALLS VETERANS MEMORIAL

More information

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

SMALL ORDERS TERMS AND CONDITIONS - BLANKET 1. COMPLIANCE WITH LAWS Contractor must observe and comply with all applicable federal, state, county and municipal laws, statutes, regulations, codes, ordinances and executive orders, in effect now or

More information

Subcontractor Insurance Requirements Certificate Holder VCI Construction, LLC 1921 W. Eleventh Street, Upland CA 91786

Subcontractor Insurance Requirements Certificate Holder VCI Construction, LLC 1921 W. Eleventh Street, Upland CA 91786 Subcontractor Insurance Requirements Certificate Holder VCI Construction, LLC 1921 W. Eleventh Street, Upland CA 91786 Provide this document to your insurance agent along with all samples of endorsements

More information

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864) 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 Construction Service for Piedmont Community

More information

REQUIRED SIGNATURE PAGE FOR PROPOSALS. Disaster Restoration and Recovery Services

REQUIRED SIGNATURE PAGE FOR PROPOSALS. Disaster Restoration and Recovery Services REQUIRED SIGNATURE PAGE FOR PROPOSALS Disaster Restoration and Recovery Services This page, signed by an authorized officer of your Company, must accompany your proposal as the cover page. I, the undersigned,

More information

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS NOTICE TO BIDDERS Notice is hereby given that the City of Livermore invites sealed bids for FIRE AND BURGLAR ALARM MONITORING SERVICES IN CITY OWNED BUILDINGS. Each bid shall be in accordance with the

More information

NORTHEAST 2018 INSURANCE REQUIREMENTS

NORTHEAST 2018 INSURANCE REQUIREMENTS NORTHEAST 2018 INSURANCE REQUIREMENTS June 17 24, 2018 YOU SHALL FURNISH A CERTIFICATE OF INSURANCE ( COI ) AND APPLICABLE ENDORSEMENT TO BARRETT- JACKSON PRIOR TO THE EVENT LISTING THE FOLLOWING AS ADDITIONAL

More information

LAS VEGAS 2018 INSURANCE REQUIREMENTS

LAS VEGAS 2018 INSURANCE REQUIREMENTS LAS VEGAS 2018 INSURANCE REQUIREMENTS September 24 30, 2018 YOU SHALL FURNISH A CERTIFICATE OF INSURANCE ( COI ) AND APPLICABLE ENDORSEMENT TO BARRETT- JACKSON PRIOR TO THE EVENT LISTING THE FOLLOWING

More information

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

EXHIBIT 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 information

CITY OF SACRAMENTO PROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000

CITY OF SACRAMENTO PROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000 PROJECT NAME: AGREEMENT TERM: AUTHORIZED RENEWALS: DEPARTMENT: DIVISION: CITY OF SACRAMENTO PROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000 THIS AGREEMENT is made at Sacramento, California, as of ( Effective

More information

St. Charles City County Library District

St. Charles City County Library District St. Charles City County Library District Removal & Replacement of Parking Lot Light Fixtures & Exterior Lights Part 2 77 Boone Hills Dr. St. Peters, Missouri 63376 Bids will be opened on Thursday, February

More information

INSURANCE REQUIREMENTS Chicago Department of Aviation Certified Service Provider Program ( CSPP )

INSURANCE REQUIREMENTS Chicago Department of Aviation Certified Service Provider Program ( CSPP ) INSURANCE REQUIREMENTS Chicago Department of Aviation Certified Service Provider Program ( CSPP ) A Certified Service Provider ( CSP ) must provide and maintain at its own expense, during the term of its

More information

REQUEST FOR PROPOSALS PROVIDE DIGITAL SIGNAGE SOLUTION

REQUEST FOR PROPOSALS PROVIDE DIGITAL SIGNAGE SOLUTION REQUEST FOR PROPOSALS PROVIDE DIGITAL SIGNAGE SOLUTION FOR THE 900 CONVENTION CENTER BOULEVARD NEW ORLEANS, LOUISIANA 70130 ERNEST N. MORIAL NEW ORLEANS EXHIBITION HALL AUTHORITY THE AUTHORITY NEW ORLEANS

