LIBERTY PARK TRANSFORMATION REQUEST FOR QUALIFICATIONS/PROPOSAL RFQ TOWN OF MOORESVILLE, NC CULTURAL AND RECREATION SERVICES DEPARTMENT
|
|
- Beverly Bruce
- 5 years ago
- Views:
Transcription
1 LIBERTY PARK TRANSFORMATION REQUEST FOR QUALIFICATIONS/PROPOSAL RFQ TOWN OF MOORESVILLE, NC CULTURAL AND RECREATION SERVICES DEPARTMENT
2 INVITATION: The Town of Mooresville Cultural and Recreation Services Department invites submission of qualification and proposals for park design, construction documents, and construction estimates (to include estimates for construction management/administration services). The Town seeks to transform its oldest park (Liberty Park) into an event venue for concerts, movies, craft fairs, and festivals. This 5.6 acre park currently has a baseball/softball diamond, basketball court, picnic shelters, playground, trails, and natural areas, and a parking lot. THE PARK: This park is located in the center of town with direct access to the downtown and Main Street. It is located about a block from the Charles Mack Citizens and Convention Center and the War Memorial Pool and Recreation Center. The park is surrounded by commercial, institutional, residential and civic facilities. The park creates a visual gateway to the downtown area from the east and serves as an important green space between East Iredell Avenue and East Center Avenue. It includes an environmentally degraded, but appealing creek and natural rock water fall area. Exhibit 1 is an aerial photograph of the area to be renovated and its relative position to downtown core. THE VISION: The Town seeks to transform Liberty Park into a multipurpose venue for events (concerts, farmers market, craft shows, movies). The goal is to support the Town s vision of A Vibrant Downtown where people want to live, work and play; and hopefully encourage private investment with the ultimate goal of mixed use revitalization in the Church Street corridor and connecting Mitchell Community College to Liberty Park/War Memorial with improved streetscape. Desired park elements include an ADA accessible adventure playground suitable for all ages and physical abilities, an amphitheater, restrooms, a large lawn, limited on-site parking, and most importantly an appealing pedestrian connectivity from Church Street to the Park. Exhibit 2 shows conceptual computer-generated graphics. Additional conceptual graphics can be found on the Town s Website at: GENERAL SCOPE OF SERVICES: We seek construction design and construction estimates (to include estimates for construction administration/management services) for the transformation of Liberty Park. The work shall include but not be limited to surveys, geotechnical exploration, environmental investigations, engineering designs, architectural designs, landscape design, design of lighting, acoustics, and furnishings as needed for a complete and fully operational park and amphitheater. The Town anticipates the design work to be completed in progressive phases to include an opportunity for public input. Once the design and construction documents are finalized, approved by the Board of Commissioners, and funds made available our goal is a separate construction administration/management services contract to execute the approved park transformation. The total project budget, including design and construction, will not exceed $1,000,000. PROJECT SCHEDULE Advertise Request for Qualification/Proposals July 2015 Optional Site visit by interested firms.(inquire) Qualification/Proposals Due August 2015 Qualified Proposals Reviewed/Selection September 2015 Contract Award/Notice to Proceed... October 2015 Project Completion... NLT April 2016 RFQ Town of Mooresville, Liberty Park Transformation Page 2 of 14
3 EXHIBIT 1 RFQ Town of Mooresville, Liberty Park Transformation Page 3 of 14
4 EXHIBIT 2 RFQ Town of Mooresville, Liberty Park Transformation Page 4 of 14
5 QUALIFICATION/PROPOSAL SUBMISSION REQUIREMENTS The qualification package shall be submitted on 8 ½ x 11 paper, side bound with Table of Contents, Executive Summary and reference tabs for key sections. The package submitted shall not exceed thirty (30) pages single-sided, or fifteen (15) pages doublesided (front/back covers, Table of Contents, and tab pages are excluded from these totals). Also, the submittal must include a Letter of Interest identifying why your team wants to do this project. Complete responses to each of the following categories are required: 1. General Information and Background Firm name, address, telephone and fax numbers. Nature of organization (i.e., individual, partnership, corporation, firm size, composition and number of years in business). Numbers and qualifications of professionals (i.e., architects, engineers) and necessary support staff in organization. Addresses where work will be performed. If sub-consultants are to be used, indicate what work each firm will do and where work will be performed. Indicate where and how quality control and design coordination will be handled. 2. Project Approach General statements and descriptions of the team approach to design/construction management, including anticipated use of staff, consultants, and liaison with Town staff. State the proposed means of communications with sub-consultants, the Town s project manager or other Town representatives. 3. Staffing Plans Provide a project organizational chart showing key professional staff, principles and sub-consultants. Provide resumes of all key personnel and indicate the projects of similar nature performed with this firm or with other firms. Indicate the position and responsibility the individual held on each project. Provide a short description of the work that key individuals will perform on these projects and the estimated percentage of the key personnel s time that will be devoted to this project. Also, provide a short discussion of special consultants, if any. 4. History and Past Experience Description of the firm s relevant experience on completed or in-progress projects of similar size and scope including owner s name, address, telephone number, and specific contact persons. Identification and background of principals who will work on the project and the firm s capabilities and experience. 5. Proposed Task Breakdown Provide a project task breakdown with milestone dates with appropriate work phase efforts. Include the estimated times (man-hour effort) required to perform each general category of work. Also include a copy of the firm s standard hourly billing rates. Required Qualifications: The consultant must possess and demonstrate, as a minimum, the following qualifications: RFQ Town of Mooresville, Liberty Park Transformation Page 5 of 14
