REQUEST FOR PROPOSAL FOR ELECTRODE REPLACEMENT AT BLACK MOUNTAIN AND REACH 6 PIPELINE
|
|
- Ophelia Norris
- 5 years ago
- Views:
Transcription
1 REQUEST FOR PROPOSAL FOR ELECTRODE REPLACEMENT AT BLACK MOUNTAIN AND REACH 6 PIPELINE CENTRAL ARIZONA WATER CONSERVATION DISTRICT RFP C1630 PROPOSAL DUE MAY 25, :00 PM ARIZONA TIME
2 Table of Contents SECTION TITLE PAGE A. INTRODUCTION...2 B. PROPOSAL PREPARATION INSTRUCTIONS 3 C. TERMS AND CONDITIONS 4 D. SPECIAL CONDITIONS..5 E. PROPOSER FORM..8 F. SPECIFICATIONS..10 EXHIBIT 1 EXHIBIT 2 DRAWINGS Directions to Black Mtn and Reach Estimated Distance Between References
3 Section A INTRODUCTION The Central Arizona Water Conservation District (CAWCD) is a multi-county water conservation district and political subdivision of the state of Arizona organized pursuant to A.R.S et seq. for the purposes, among others, of contracting with the United States for the delivery of Central Arizona Project (CAP) water, repayment of CAP costs and operation and maintenance of the CAP aqueduct. The CAP is designed to bring about 1.5 million acre-feet of Colorado River water per year to Pima, Pinal and Maricopa counties. The CAP carries water from Lake Havasu near Parker to the southern boundary of the San Xavier Indian Reservation southwest of Tucson. It is a 336-mile long system of aqueducts, tunnels, pumping plants and pipelines and is the largest single resource of renewable water supplies in the state of Arizona. PROJECT DESCRIPTION CAWCD is soliciting a proposal for Electrode Replacement at Black Mountain and Reach 6 Pipeline as fully described in the specifications. The Proposal is requested to be received on or before the day stated on the cover sheet of this solicitation. 2
4 Section [B] PROPOSAL PREPARATION INSTRUCTIONS 1. GENERAL INSTRUCTIONS A. Questions may be addressed to Rick Lott (623) or by to B. The proposal shall be submitted with pricing by task and each task activity as defined in Section F Technical Specifications in table format. Provide a rate schedule for personnel classifications, including any subcontractors. The schedule must include a breakdown of all components of cost: labor base rate, other direct costs, overhead, and fee. C. Clarifications and notations to the technical specifications shall be submitted as a separate addendum document in addition to the price proposal. CAWCD will revise the technical specifications after final agreement is reached by CAWCD and the Contractor to incorporate into the contract. D. Clarifications and notations to Terms and Conditions shall be submitted as a separate addendum document. E. Proposals shall be submitted to Rick Lott by to rlott@cap-az.com.. 3
5 Section C TERMS AND CONDITIONS General Terms and Conditions Rev and Goods Terms and Conditions and Services Terms and Conditions Rev govern this request for proposal. They are available for review and download at 4
6 SECTION D SPECIAL CONDITIONS 1. INSURANCE REQUIREMENTS Contractor and subcontractors shall procure and maintain insurance against claims for injury to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors, until all of their obligations have been discharged, including any warranty periods under this Contract are satisfied. The insurance requirements herein are minimum requirements for this Contract and in no way limit the indemnity covenants contained in this Contract. CAWCD in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this contract by the Contractor, its agents, representatives, employees or subcontractors, and Contractor is free to purchase additional insurance. 