More information

REQUEST FOR PROPOSAL TO FURNISH & INSTALL FOOD SERVICE EQUIPMENT CONTRACT NO. C-1126

REQUEST FOR PROPOSAL TO FURNISH & INSTALL FOOD SERVICE EQUIPMENT CONTRACT NO. C-1126 REQUEST FOR PROPOSAL TO FURNISH & INSTALL FOOD SERVICE EQUIPMENT CONTRACT NO. C-1126 Instructions to Proposers CONTRACT NO. C-1126 INVITATION TO SUBMIT A BID The Ernest N. Morial New Orleans Exhibition

More information

REQUEST FOR PROPOSALS PROVIDE INVESTMENT ADVISOR SERVICES

REQUEST FOR PROPOSALS PROVIDE INVESTMENT ADVISOR SERVICES REQUEST FOR PROPOSALS PROVIDE INVESTMENT ADVISOR SERVICES FOR THE 900 CONVENTION CENTER BOULEVARD NEW ORLEANS, LOUISIANA 70130 ERNEST N. MORIAL NEW ORLEANS EXHIBITION HALL AUTHORITY THE AUTHORITY NEW ORLEANS

More information

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH 1. GENERAL The City of Folly Beach, South Carolina (City) requests proposals from qualified engineering firms for a Water System

More information

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT INVITATION TO BID Contractor Services Associated with: WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT 06095 THIS IS AN INVITATION FOR BIDS AND THE TOWN

More information

OLYMPIC TOWER CONDOMINIUM

OLYMPIC TOWER CONDOMINIUM OLYMPIC TOWER CONDOMINIUM INDEMNIFICATION/INSURANCE REQUIREMENTS AND ENTRY PROTOCOL Revised 02-11-15 In order to gain access to the building, movers/contractors will need the following, on file with the

More information

Or

Or SUBCONTRACTOR PRE QUALIFICATION COVER SHEET Thank you for your interest in working with TSA Contracting, Inc. We are a commercial building contractor specializing in ground-up and tenant improvement construction.

More information

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT INVITATION TO BID Contractor Services Associated with: WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT 06095 THIS IS AN INVITATION FOR BIDS AND THE TOWN RESERVES

More information

Specification. Page Utility Enterprises Powell Substation T2 - Steel Structures. May Bid #225

Specification. Page Utility Enterprises Powell Substation T2 - Steel Structures. May Bid #225 Specification Page Utility Enterprises Powell Substation T2 - Steel Structures Bid #225 May 2018 Intermountain Consumer Professional Engineers, Inc. 1145 East South Union Avenue Midvale, Utah 84047 (801)

More information

SOUTHEAST LOUISIANA FLOOD PROTECTION AUTHORITY WEST CONSTRUCTION PROPOSAL FOR WEST JEFFERSON LEVEE DISTRICT

SOUTHEAST LOUISIANA FLOOD PROTECTION AUTHORITY WEST CONSTRUCTION PROPOSAL FOR WEST JEFFERSON LEVEE DISTRICT SOUTHEAST LOUISIANA FLOOD PROTECTION AUTHORITY WEST CONSTRUCTION PROPOSAL FOR WEST JEFFERSON LEVEE DISTRICT WEST JEFFERSON LEVEE DISTRICT BID NO. 209 PROCUREMENT AND INSTALLATION OF CARGO ELEVATOR WEST

More information

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch The St. Charles City-County Library is accepting bids pursuant to this Invitation for Bid from qualified