6 Previous experience in providing design/build services for parks, playgrounds, amphitheaters Sufficient experience of the project management team and key staff proposed. A licensed architect or landscape architect and demonstrated experience in the construction of these types of projects. Availability of backup and other support staff to ensure the timely completion of the design services. The ability to meet timelines and demands as may arise during the project s design, and the capacity to provide design support during construction or construction management should the need arise. References from previous municipal/county park rehabilitation projects. SELECTION PROCESS The process for selection involves three stages: Stage One: Proposals Notice of the Request for Proposal/Qualification (RFP/RFQ) will be published on the Town of Mooresville website and other pertinent outlets. A RFP will be sent to firms that have been brought to our attention and are qualified to address the scope outlined here. Stage Two: Qualification Determination and Selection Committee Upon receipt of the proposals from respondents a Selection Committee composed of Cultural, Parks and Recreation staff (and other affected departments as appropriate) will review the proposals, conduct interviews (if desired) and make a selection. Stage Three: Contract Negotiations Following the selection, the Cultural and Recreation Services Department will begin contract negotiation. The final contract must be approved by Town Board. No invoices can be submitted prior to full contract execution by all parties. III. EVALUATION CRITERIA The following criteria will be the basis on which consultants will be selected for further consideration (in no particular order): A. Team organization and structure B. Project personnel qualifications C. Demonstrated experience in designing, building, transforming parks D. Specialized experience of firm and related experience on projects of similar scope within the last six years E. Proposed approach and schedule for completion F. Current workload and firm capacity G. Rate structure for proposed staff including all sub consultants. RFQ Town of Mooresville, Liberty Park Transformation Page 6 of 14
7 H. Proximity to and demonstrated knowledge of the area where the project is located. IV. SUBMISSION OF QUALIFICATIONS: Complete qualification packages must be received by (31 August 2015) Complete packages include 5 printed and one electronic copy on CD in PDF format. The entire document should be a single file. Town of Mooresville, Cultural and Recreation Services P.O. Box 1455 Mooresville, NC ATTENTION: Vic Garrett ( ) vgarrett@ci.mooresville.nc.us V. GENERAL COMMENTS A. Any cost incurred by respondents in preparing or submitting a RFP for the Project shall be the Proposer s sole responsibility. B. INTENT TO SUBMIT PROPOSAL: Firms intending to submit a proposal shall make their intentions know to the Purchasing Manager in order to receive any addendums or clarifications issued. Please send your responses to: David Whitaker, dwhitaker@ci.mooresville.nc.us. C. COMMUNICATION: Respondents are advised to refrain from contact with Selection Committee members. Any specific questions regarding the Request for Proposal should be directed via to Vic Garrett (contact information above) and cc d to David Whitaker (dwhitaker@ci.mooresville.nc.us ). If a question of general concern is asked by any firm with regards to this Request for Proposal a copy of the written response will be sent to all known interested firms. D. OWNERSHIP OF DOCUMENTS: All responses, inquiries or correspondence relating to this Request for Qualifications and Proposals will become property of the Town of Mooresville when received. Drawings, tracings, specifications, reports, models, computer discs, renderings, copyrights and all other documents to be prepared and furnished by the Consultant pursuant to specific projects undertaken by the successful Proposer are the sole property of the Town of Mooresville, whether the project for which they are made is executed or not, and may be used by the Town of Mooresville as it sees fit. If such documents are used on another project or for another purpose by the Town of Mooresville the Consultant shall not be responsible for such use, and shall not receive additional compensation. E. ACCESSIBILITY: All work shall comply with the Americans with Disabilities Act and the North Carolina Accessibility Code. F. ELECTRONIC FORMAT: Final illustrative reports and drawings should be produced by Adobe Acrobat Professional or equivalent with bookmarks of sections and hyperlinks RFQ Town of Mooresville, Liberty Park Transformation Page 7 of 14
8 from Table of Contents to corresponding sections. Upon completion of the project, three sets of disks containing all pertinent electronic files of the study/report will be sent to the Town of Mooresville Cultural and Recreation Services Department. G. COMPLIANCE: All work shall be in compliance with all local, state and federal codes. H. DOCUMENT PRINTING: The cost of printing shall be a reimbursable expense and included in the negotiated contract. I. OWNER-PROVIDED MATERIAL: The Town of Mooresville, Cultural and Recreation Services Department has historical data on visitation, usage and customer contact. This information will be available to the contracted firm. J. TOWN STANDARD CONTRACTUAL REQUIREMENTS: See Attachment A RFQ Town of Mooresville, Liberty Park Transformation Page 8 of 14