1.1 Additional Insurance Requirements: The policies shall include, or be endorsed to include, the following provisions: a) The Commercial General Liability policy shall be endorsed to include the following Additional Insured language: "Central Arizona Water Conservation District, its officers, directors, employees, agents and contractors, and each and any of them shall be named as Additional Insured with respect to liability arising out of the activities performed by or on behalf of the Contractor." b) Coverage provided by the Contractor shall not be limited to the liability assumed under the indemnification provisions of this contract. c) The Contractor's insurance shall contain broad form contractual liability coverage and shall not exclude liability arising out of explosion, collapse, or underground property damage hazards (XCU). d) The Contractor's insurance coverage shall be primary insurance with respect to CAWCD, its officers, directors, employees, agents, and contractors. Any insurance or self-insurance maintained by CAWCD shall be in excess to the coverage of the Contractor's insurance and shall not contribute to it. e) The policies shall contain a waiver of subrogation against CAWCD, its officers, directors, employees, agents and contractors for losses arising from work performed by the Contractor for CAWCD. 1.2 Notice of Cancellation: The Contractor will notify CAWCD, in writing, if any policy or coverage provision is suspended, voided, canceled, or reduced in coverage or in limits. Such notice to be, if possible, thirty (30) days prior to the scheduled change. Such notice shall be sent directly to (Central Arizona Water Conservation District, Risk and Insurance Administrator, P. O. Box 43020, Phoenix, AZ ). 5
7 1.3 Acceptability of Insurers: Insurance is to be placed with duly licensed or approved non-admitted insurers in the state of Arizona with an A.M. Best rating of not less than A- VII. The Central Arizona Water Conservation District in no way warrants that the above-required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. 1.4 Verification of Coverage: Contractor shall furnish the Central Arizona Water Conservation District with certificates of insurance (ACORD form or equivalent) as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by the Central Arizona Water Conservation District before work commences. Each insurance policy required by this Contract must be in effect at or prior to commencement of work under this Contract and remain in effect for the duration of the project. Failure to maintain the insurance policies as required by this Contract, or to provide evidence of renewal, is a material breach of contract. All certificates required by this Contract shall be sent directly to (Central Arizona Water Conservation District, Risk & Insurance Administrator, P. O. Box 43020, Phoenix, AZ ). The Contract number and Contract description shall be noted on the certificate of insurance. The Central Arizona Water Conservation District reserves the right to require complete, certified copies of all insurance policies required by this Contract at any time. 1.5 Subcontractors: Contractors certificate(s) shall include all subcontractors as insured s under its policies or Contractor shall furnish to the Central Arizona Water Conservation District separate certificates and endorsements for each subcontractor. All coverage s for subcontractors shall be subject to the minimum requirements identified above. 1.6 Approval: Any modification or variation from the insurance requirements in this Contract shall be made in writing as a formal Contract amendment. 1.7 Exceptions: In the event the Contractor or sub-contractor(s) is/are a government entity, then the Insurance Requirements shall not apply. Such government entity shall provide a Certificate of Self-Insurance. a) Minimum Scope And Limits of Insurance: Contractor shall provide coverage with limits of liability not less than those stated below. 1) Commercial General Liability Occurrence Form Policy shall include bodily injury, property damage, personal injury and broad form contractual liability and XCU coverage. General Aggregate $ 2,000,000 Products Completed Operations Aggregate $ 2,000,000 Personal and Advertising Injury $ 1,000,000 Each Occurrence $ 1,000,000 Blanket Contractual Liability Written and Oral $ 1,000,000 Fire Damage (Any one fire) $ 1,000,000 6