More information

AMENDMENT OF SOLICITATION REQUEST FOR PROPOSALS (RFP) ADDENDUM No. 1. Issued: May 23, 2016

AMENDMENT OF SOLICITATION REQUEST FOR PROPOSALS (RFP) ADDENDUM No. 1. Issued: May 23, 2016 VIRGINIA RAILWAY EXPRESS AMENDMENT OF SOLICITATION REQUEST FOR PROPOSALS (RFP) ADDENDUM No. 1 Issued: May 23, 2016 RFP No.: 016-012 Title: Contact: Gerri Hill Email: ghill@vre.org Telephone/Fax: (703)

More information

HOPKINSVILLE WATER ENVIRONMENT AUTHORITY

HOPKINSVILLE WATER ENVIRONMENT AUTHORITY HOPKINSVILLE WATER ENVIRONMENT AUTHORITY Bid Packet: FY 2017-2018 Sealed Bid # 161708 Sludge Dewatering Bid Opening: Thursday, July 20, 2017 @ 1:00 P.M. CST 401 East 9 th Street, Hopkinsville, KY, 42240

More information

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Working Together for a Better Tomorrow. Today. SPECIFICATION PACKAGE for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Bid Opening Date/Time Tuesday, September 1, 2015 @ 2:15 p.m. local time City of

More information

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition)

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition) THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition) Standard Form of Contract Between Construction Manager and Contractor (Construction Manager At-Risk) This document

More information

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-02 Fire Sprinkler Inspection and Maintenance

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-02 Fire Sprinkler Inspection and Maintenance DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL RFP09-02 Fire Sprinkler Inspection and Maintenance THE DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL TABLE OF CONTENTS TABLE OF CONTENTS

More information

DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 2. Terminal B & E Passenger Boarding Bridge Replacement Gates B9, B26, E31, E34

DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 2. Terminal B & E Passenger Boarding Bridge Replacement Gates B9, B26, E31, E34 DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 2 Terminal B & E Passenger Boarding Bridge Replacement Gates B9, B26, E31, E34 CONTRACT NO. 9500667 December 21, 2018 The Request for Bids for the above

More information

City of Federal Way REQUEST FOR PROPOSAL SACAJAWEA SEWER LIFT STATION OVERHAUL

City of Federal Way REQUEST FOR PROPOSAL SACAJAWEA SEWER LIFT STATION OVERHAUL City of Federal Way REQUEST FOR PROPOSAL SACAJAWEA SEWER LIFT STATION OVERHAUL I. PURPOSE OF REQUEST. The City of Federal Way ( City ) is requesting proposals for the purpose of sewer lift station overhaul.

More information

OVERSIZE LOADS TYPES OF PERMITS ISSUED

OVERSIZE LOADS TYPES OF PERMITS ISSUED City of Moreno Valley 14177 Frederick Street Moreno Valley, CA 92552 (951) 413-3140 OVERSIZE LOADS TYPES OF PERMITS ISSUED 1. Annual Permits are valid from the date of issuance to the expiration date not

More information

TABLE OF CONTENTS LIQUID ALUM WATER POLLUTION CONTROL PLANT CONTRACT NO ENVIRONMENTAL SERVICES DEPARTMENT CITY HALL

TABLE OF CONTENTS LIQUID ALUM WATER POLLUTION CONTROL PLANT CONTRACT NO ENVIRONMENTAL SERVICES DEPARTMENT CITY HALL TABLE OF CONTENTS LIQUID ALUM WATER POLLUTION CONTROL PLANT CONTRACT NO. 2018-01 ENVIRONMENTAL SERVICES DEPARTMENT CITY HALL PLATTSBURGH, NEW YORK 12901 (518-563-7731) JONATHAN P. RUFF ENVIRONMENTAL MANAGER

More information

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent 6550 Walden Rd., Beaumont, Texas 77707 Phone: 409-842-1818 Fax: 409-842-2729 Legal Notice Advertisement

More information

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance CITY OF MOBILE REQUEST FOR QUOTES April 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Locations: Project Number: Service Contract - Escalator Inspections