9 ATTACHMENT A (Sample Contract) North Carolina Iredell County This contract is made and entered into on the last date of its execution as indicated by the date of execution herein by and between the Town of Mooresville of Iredell County, North Carolina (hereinafter Town ), and Contractor Name Of, City, State (hereinafter Contractor ), collectively referred to herein as the Parties. Recitals 1. Town wishes to employ Contractor to perform various tasks associated with Task to be performed and Contractor desires to perform such tasks. 2. The work involved may require work on both the inside and outside of the building, some of which will require Specifications of Work to be Performed. Contractor hereby acknowledges and assumes the risks of harm associated with such work and such acknowledgement is imputed to any persons working for Contractor or hired or subcontracted by Contractor. NOW, THEREFORE, in consideration of the foregoing premises and of the mutual covenants contained herein, and further good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the parties agree as follows: 1. Terms of Payment a. Contractor will be paid as follows: not to exceed $ An Amount based on the services provided as further set out in Exhibit A attached hereto and incorporated herein by reference. 2. Contract Completion Date a. This contract is to be completed no later than Month & Day, 20Year unless otherwise agreed to by the Parties to this agreement. 3. Insurance a. Contractor shall maintain the following types and levels of insurance: i. Workers Compensation 1. The Contractor shall maintain Workers Compensation and Employers Liability Insurance affording: 2. Protection under the Workers Compensation Law of all States in which the work is to be performed or where the employee resides or must travel. RFQ Town of Mooresville, Liberty Park Transformation Page 9 of 14
10 3. Employers Liability protection subject to a limit of not less than $500, A Certificate of Insurance shall be issued confirming the above coverage. The Certificate must include a clause obligating the Insurer to give (30) days prior notice in the event of cancellation of or major change in the insurance. ii. Comprehensive General Liability Coverage 1. The Contractor shall maintain Comprehensive General Liability coverage in amounts not less than: Bodily Injury ) $1 Million Single Limit & ) each accident Property Damage ) 2. This coverage must include: a. Blanket contractual coverage to provide coverage for the liability assumed by the Contractor under the indemnity provision of the contract involved. Such Certificate must specifically state that such paragraph is insured and it must be signed by the insurance company or an authorized representative. b. Contractor s protective coverage for his subcontractors. c. If excavation, collapse, or undermine perils are involved in the work to be performed, coverage for the hazards commonly referred to as the X, C & U exclusions, where excavation, collapse or undermine perils are necessary. d. A Certificate of Insurance shall be issued confirming this coverage under a Comprehensive General Liability policy. EACH TYPE OF COVERAGE REQUESTED HEREIN MUST BE SPECIFICALLY REFERRED TO IN THE CERTIFICATE. This Certificate must also include a clause obligating the insurer to give (30) days prior notice in the event of cancellation of or major change in the insurance and name the Town of Mooresville as an additional insured. iii. Comprehensive Automobile Liability Coverage 1. If the use of a vehicle or vehicles is involved in the work to be performed, the contractor shall maintain Comprehensive Automobile Liability coverage in amounts not less than: Bodily Injury ) $1 Million Single Limit & ) each accident Property Damage ) 2. A Certificate of Insurance shall be issued confirming this coverage. The Certificate must include a clause obligating the insurer to give (30) days prior notice in the event of cancellation of or major change in the insurance, and name the Town of Mooresville as an additional insured. RFQ Town of Mooresville, Liberty Park Transformation Page 10 of 14
11 3. The Town of Mooresville shall be named as an additional insured on each policy of insurance (with exception of Workers Compensation) required from Contractor. 4. Prior to execution of this agreement by the Town, Contractor shall provide Certificates of Insurance to the Town for all types of insurance coverage required under this agreement. 4. Indemnification Contractor at all times will indemnify, release, protect, defend and hold Town harmless from and against any and all loss, liability, expenses, (including expenses to bring suit) claims, or demands arising from personal injury (including death at any time resulting therefrom) or property damage to any person, including Contractor or the Town occurring as a direct or indirect result of, or in any manner connected with the performance of this Contract, whether such injury or damage shall be caused by the negligence of Contractor, Contractor s employees, Contractor s subcontractors, or employees of any of the Contractor s subcontractors hereunder and Contractor shall at its expense defend any and all actions based thereon and shall pay all charges of attorneys and all costs and other expenses arising therefrom. 5. Property Insurance Town assumes no responsibility for, and no insurance coverage provided to Town by the Town s provider will apply to, any equipment or other property owned or retained by the Contractor or any subcontractors. 6. Required Approvals All work to be done under the terms of this agreement is subject to inspection and approval by both the Town s Risk Management Department, the Town s insurance carrier or any other officer, official, employee, or agent of the Town. 7. Employment Verification a. Contractor shall not knowingly employ or contract with an illegal alien to perform work under this contract for construction ( Contract ), and Contractor shall not enter into a contract with a Subcontractor that fails to certify to the Contractor that the Subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Contract. b. If Contractor obtains actual knowledge that a Subcontractor performing work under the Contract knowingly employs or contracts with an illegal alien on this Project, Contractor shall: (i) Notify the Subcontractor and the Owner within three days that the Contractor has actual knowledge that the Subcontractor is employing or contracting with an illegal alien; and RFQ Town of Mooresville, Liberty Park Transformation Page 11 of 14