8 i. Using form CG 2010 (10/01) and CG 2037 (10/01), or equivalent, the policy shall be endorsed to include the following Additional Insured language: Central Arizona Water Conservation District, its officers, directors, employees, agents and contractors, and each and any of them shall be named as additional insured with respect to liability arising out of the activities performed by or on behalf of the Contractor. ii. The policy shall be endorsed with Aggregate Limits of Insurance CG 2504 or 2503 as appropriate on the Commercial General Liability policy. 2) Automobile Liability Bodily Injury and Property Damage for any owned, hired, and/or nonowned vehicles used in the performance of this Contract. Combined Single Limit (CSL) $ 1,000,000 3) Worker's Compensation and Employers' Liability Workers' Compensation Statutory Employers' Liability Each Accident $ 1,000,000 Disease Each Employee $ 1,000,000 Disease Policy Limit $ 1,000,000 i. Policy shall contain a waiver of subrogation against the Central Arizona Water Conservation District, its officers, directors, employees, agents and contractors for losses arising from work performed by or on behalf of the Contractor. ii. This requirement shall not apply to: Separately, EACH contractor or subcontractor exempt under A.R.S , AND when such contractor or subcontractor executes the appropriate waiver (Sole Proprietor/Independent Contractor) form. 5) Commercial Umbrella or Excess Liability occurrence form Each Occurrence $ 1,000,000 i. This coverage is optional. It may be used in conjunction with underlying coverage to meet the minimum limits as outlined above. 7
9 1. PROPOSAL PROVISIONS SECTION E PROPOSER FORM After receipt of proposal, CAWCD may exclude certain items and services included in the Request for Proposal. All Proposals are subject to the provisions contained in the Proposal Documents and the Contract Documents. Proposals shall be irrevocable and remain open for acceptance by CAWCD for a period of ninety (90) days from the Proposal due date. Proposals will be evaluated based on the following proposal schedule. 2. PROPOSAL SCHEDULE Proposer will complete the work in accordance with the following schedule: Item(s) PRICE A. Electrode Replacement Cost $ Per attached specifications Total Contract Amount (taxes excluded) $ Note: Proposal may be provided on Contractors standard Proposal form/format. 3. TERMS A. Standard Payment Terms...Net 30 B. Prompt Payment Discount DELIVERY Proposer states that all items will be completed in calendar days after receipt of order. Any delay in delivery beyond the stated date may result in the implementing of the default and/or liquidated damages provisions 5. PAYMENT SCHEDULE The Contractor shall submit to CAWCD invoices for charges payable in accordance with the items and terms specified in this Contract. The invoice shall be identified with CAWCD's contract number and shall be itemized to reflect the services performed. All invoices shall be paid on a Net 30 basis upon receipt of an accurately prepared invoice and must be ed to the following address: invoices@cap-az.com. 8
10 6. CERTIFICATION A. Proposer certifies it is a: Sole Proprietorship ; Partnership : Corporation. B. Arizona sales tax no. C. Federal tax ID no. D. Arizona Contractor License no. 7. EXCEPTIONS TO SPECIFICATIONS AND OR TERMS AND CONDITIONS: YES ( ) NO ( ) If yes, attach additional pages with details of specific exceptions. 8. PROPOSER Company s Legal Name Address City, State and Zip Code Telephone No Authorized Signature Printed Name and Title Date Company Address FOR QUESTIONS REGARDING THIS OFFER: (if different from above) Contact Name Phone Number Fax Number Address 9
11 Section F SCOPE/SPECIFICATIONS CAP Pipelines Automatic Cathodic Protection System Reference Electrodes Replacement Background: Black Mountain and Tucson Reach 6 Pipelines An automatic potential-controlled cathodic protection system on CAWCD pre-stressed concrete cylinder pipes (PCCP) was designed and installed with a reference electrode to control cathodic protection effectiveness and prevent pipelines from over-protection. The reference electrode is buried at various depths from site to site. The reference electrode electrical wire is connected to the rectifier at the terminal marked "Reference Electrode". The type of pipeline, approximate earth cover of reference electrode and type of reference electrode is attached for your reference. The station and elevation of each zinc reference electrode (quantity of 24) are listed in drawing package of Black Mountain Pipeline Plan and Profile Cathodic Protection and Tucson Reach 6 Pipeline Plan and Profile Cathodic Protection. The existing reference electrodes at Black Mountain and Tucson Reach 6 pipelines are designed with metal lids and most of them have been located by CAWCD personnel. A magnet device has been installed on the bottom side of the metal lids to assist Contractor in locating them. It is for Contractor's reference only. It is the Contractor's sole responsibility to locate and replace all the reference electrodes prior to replacing them. The awarded Contractor shall be responsible for notifying Blue Stake and shall contact CAWCD for dig permits prior to any excavation. Scope of Work: The Contractor shall remove and dispose of existing reference electrodes from cathodic protection system and replace with new electrodes at all 24 locations as shown at attached drawings. Two No.8 AWG wires are connected to new zinc reference electrode. One wire shall be connected back to the terminal of existing rectifiers which are labeled as "Reference Electrode". The second wire with shorter distance shall be terminated at the local site with at least 24 slack covered with lid for CAP further test. The reference electrode wires shall not be allowed to have any splices and the electrode wire shall have enough slack to prevent stress during the installation. The reference electrode wire which extends to the rectifier may be direct buried below
12 grade, but shall be installed in plastic-coated rigid steel conduit above ground. Either the existing conduit may be used or a new conduit can be installed. Zinc reference electrode shall have the following features and characteristics, refer to drawing 344-D (1) A Wyoming bentonite clay and water mixture shall be placed to a depth of one foot at the bottom of the hole using the tremie method. Only sufficient water shall be added such that the mixture can be pumped. This layer shall be allowed to stabilize until it is able to support the entire reference electrode assembly. (2) The prepackaged, permanent reference electrode shall be placed within a porous, permeable, cloth bag such that the electrode is centered within a 2-inch layer of sand. This assembly shall then be placed within another porous, permeable, cloth bag such that the assembly is centered within a 2-inch layer of Wyoming bentonite clay. The water-supply pipe shall terminate within the 2-inch sand layer. (3) The entire assembly shall be lowered to the bottom of the hole. At no time shall the reference electrode wire or the water-supply pipe be allowed to support the weight of the reference electrode assembly. (4) The annulus between reference electrode assembly and the walls of the hole shall be backfilled with Wyoming bentonite clay and water slurry, the consistency of thick cream. The slurry shall be placed to depth of 1 foot over the top of the reference electrode assembly. The slurry shall be placed by tremie method. (5) The electrode shall be constructed with high purity zinc meeting the chemical requirements of ASTM B , Type II. (6) The electrode shall be weight 5 pounds and have dimensions of approximately 1.4 by 1.4 by 9 inches (W, H, L). (7) The electrode shall be ¼" diameter, electro-galvanized, mild steel core. (8) The electrode shall have two No. 8 AWG wires sufficiently long such that it can be laid without splices and stress. One wire is connected to rectifier terminal marked as "Reference Electrode" and second wire is laid inside the cover lid with at least 24 slack. (9) The electrode shall have a crimped, silver-solder connection of cable to the mild steel core. The silver-solder connection and all exposed mild steel core and copper shall be epoxy-potted. (10) The electrode shall be centered within specific chemical backfill consisting of a 50- percent gypsum and 50-percent bentonite mixture. The electrode and backfill shall be