More information

Exhibit. Owner Controlled Insurance Program. Insurance Requirements

Exhibit. 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 information

OLYMPIC TOWER CONDOMINIUM 641 Fifth Avenue New York, New York x1 - Office Fax

OLYMPIC TOWER CONDOMINIUM 641 Fifth Avenue New York, New York x1 - Office Fax OLYMPIC TOWER CONDOMINIUM 641 Fifth Avenue New York, New York 10022 212.486.9400 x1 - Office 212.935.6745 - Fax MOVING ITEMS ON TOP OF SERVICE ELEVATOR Revised 05/11/17: 1. Call the Package Room - AT LEAST

More information

Requests For Proposals

Requests For Proposals Requests For Proposals NOTICE IS HERE BY GIVEN that proposals will be received by the Board of Commissioners of the City of Union City, County of Hudson, State of New Jersey on June 23, 2015 at 11:00 A.M.

More information

Bridgeville School District

Bridgeville School District Bridgeville School District Request for Quotes revised* Informal quotes for project with estimated value under $15,000 *Revised October 30, 2017 to correct installation complete date deletions shown in

More information

EXHIBIT G. Insurance Requirements. [with CCIP]

EXHIBIT 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 information

*Audio Video Design-Build Group Cypress, CA

*Audio Video Design-Build Group Cypress, CA EXHIBIT A Page 1 of 1 BID NO. 311 AUDIO VISUAL EQUIPMENT AND INSTALLATION IRVINE VALLEY COLLEGE MARCH 30, 2015 CONTRACTORS AMOUNT *Audio Video Design-Build Group Cypress, CA Digital Networks Group, Inc.

More information

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT March 8, 2018 Please find the following addendum to the below mentioned QUOTE. Addendum No.: 3 Quote#: 622-10-18-01-1 Project Name: Goodbee Well

More information

Performance CONTRACTORS, INC. HAULING TERMS AND CONDITIONS

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

More information

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and Economic Development 747 Market Street

More information

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay.

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay. responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay. (h) Primary Coverage. For claims arising out of or relating to work on the Specific Project, Tenant s insurance

More information

CCIP ADDENDUM. Blasting or any blasting operations;

CCIP ADDENDUM. Blasting or any blasting operations; CCIP ADDENDUM 1. Overview. The Contractor has arranged with Aon Risk Services South, Inc., (the CCIP Administrator ) to be insured under its Contractor Controlled Insurance Program ( CCIP ). The CCIP is

More information

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 SANDY CITY 10000 CENTENNIAL PARKWAY SANDY, UTAH 84070 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 INVITATION FOR BID: This is a formal solicitation of sealed bids which will

More information

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT West Valley Sanitation District PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT 1. INTRODUCTION A. West Valley Sanitation District of Santa Clara County (District) is accepting proposals for janitorial

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

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

Request for Proposal (RFP) For Plat book Printing

Request for Proposal (RFP) For Plat book Printing Request for Proposal (RFP) For Plat book Printing Posting Date: May 23, 2012 Response Deadline: June 8, 2012 4:00 p.m. Central Standard Time (CST) To: John Lefebvre Marinette County Land Information Director

More information

REQUEST FOR PROPOSAL (RFP) # DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018

REQUEST FOR PROPOSAL (RFP) # DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018 REQUEST FOR PROPOSAL (RFP) #18-046-34 DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018 RESPONSE DEADLINE: JANUARY 7, 2019 3:00 P.M. CENTRAL STANDARD TIME (CST) TO: MARTIN KEYPORT,

More information

REQUEST FOR PROPOSAL (RFP 01-18) ISLAND DRAINAGE STUDY AND STORM WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

REQUEST FOR PROPOSAL (RFP 01-18) ISLAND DRAINAGE STUDY AND STORM WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH REQUEST FOR PROPOSAL (RFP 01-18) ISLAND DRAINAGE STUDY AND STORM WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH 1. GENERAL The City of Folly Beach, South Carolina (City) requests proposals from qualified