12 (ii) Provide the Subcontractor with three days from receipt of the notice to terminate the employment or the contract with the illegal alien; and (iii) Terminate the Subcontract with the Subcontractor if the Subcontractor fails to terminate the employment or the contract with the illegal alien within three days of receiving notice. c. Contractor shall not terminate the contract with the Subcontractor if during such three day period the Subcontractor provides information to establish that the Subcontractor has not knowingly employed or contracted with an illegal alien, provided that the Subcontractor terminates the employment or the contract with the illegal alien. d. Contractor shall comply with any reasonable request by Owner to conduct on-site inspections and review documents to determine compliance with this section. Town may request and review documentation that proves the citizenship of any person performing work on this Contract or take any other reasonable steps that are necessary to determine whether a contractor is complying with the provisions of this contract. Failure or refusal of Contractor to cooperate with Town shall be deemed a material breach of this contract and Town may at its discretion terminate this Contract and hold Contractor liable for actual and consequential damages suffered as a result of the termination, including forfeiture of any bonds or deposits made to Town on behalf of or for the benefit of contractor. e. A violation by Contractor of this provision shall be deemed a material breach of the contract and Owner may terminate this contract and hold Contractor liable for actual and consequential damages suffered as a result of the termination, including but not limited to, forfeiture of any bonds or deposits made to Town on behalf of, or for the benefit of, Contractor. 8. Termination a. The Town may terminate this Agreement for any reason or no reason by giving written notice of termination at least thirty (30) days before the date of termination. The notice shall specify the date upon which such termination becomes effective and the Town shall pay the Contractor for Services rendered prior to the effective date of termination. b. In addition to the right of termination for convenience given to the Town as set out herein, such right being a separate right on behalf of the Town, either party by giving written notice may terminate this Agreement if the other party violates or fails to perform any covenant, provision, obligation, term, or condition contained in this Agreement, provided that, unless otherwise provided in this Agreement, such failure or violation shall not be cause for termination if the defaulting party cures such default (if default is susceptible to cure) within thirty (30) days of receipt of written notice of default from the other party. i. Any notice of default shall state the party s intent to terminate this Agreement if the default is not cured within the specified time period. 9. Miscellaneous Provisions a. The Contract shall be governed by, and construed in accordance with, the Laws of the State of North Carolina. The Contractor shall comply with all Federal, State, and local laws, ordinances, and regulations applicable to the services provided herein. The Contractor further agrees that it will at all times during the term of this RFQ Town of Mooresville, Liberty Park Transformation Page 12 of 14
13 Agreement be in compliance with all applicable Federal, State and/or local laws regarding employment practices. Such laws include, but shall not be limited to workers' compensation, the Fair Labor Standards Act (FSLA), the Americans with Disabilities Act (ADA), the Family and Medical Leave Act (FMLA), and all Occupational Safety and Health Administration (OSHA) regulations applicable to the work. b. Should the Contractor choose to subcontract, the Contractor shall remain fully responsible for performance of all obligations that it is required to perform under this Agreement. c. Any provision of this Contract that is prohibited, unenforceable, or not authorized in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition, unenforceability, or non-authorization without invalidating the remaining provisions hereof or affecting the validity, enforceability, or legality of such provision in any other jurisdiction. d. In the event a dispute or controversy arises out of or relating to this Contract, such dispute or controversy (including contentions that a party is in default in performance of its obligations hereunder, but excluding questions as to the validity and binding effect of this Contract, which shall be conclusively presumed) shall be submitted to mediation following the rules governing court-ordered mediation in North Carolina. e. Section headings in the Contract are included herein for convenience of reference only and shall not constitute a part of this Contract for any other purpose. f. This Contract shall completely and fully supersede all prior undertakings or agreements, both written and oral, between Town and Contractor relating to work performed for the Town of Mooresville. The Contract institutes the entire agreement between the parties hereto. g. This Contract shall be binding upon, inure to the benefit of, and be enforceable by the parties and their respective successors and assigns. [Signature Page Follows] IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed in their corporate names by duly authorized officers in quadruple originals, one of which is retained by each of the parties, the day and year as indicated. RFQ Town of Mooresville, Liberty Park Transformation Page 13 of 14
14 Town of Mooresville by: Miles Atkins, Mayor Date Date Deborah Hockett, Finance Director This instrument has been preaudited in the manner required by the Local Government Budget and Fiscal Control Act. Contractor by: (President) (Vice-President) (Please indicate) Date Attest: Date Contractor Secretary (If not a corporation, any officer or employee of the company authorized to make such attestation) RFQ Town of Mooresville, Liberty Park Transformation Page 14 of 14
ATTACHMENT C SAMPLE CONTRACT
ATTACHMENT C SAMPLE CONTRACT North Carolina Iredell County This contract is made and entered into on the last date of its execution as indicated by the date of execution herein by and between the Town
More informationAGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT
AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT Sanitary Sewer Rehabilitation Design Services [name of consultant] This agreement, made and entered into this day
More informationARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029
CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San
More informationREQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN GENERAL INFORMATION LOOMIS PARK MASTER PLAN
REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN Issue Date: August 1, 2016 Proposal Receipt Date: Issuing Office: August 29, 2016, 3:00 PM Parks and Recreation The City of Jackson, Michigan is requesting
More informationWHEREAS, the City and Contractor desire to enter into an Agreement whereby Contractor shall provide the following Service:
THIS INDEPENDENT CONTRACTOR AGREEMENT (hereinafter, this "Agreement"), entered into this of, 2013, by and between the CITY OF WINSTON-SALEM, a North Carolina municipal corporation (hereinafter, the "City")
More informationNAPA SANITATION DISTRICT Napa, California
NAPA SANITATION DISTRICT Napa, California REQUEST FOR QUALIFICATIONS MST RECYCLED WATER PIPELINE EXTENSION PROJECT (CIP 14726) Issued on November 11, 2015 STATEMENTS DUE: December 8, 2015 AT 2:00 PM In
More informationPROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:
PROFESSIONAL SERVICES AGREEMENT For On-Call Services THIS AGREEMENT is made and entered into this ENTER DAY of ENTER MONTH, ENTER YEAR, in the City of Pleasanton, County of Alameda, State of California,
More informationINDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT
INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 20 1 4, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal
More informationTelemetry Upgrade Project: Phase-3
Telemetry Upgrade Project: Phase-3 Cedar River Water & Sewer District is soliciting Statements of Qualifications from interested consulting engineering firms capable of providing Telemetry/SCADA Engineering
More informationSARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY
SARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY RESOLUTION APPROVING AGREEMENT WITH HDR FOR ENGINEERING SERVICES RELATED TO THE SOUTHERN SARPY COUNTY WASTEWATER TREATMENT STUDY PHASE 2B WHEREAS, Sarpy
More informationAGREEMENT REGARDING PROVISION OF PROFESSIONAL SERVICES
AGREEMENT REGARDING PROVISION OF PROFESSIONAL SERVICES This Agreement Regarding Provision of Professional Services (the "Agreement") dated as of «Date of Contract», is between «Name of Contractor» ("Contractor")
More informationCline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES)
Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES) This CONTRACT, made this day of August 2014, by and among Crussin Explorer Transportation Inc. d.b.a. Cline Tours, Inc. (the Contractor.) and The City
More informationCITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING
CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING Release Date: Friday, January 19, 2018 Due Date: Friday, February 16, 2018, 4:00 p.m. Housing Programs
More informationCity of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services
City of Jeffersontown Request for Qualifications ON-CALL Electrical Services Table of Contents Request of Qualifications I. Invitation and Instructions to Interested Firms II. III. IV. General Provisions
More informationAGREEMENT FOR SERVICES
AGREEMENT FOR SERVICES This AGREEMENT FOR SERVICES (the Agreement ) made as of the date stated below, between the Village of South Lebanon, Ohio, 10 N. High Street, South Lebanon, OH 45065 (the Village
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS REVEREND PETER ATKINS PARK BATHROOM PROJECT CCE PROJECT NO. 117-106 NOVEMBER 2, 2017 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 1.0 INTRODUCTION
More information#REVISED MEMORANDUM OF UNDERSTANDING BETWEEN FULTON COUNTY, GEORGIA AND THE ATLANTA HAWKS FOUNDATION, INC
MEMORANDUM OF UNDERSTANDING BETWEEN FULTON COUNTY, GEORGIA AND THE ATLANTA HAWKS FOUNDATION, INC. FOR DONATIONS TO FULTON COUNTY S YOUTH BASKETBALL PROGRAM THIS MEMORANDUM OF UNDERSTANDING ( MOU ) is made
More informationTHIS LOCKBOX AND ACCOUNT CONTROL AGREEMENT (this Agreement ) is made as of, 200_, by and among ( Depositor ), ( Bank ) and ( Lender ).
FORM 18A.2 LOCKBOX AND ACCOUNT CONTROL AGREEMENT THIS LOCKBOX AND ACCOUNT CONTROL AGREEMENT (this Agreement ) is made as of, 200_, by and among _ ( Depositor ), ( Bank ) and ( Lender ). R E C I T A L S
More informationINDEPENDENT CONTRACTOR AGREEMENT
INDEPENDENT CONTRACTOR AGREEMENT WHEREAS Dixie Electric Membership Corporation (hereinafter DEMCO ) is a nonprofit electric membership cooperative authorized to do and doing business in the State of Louisiana;
More informationPADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT
PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT This Agreement is made and entered into as of, 20, by and between the PADRE DAM MUNICIPAL WATER DISTRICT (hereinafter referred to as the
More informationSubmitter shall provide the following services: A. SCOPE OF SERVICES: Professional Engineering Services - Construction Services
The City of Blue Springs, Missouri, Engineering Department, invites you to submit a proposal and statement of qualifications regarding Professional Engineering and Construction Services for the 2014 Sni-A-Bar
More informationTown of West Yellowstone
Town of West Yellowstone Engineering Services Request for Qualifications I. INTRODUCTION AND PURPOSE OF REQUEST The Town of West Yellowstone located in Gallatin County, hereinafter referred to as the Town,
More informationREQUEST FOR PROPOSALS TELEPHONE SYSTEM
REQUEST FOR PROPOSALS TELEPHONE SYSTEM 360 Main St. Delta, Colorado 81416 Phone (970) 874-7903 Fax (970) 874-6931 www.cityofdelta.net Issue Date: November 30, 2018 Contact: Glen L. Black Submission Deadline:
More informationNOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES
NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES DATE: April 8, 2016 PROPOSAL: Q16-131 The Town of Chapel Hill Business Management
More 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 informationREQUEST FOR PROPOSALS FOR DESIGN OF THE GRAPE DAY PARK RESTROOM PROJECT
Julie Procopio, P.E. Director of Engineering Services/City Engineer 201 North Broadway, Escondido, CA 92025 Phone: 760-839-4001 Fax: 760-839-4597 October 19, 2017 To Whom It May Concern: SUBJECT: REQUEST
More informationSUBCONTRACT CONSTRUCTION AGREEMENT
SUBCONTRACT CONSTRUCTION AGREEMENT THIS SUBCONTRACT CONSTRUCTION AGREEMENT, made and executed this day of, 20, by and between SHERWOOD CONSTRUCTION, INC (hereinafter referred to as "Contractor"), and (hereinafter
More informationREQUEST FOR QUALIFICATIONS FOR DESIGN SERVICES FOR BRADFORD PARK SOFTBALL COMPLEX PARKING LOT EXPANSION
REQUEST FOR QUALIFICATIONS FOR DESIGN SERVICES FOR BRADFORD PARK SOFTBALL COMPLEX PARKING LOT EXPANSION TOWN OF HUNTERSVILLE, NORTH CAROLINA 1.0 PURPOSE The Town of Huntersville is accepting Request for
More informationCITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT
CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT THIS Agreement is made effective as of the day of 201_, by and between the City of Port Orchard, a municipal corporation, organized under the laws of
More informationCITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS
CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS CLOSING TIME: RFP S ARE DUE NOT LATER THAN 10:00 A.M. ON January 30, 2017 200 N. 12 th STREET CORSICANA,
More informationM E M O R A N D U M GLYNN COUNTY MANAGER S OFFICE