More information

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

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

More information

Warner Robins Housing Authority

Warner Robins Housing Authority REQUEST FOR PROPOSAL ELECTRICIAN SERVICES 2019 The Warner Robins Housing Authority (WRHA) is currently soliciting bids for Electrician Services for a one (1) year period with the option for two one (1)

More information

INTERIM WAIVER AND RELEASE UPON PAYMENT

INTERIM WAIVER AND RELEASE UPON PAYMENT EXHIBIT F STATE OF GEORGIA COUNTY OF INTERIM WAIVER AND RELEASE UPON PAYMENT THE UNDERSIGNED MECHANIC AND/OR MATERIALMAN, HAS BEEN EMPLOYED BY TO FURNISH FOR THE CONSTRUCTION OF IMPROVEMENTS KNOWN AS WHICH

More information

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT DECEMBER 23, 2015 Owner: King County Library System 960 Newport Way N.W. Issaquah, WA. 98027 GENERAL INFORMATION A. The Vendor is to provide all labor, material, equipment, first thirty (30) day storage

More information

SPECIFICATIONS FOR FURNISHING LIQUID SODIUM BISULFITE (25% CONCENTRATION) DURING FY

SPECIFICATIONS FOR FURNISHING LIQUID SODIUM BISULFITE (25% CONCENTRATION) DURING FY DISTRICT BOARD Megan Clark Russ Greenfield Larry Loder Craig K. Murray Judy Schriebman DISTRICT ADMINISTRATION Mark R. Williams, General Manager Michael Cortez, District Engineer Janice Mandler, Collection

More information

Snow Removal Services Request for Proposals December 1, April 30, 2019

Snow Removal Services Request for Proposals December 1, April 30, 2019 Township of Warminster Snow Removal Services Request for Proposals December 1, 2017- April 30, 2019 Sealed proposals will be received by Warminster Township at the Township Administrative Offices at 401

More information

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847)

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847) GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS 60025 (847) 657-3215 DATE: March 8, 2019 SPECIFICATIONS FOR: Spin Bikes and Software BIDS RECEIVED UNTIL: March 27, 2019 2:00pm at Park Center

More information

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

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

More information

AMENDMENT NO. 1 TO OPERATING AGREEMENT FOR NON-SIGNATORY PASSENGER AIR CARRIERS FOR TAMPA INTERNATIONAL AIRPORT TAMPA, FLORIDA BY AND BETWEEN

AMENDMENT NO. 1 TO OPERATING AGREEMENT FOR NON-SIGNATORY PASSENGER AIR CARRIERS FOR TAMPA INTERNATIONAL AIRPORT TAMPA, FLORIDA BY AND BETWEEN AMENDMENT NO. 1 TO OPERATING AGREEMENT FOR NON-SIGNATORY PASSENGER AIR CARRIERS FOR TAMPA INTERNATIONAL AIRPORT TAMPA, FLORIDA BY AND BETWEEN HILLSBOROUGH COUNTY AVIATION AUTHORITY AND AIR CANADA BOARD

More information

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Posting Date: April 22, 2013 Response Deadline: May 6, 2013 10:00 a.m. Central Daylight Time (CDT) To: John Machnik,

More information

RFP Provide Insurance Brokerage and Consultation Services for Employee Health and Welfare Benefits Exhibits

RFP Provide Insurance Brokerage and Consultation Services for Employee Health and Welfare Benefits Exhibits Exhibit No. 1: Scope of Work The CONSULTANT/BROKER shall be state licensed, experienced, capable, and associated with a customer- service- focused firm. The CONSULTANT/BROKER shall assist with the procurement

More information

Specification: , Bicycle Maintenance and Repair Services Addendum No. 1

Specification: , Bicycle Maintenance and Repair Services Addendum No. 1 March 7, 2017 ADDENDUM NO. 1 FOR BICYCLE MAINTENANCE AND REPAIR SERVICES SPECIFICATION NO. 174195 For which bids are scheduled to open in the Bid & Bond Room 103, City Hall, 121 N. LaSalle Street Chicago,