GLYNN COUNTY MANAGER S OFFICE 1725 Reynolds Street, Third Floor, Brunswick, GA 31520 Phone: (912) 554-7401 Fax: (912) 554-7596 www.glynncounty.org M E M O R A N D U M TO: GLYNN COUNTY BOARD OF COMMISSIONERS
More informationSAFETY FIRST GRANT CONTRACT
SAFETY FIRST GRANT CONTRACT This agreement (the Contract ) is made this day of, by and between (the Contractor ) and (the Owner ), for the (Name of Parish Corporation, ABN or high school corporation) purpose
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 informationMEMORANDUM OF AGREEMENT SUMMARY
MEMORANDUM OF AGREEMENT Project Name/Description: Owner(s): Owner s (Owners ) Address/Phone/Email: Owner Type (circle one): Nonprofit Municipality County Other Property Address/Vicinity: SHF Project Number:
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 informationCenter Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES
Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Submission deadline: 4:00 p.m. Wednesday, December 7, 2011 I. General Center Township Butler County,
More informationCITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660
CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile
More informationWATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA
General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the
More informationCOUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017
COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT Date of Issue: September 25, 2017 Due Date for Proposal: October 6, 2017 COUNTY OF WISE, VA REQUEST
More informationBUSINESS ASSOCIATE AGREEMENT
BUSINESS ASSOCIATE AGREEMENT THIS BUSINESS ASSOCIATE AGREEMENT (the Agreement ) is entered into this day of, 20, by and between the University of Maine System acting through the University of ( University
More informationMASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water)
MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water) THIS MASTER PURCHASE AGREEMENT (this Agreement ) is made and entered into this day of, 201 (the Effective Date ), by and between
More informationSAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES
SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES On this day of, 2017, the Board of Commissioners of the Port of New Orleans hereinafter sometimes
More informationRequest for Proposal. Compensation Consultant Services RFP #
Request for Proposal May 25, 2018 Compensation Consultant Services RFP #113-2018 Proposals Due: June 25, 2018 by 4:00PM PDT Contact Mark Smith Phone: 951-296-6914 Email: smithm@ranchowater.com Purchasing
More informationFIXTURING/INSTALLATION AGREEMENT
Dept Index Contract No. Requisition No. FIXTURING/INSTALLATION AGREEMENT This FIXTURING/INSTALLATION AGREEMENT by and between THE UNIVERSITY OF NORTH FLORIDA BOARD OF TRUSTEES, a public body corporate
More informationRequest for Qualifications (RFQ #704-18) Establish a Hybrid Law Enforcement Model Consulting & Support Services
Request for Qualifications (RFQ #704-18) To Establish a Hybrid Law Enforcement Model Consulting & Support Services Posted on website (http://www.publicpurchase.com/gems/cityoflancaster,ca/buyer/public/home):
More informationAGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES
AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES THIS AGREEMENT is made by and between the School District, a political subdivision of the State of California ("DISTRICT"), and, a California corporation,
More informationSTATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE
STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE FACILITIES PROFESSIONAL OR TECHNICAL CONSULTANT MASTER CONTRACT FOR ARCHITECTURAL, OWNER REPRESENTATIVE, REAL ESTATE, AND OTHER
More informationRequest for Bid/Proposal
Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu
More informationCity of Beverly Hills Beverly Hills, CA
City of Beverly Hills Beverly Hills, CA REQUEST FOR PROPOSAL For Professional Services for Conducting a Department Needs Assessment and Developing a Grant Funding Strategy to Support City Priority Projects
More informationCITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5
CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5 1. DELIVERY OF PROPOSALS. It is the Proposer's responsibility
More informationINDEPENDENT CONTRACTOR AGREEMENT
INDEPENDENT CONTRACTOR AGREEMENT This agreement is entered into as of, 2004, by and between Rensselaer Polytechnic Institute (hereinafter called Rensselaer"), a non-profit educational institution with
More informationCONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES
CITY OF SUISUN CITY CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES THIS CONTRACT SERVICES AGREEMENT (herein Agreement ) is made and entered into this day
More informationAGREEMENT BY AND BETWEEN ROCKLIN UNIFIED SCHOOL DISTRICT AND ROCKLIN EDUCATIONAL EXCELLENCE FOUNDATION RECITALS
AGREEMENT BY AND BETWEEN ROCKLIN UNIFIED SCHOOL DISTRICT AND ROCKLIN EDUCATIONAL EXCELLENCE FOUNDATION This agreement ("Agreement") is made by and between Rocklin Unified School District, a public school
More informationTRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT
TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT This CONSULTING SERVICES AGREEMENT (this Agreement ) is entered into effective as of, by and between Trinity University, an agency and institution of higher
More informationPROFESSIONAL SERVICES CONSULTING AGREEMENT
PROFESSIONAL SERVICES CONSULTING AGREEMENT THIS PROFESSIONAL SERVICES CONSULTING AGREEMENT ( Agreement ) is made and entered into on the Effective Date, as hereinafter defined, by and between ( Consultant
More informationTOWN OF QUEEN CREEK S. ELLSWORTH ROAD QUEEN CREEK, AZ (480)
TOWN OF QUEEN CREEK 22358 S. ELLSWORTH ROAD QUEEN CREEK, AZ 86004 (480) 358-3000 www.queencreek.org DESIGN PROFESSIONAL SERVICES MASTER CONTRACT CONTRACT NO. Design Professional Contract Contract No. TABLE
More informationANNEX A Standard Special Conditions For The Salvation Army
ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,
More informationCITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES
CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES May 10, 2011 GENERAL INFORMATION Introduction The City of Salinas (City) seeks qualification submittals from firms or individuals
More informationCITY OF HERMOSA BEACH
CITY OF HERMOSA BEACH REQUEST FOR PROPOSALS (RFP) DESIGN SERVICES FOR South Park Playground Improvements June 2013 PROPOSALS DUE: July 11, 2013 at 5:00 p.m. City of Hermosa Beach, City Hall, 1315 Valley
More informationExcellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders.
CITY OF LACEY, WASHINGTON REQUEST FOR STATEMENTS OF QUALIFICATIONS # AG-16.0370 GRAPHIC DESIGN, BRANDING, AND USER INTERFACE DESIGN SERVICES March 1, 2018 OVERVIEW The City of Lacey, Washington, is accepting
More informationDrexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation
This is a form agreement for discussion purposes only. It does not constitute a binding offer or contract of Drexel University until all of the terms have been approved and this agreement is executed by
More 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 informationRequest for Proposal. For Financial and Accounting Services
Request for Proposal For Financial and Accounting Services Issued: Tuesday, February 20, 2018 Submission Deadline: Wednesday, March 21, 2018, 4:00 PM South Bayside Waste Management Authority (SBWMA) Attention:
More informationATTACHMENT B SALE # CGS4 GENERAL PURPOSE. PowerGyp70 CGS SALES AGREEMENT By and Between SOUTH CAROLINA PUBLIC SERVICE AUTHORITY And
ATTACHMENT B SALE # CGS4 GENERAL PURPOSE PowerGyp70 CGS SALES AGREEMENT By and Between SOUTH CAROLINA PUBLIC SERVICE AUTHORITY And THIS POWERGYP70-CGS SALES AGREEMENT (the Agreement ) is entered into as
More informationCONTRACT FOR SERVICES RECITALS
CONTRACT FOR SERVICES THIS AGREEMENT is entered into between the (hereinafter Authority ) and [INSERT NAME] (hereinafter Contractor ) and sets forth the terms of this Agreement. Authority and Contractor
More informationSANTA CLARA UNIFIED SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS. RFQ No
SANTA CLARA UNIFIED SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS RFQ No. 16-17-010 CALIFORNIA ENVIRONMENTAL QUALITY ACT (CEQA) COMPLIANCE SERVICES FOR FUTURE PROJECTS QUALIFICATIONS DUE: June 30, 2017, 2:00
More informationPMI of_nw Arkanasas Inc. A DIVISION OF KAUFMANN REALTY
PMI of_nw Arkanasas Inc. A DIVISION OF KAUFMANN REALTY ASSOCIATION MANAGEMENT AGREEMENT This agreement is made and entered into by and between PMI White Horse Property Management Inc. (hereinafter, PMI
More informationREGIONAL ROAD CONCURRENCY AGREEMENT CONSTRUCTION OF IMPROVEMENTS
Return recorded document to: Planning and Redevelopment Division 1 North University Drive, Suite 102A Plantation, Florida 33324 Document prepared by: NOTICE: PURCHASERS, GRANTEES, HEIRS, SUCCESSORS AND
More informationCITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance
CITY OF MOBILE REQUEST FOR QUOTES April 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Locations: Project Number: Service Contract - Escalator Inspections
More informationSHORT FORM OF AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES
SHORT FORM OF AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES THIS IS AN AGREEMENT effective as of March 3, 2016 ( Effective Date ) between College Community School District ("Owner") and
More informationSECTION III: SAMPLE CONTRACT AGREEMENT FOR SERVICES
SECTION III: SAMPLE CONTRACT AGREEMENT FOR SERVICES THIS AGREEMENT made and entered by and between the City of Placerville, a political subdivision of the State of California (hereinafter referred to as
More informationCITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019
CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Remove, Repair and Re- Install
More informationCITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940
CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)
More informationHCAOG CONSULTANT SERVICES CONTRACT FOR PREPARATION OF THE
HCAOG CONSULTANT SERVICES CONTRACT FOR PREPARATION OF THE This is a contract, entered into on, in Eureka, California, between the HUMBOLDT COUNTY ASSOCIATION OF GOVERNMENTS, hereinafter called HCAOG, and,
More informationDRY SWEEPING SERVICES AGREEMENT
DRY SWEEPING SERVICES AGREEMENT This DRY SWEEPING SERVICES AGREEMENT (this Agreement ) is made and entered into this day of, 200_ (the Effective Date ), by and between STANDARD PARKING CORPORATION, a Delaware
More informationCONSULTING AGREEMENT
CONSULTING AGREEMENT This Consulting Agreement (Agreement) is made as of the th day of, 2015, by and between NBS GOVERNMENT FINANCE GROUP, a California corporation, dba NBS ( Consultant ), and CENTRAL
More informationMASTER SERVICES AGREEMENT
MASTER SERVICES AGREEMENT This Master Services Agreement (the Agreement ) is made effective as of the day of in the year 20 (the Effective Date ), by and between Solution Zero, LLC, Doing Business As (DBA)
More informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL The City of Sachse is soliciting submittals for the herein described services and/or commodities for the purpose defined in this document. By responding to this request, the offeror
More informationREQUEST FOR PROPOSALS for COMPREHENSIVE FACILITY CONDITION ASSESSMENTS CITY HALL AND RECREATION CENTERS for CITY OF SAN MATEO, CALIFORNIA
REQUEST FOR PROPOSALS for COMPREHENSIVE FACILITY CONDITION ASSESSMENTS CITY HALL AND RECREATION CENTERS for CITY OF SAN MATEO, CALIFORNIA The City of San Mateo is issuing this Request for Proposals (RFP)
More informationREQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY
REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)
More informationCITY OF PANAMA CITY BEACH SPECIAL EVENT AGREEEMENT
CITY OF PANAMA CITY BEACH SPECIAL EVENT AGREEEMENT THIS AGREEMENT is made and entered into this day of 2017, by and between the City of Panama City Beach, Florida, a municipal corporation (the City ),
More informationPERSONAL SERVICES CONTRACT
PERSONAL SERVICES CONTRACT THIS CONTRACT is entered into on, 20 between the CITY OF BERKELEY ( City ), a Charter City organized and existing under the laws of the State of California, and ( Contractor
More informationCITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM
CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # 24-09-CM BACKGROUND The City of Kirkland Economic Development Program is focused on business retention. The satisfaction of existing
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 informationEXHIBIT 3 Page 1 of 12
Page 1 of 12 FLORIDA DEPARTMENT OF TRANSPORTATION - DISTRICT FOUR MAINTENANCE MEMORANDUM OF AGREEMENT THIS AGREEMENT, is entered into this day of, 2017, by and between the STATE OF FLORIDA DEPARTMENT OF
More informationCONTRACT FOR PROFESSIONAL SERVICES - ARCHITECT
THE STATE OF TEXAS COUNTY OF GALVESTON CONTRACT FOR - ARCHITECT THIS AGREEMENT, entered into as of this 9TH day of January, 2017, by and between the City of Friendswood, Texas (hereinafter called the CITY
More informationWelcome to the Model Residential Owner/Design Consultant Professional Service Agreement
Welcome to the Model Residential Owner/Design Consultant Professional Service Agreement The Council for the Construction Law Section of the Washington State Bar Association prepared this Model Residential
More informationNOW, THEREFORE, THE BOARD OF TRUSTEES OF THE TWIN RIVERS UNIFIED SCHOOL DISTRICT DOES HEREBY RESOLVE, DETERMINE, AND ORDER AS FOLLOWS:
RESOLUTION NO. 652 RESOLUTION OF THE BOARD OF TRUSTEES OF THE TWIN RIVERS UNIFIED SCHOOL DISTRICT APPROVING THE AWARD OF PRECONSTRUCTION SERVICES CONTRACT AND LEASE-LEASEBACK CONSTRUCTION CONTRACT FOR
More informationCity of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA
City of Redmond, Washington Purchasing Division, M/S: 3SFN 15670 NE 85th Street PO Box 97010 Redmond, WA 98073-9710 Request for Proposal The City of Redmond is interested in seeking proposals from qualified
More informationCOWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER
REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under
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 informationGREENVILLE UTILITIES COMMISSION
GREENVILLE UTILITIES COMMISSION GREENVILLE, NORTH CAROLINA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL SERVICES FOR ARCHITECTURAL DESIGN AND ENGINEERING SERVICES FOR RENOVATION OF FIRST FLOOR AND EXTERIOR
More informationREQUEST FOR PROPOSALS (RFP)
REQUEST FOR PROPOSALS (RFP) The Planning & Environment Review Department invites submission for Full Service Building Services Date Issued: April 8, 2019 Deadline for Submissions: April 30, 2019 at 4 PM
More informationINTRODUCTION TERMS AND CONDITIONS
MASTER AGREEMENT FOR PROFESSIONAL SERVICES (AIA) (Unlimited) THIS AGREEMENT FOR PROFESSIONAL SERVICES shall become effective DATE, 2016, between the City of Meridian, a municipal corporation organized
More informationWHEREAS, the County desires to enter into an agreement with the Contractor for the provision of such services as set forth herein.
AGREEMENT FOR PHYSICIAN STAFFING SERVICES PD 14-15.004 THIS AGREEMENT is made this day of, 2014 (hereinafter referred to as Effective Date ), by and between Escambia County, Florida, a political subdivision
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 informationTown of Highlands Board Approved as of May 17, 2012
TOWN OF HIGHLANDS INTERCONNECTION AGREEMENT FOR SMALL PHOTOVOLTAIC GENERATION FACILITY OF 10 kw OR LESS This PHOTOVOLTAIC INTERCONNECTION AGREEMENT FOR SMALL GENERATION 10 kw or less (the Agreement ),
More informationSOUTH GRANVILLE WATER AND SEWER AUTHORITY, NORTH CAROLINA
REQUEST FOR STATEMENT OF QUALIFICATIONS FOR Disinfection By-Products Reduction and SCADA evaluation For SOUTH GRANVILLE WATER AND SEWER AUTHORITY, NORTH CAROLINA I. PURPOSE/BACKGROUND The South Granville
More informationVIRGINIA BEACH SPORTS CENTER CIP PPEA RFQ for the City of Virginia Beach INTERIM AGREEMENT
INTERIM AGREEMENT THIS INTERIM AGREEMENT (this Agreement ), dated as of March, 2018 (the Effective Date ), between the CITY OF VIRGINIA BEACH, a municipal corporation of the Commonwealth of Virginia (the
More informationSALEM CITY. NET METERING LICENSE AGREEMENT For Customer-Owned Electric Generating Systems of 100kW or Less
SALEM CITY NET METERING LICENSE AGREEMENT For Customer-Owned Electric Generating Systems of 100kW or Less This NET METERING LICENSE AGREEMENT ( Agreement ) is between ( Customer ) and Salem City ( Salem
More information