More information

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information

REQUEST FOR SEALED BID PROPOSAL

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

More information

PRODIGY. CONTRACTING GROUP INC. CommerCial residential industrial

PRODIGY. CONTRACTING GROUP INC. CommerCial residential industrial Dear Subcontractor; Please find enclosed our Subcontractor Insurance/Hold Harmless agreement and Master Agreement for your signature and return. It is the company s policy and our insurance program s requirement

More information

City of Hammond. Purchasing Department RFP 15-15

City of Hammond. Purchasing Department RFP 15-15 1 City Of Hammond Purchasing Department RFP # 15-15 For Work Station Replacement, Department of Motor Vehicles, located at 1320 N. Morrison Blvd., Hammond, LA Sealed Bids Shall Be Received by the Purchasing

More information

City of Hammond Purchasing Department RFP 14-15

City of Hammond Purchasing Department RFP 14-15 1 Purchasing Department Provide One (1) 150kW GENERAC Natural Gas Generator Set Generac QT15068KNAC AND GENERAC RTSN4700K3 Transfer Switch OR EQUAL Proposals Shall Be Received by the Purchasing Department,

More information

BID DOCUMENTS FOR THE PROCUREMENT OF CATWALK EQUIPMENT

BID DOCUMENTS FOR THE PROCUREMENT OF CATWALK EQUIPMENT BID DOCUMENTS FOR THE PROCUREMENT OF CATWALK EQUIPMENT FOR THE ERNEST N. MORIAL CONVENTION CENTER NEW ORLEANS 900 CONVENTION CENTER BLVD. NEW ORLEANS, LOUISIANA 70130 BUYER ERNEST N. MORIAL NEW ORLEANS

More information

GRB Rigging Approval Form

GRB Rigging Approval Form GRB Rigging Approval Form All rigging and/or hanging requests are only authorized for installation if this form has been countersigned and drawings have been approved by the George R. Brown Convention

More information

City of Arcata Engineering Department Encroachment Permit Application

City of Arcata Engineering Department Encroachment Permit Application City of Arcata Engineering Department Encroachment Permit Application Complete and return to City of Arcata, 736 F Street, Arcata, CA 95521 707-825-2128 mdabill@cityofarcata.org or Location of Work AP

More information

BID DOCUMENTS FOR REINSULATE PHASE II CHILLED WATER LINES CONTRACT NO. C-1193

BID DOCUMENTS FOR REINSULATE PHASE II CHILLED WATER LINES CONTRACT NO. C-1193 BID DOCUMENTS FOR REINSULATE PHASE II CHILLED WATER LINES CONTRACT NO. C-1193 Instructions to Bidders CONTRACT NO. C-1193 INVITATION TO SUBMIT A BID The Ernest N. Morial New Orleans Exhibition Hall Authority

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

REQUEST FOR PROPOSAL (RFP) FOR: RFP # LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018

REQUEST FOR PROPOSAL (RFP) FOR: RFP # LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018 REQUEST FOR PROPOSAL (RFP) FOR: RFP # 18-040-57 LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018 RESPONSE DEADLINE: DECEMBER 4, 2018 4:00 P.M. CENTRAL STANDARD TIME (CST) TO: PAUL KLOSE

More information

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

EXHIBIT 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 information

AMENDMENT NO. 1 TO OPERATING AGREEMENT FOR NON-SIGNATORY PASSENGER AIR CARRIERS FOR TAMPA INTERNATIONAL AIRPORT TAMPA, FLORIDA BY AND BETWEEN

AMENDMENT NO. 1 TO OPERATING AGREEMENT FOR NON-SIGNATORY PASSENGER AIR CARRIERS FOR TAMPA INTERNATIONAL AIRPORT TAMPA, FLORIDA BY AND BETWEEN AMENDMENT NO. 1 TO OPERATING AGREEMENT FOR NON-SIGNATORY PASSENGER AIR CARRIERS FOR TAMPA INTERNATIONAL AIRPORT TAMPA, FLORIDA BY AND BETWEEN HILLSBOROUGH COUNTY AVIATION AUTHORITY AND MN AIRLINES, LLC

More information

TERREBONNE 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. TERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC.) STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONSULTANT FOR PROFESSIONAL

More information

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

RFP 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 information

BID DOCUMENTS FOR TREE TRIMMING AND/OR TREE REMOVAL SERVICES

BID DOCUMENTS FOR TREE TRIMMING AND/OR TREE REMOVAL SERVICES BID DOCUMENTS FOR TREE TRIMMING AND/OR TREE REMOVAL SERVICES TOWN OF TOLLAND, CONNECTICUT DEPARTMENT OF PUBLIC WORKS 2016 TOWN OF TOLLAND 21 TOLLAND GREEN TOLLAND CT 06084 INVITATION TO BID Notice is hereby

More information

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

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

More information

Request for Quotation

Request for Quotation City of Richmond Business and Financial Services Department Request for Quotation Supply and Delivery of TURN OUT BOOTS FOR RICHMOND FIRE-RESCUE Bidders are requested to respond to this Quotation call

More information

Subcontractor Partner Prequalification Form. Company Name: DBA (if applicable):

Subcontractor Partner Prequalification Form. Company Name: DBA (if applicable): Subcontractor Partner Prequalification Form Part 1 General Company Name: DBA (if applicable): Other names your company has operated under in the past (if applicable): Scope of Work: Cities/Counties/Areas

More information

County of Rockwall State of Texas

County of Rockwall State of Texas County of Rockwall State of Texas 1111 E. Yellowjacket Lane, Ste 202 Phone: 972-204-6050 Rockwall, Texas 75087 Fax: 972-204-6059 REQUEST FOR BID (RFB) RFB#18-07-016: Request for Bid for Asphalts and Emulsions

More information

Request for Proposal # Postage Meter Lease & Maintenance Service

Request for Proposal # Postage Meter Lease & Maintenance Service Request for Proposal # 2018-025 Postage Meter Lease & Maintenance Service Due Date: October 19, 2017 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500

More information

Sample. Sub-Contractor Insurance & Indemnification Agreement

Sample. Sub-Contractor Insurance & Indemnification Agreement Sample Sub-Contractor Insurance & Indemnification Agreement This Agreement, as negotiated herein, is entered into by and between Subcontractor and Parish/School. For good and valuable consideration, the

More information

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT Chain Link Fence Installation at CBJ Wastewater Facilities QUOTES ARE DUE PRIOR TO 2:00 p.m., March 12, 2014 RESPONDING

More information

OGC-S Owner-Contractor Construction Agreement

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

More information

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

SAMPLE SUBCONTRACTOR AGREEMENT

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

More information

MASTER TRANSPORTATION BROKERAGE AGREEMENT

MASTER TRANSPORTATION BROKERAGE AGREEMENT MASTER TRANSPORTATION BROKERAGE AGREEMENT THIS AGREEMENT (the Agreement ), entered into on this day of, 20, between a motor contract carrier as per MC#, ( CARRIER ), and the following distinct corporate

More information

[ ] an individual, [ ] a corporation (please mark appropriate box), duly organized under the

[ ] an individual, [ ] a corporation (please mark appropriate box), duly organized under the ATTACHMENT A COVER SHEET FOR PROPOSAL Proposals must include this cover sheet (or this sheet reproduced on company letterhead) or PAGE 1 of the proposal. This attachment is provided as a fillable form.pdf

More information

SECTION 1.A BID FOR LUMP SUM CONTRACT

SECTION 1.A BID FOR LUMP SUM CONTRACT SECTION 1.A BID FOR LUMP SUM CONTRACT Date: BID OF (hereinafter called "Bidder") a corporation* organized and existing under laws of the State of, a partnership* consisting of, an individual* trading as,

More information