13 contained within a porous and permeable biodegradable cloth bag, with an overall size of 5 inches in diameter by 15 inches. Verification Tests A reference electrode verification test shall be conducted at each site after the replacement is completed. A freshly prepared copper-copper-sulfate electrode shall be placed on top of buried reference electrode. The negative terminal of a Fluke meter shall be connected to buried zinc electrode with the positive terminal connected to the freshly prepared copper-copper sulfate electrode. The potential difference and polarity of potential reading between the two electrodes shall be recorded. The potential difference between the freshly prepared copper-copper sulfate electrode and the buried zinc electrode shall be in the range of 1.1 volts +/- 50 millivolts or 1.05 Volts to 1.15 volts. If the test is outside the specified range, the Contractor shall correct the installation in a manner acceptable to CAWCD. Record the final readings and submit to CAWCD for review. Referenced Drawings and Documents Direction to Black Mountain Pipeline and Tucson Reach 6 Pipeline Estimated Distance between Reference Electrode and Rectifier Reference Drawings (Attached): 344-D Cathodic Protection System Phase II Deep Well Anode Bed and Reference Electrodes- Plan, Sections and Detail 344-D cathodic Protection Systems- Phase II Electrical Installation Rectifier Enclosure Typical Cathodic Protection System -Phase II Electrical Installation Black Mountain Pipeline STA to STA Drawing BMP-C-C01130 to BMP-C-C01138 Cathodic Protection System -Phase III Electrical Installation Tucson Aqueduct Reach 6 Pipeline Station to Station drawings 344-D to 344-D22074
14 DIRECTION TO BLACK MOUNTAIN PIPELINE AND REACH 6 PIPELINE BLACK MOUNTAIN PUMPING PLANT AND PIPELINE MILEMARKER PIMA COUNTY 5990 W. AJO WAY TUCSON, ARIZONA LOCATION West of Tucson and south of Tucson Mountain Park DIRECTIONS FROM INTERSTATE 19: Take the Ajo Way (260) Exit. Turn right for 6.1 miles (mile marker 165.1). Turn right to both pumping plants. FROM I-10 SOUTH: Exit 22nd Street to Mission Road. Take Mission Road to Ajo Way. NOTE: Both pumping plants are in a large complex that includes the Tucson Water Treatment Plant. Black Mountain Pipeline begins at outlet of Black Mountain Pumping Plant outlet and ends at Black Mountain Operating Reservoir. REACH 6 PIPELINE BLACK Mountain Pipeline ends at Black Mountain Operating Reservoir and Reach 6 Pipeline begins at the outlet of Black Mountain Operating Reservoir.
15 Estimated Distance Between Rectifier and Reference Electrode Replacement -Black Mountain Pipeline (BMPL) and Tucson Reach 6 Pipeline (TUC 6) Rectifier Stationing Recifier Offset from Pipeline Center (Lt or Rt) Reference Electrode Stationing Reference Electrode Offset from Pipeline Center (Lt or Rt) Estimated Linear Distance between Rectifier and Reference Electrode BMKPL Pipeline 78" ID MBP Rectifier No inside vault ' Lt 55' MBP Rectifier No ' Rt ' Rt 38.5' MBP Rectifier No ' Rt ' Rt 55' MBP Rectifier No ' Rt ' Lt = 39.5' MBP Rectifier No ' Lt ' Lt 45' MBP Rectifier No ' Lt ' Lt 28.5' MBP Rectifier No ' Lt ' Lt 28.5' MBP Rectifier No ' Lt ' Lt 28.5' MBP Rectifier No ' Lt ' Lt 28.5' MBP Rectifier No ' Lt ' Lt 28.5' MBP Rectifier No ' Lt ' Lt 28.5' TUC 6 Pipeline 72" ID TUC6 Rectifier No " Lt ' Lt 44.5' TUC6 Rectifier No ' Lt ' Lt 39.5' TUC6 Rectifier No ' Lt ' Lt 39.5' TUC6 Rectifier No ' Lt ' Lt 39.5' TUC6 Rectifier No ' Lt ' Lt 59.5' TUC6 Rectifier No ' Lt ' Lt 34.5' TUC6 Rectifier No ' Lt ' Lt 39.5' TUC6 Rectifier No ' Lt ' Lt 39.5' TUC6 Rectifier No ' Lt ' Lt 34.5' TUC6 Rectifier No ' Lt ' Lt 45.5' TUC6 Rectifier No ' Lt ' Lt 34.5' TUC6 Rectifier No ' Lt ' Lt 44.5' TUC6 Rectifier No ' Lt ' Lt 57.5'
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
CONTACT: Tom McCann Tom Harbour Dennis Rule (623) (623) (623)
Agenda Number 3.c. CONTACT: Tom McCann Tom Harbour Dennis Rule (623) 869-2343 (623) 869-2107 (623) 869-2667 tmccann@cap-az.com tharbour@cap-az.com drule@cap-az.com MEETING DATE: September 6, 2012 AGENDA
More information2018 FABULOUS PHOENIX 4 TH FOOD VENDOR REGULATIONS
2018 FABULOUS PHOENIX 4 TH FOOD VENDOR REGULATIONS Food sales are limited to those items listed on your application and approved by the Food Vendor Coordinator. Vendors may not subcontract space or allow
More informationDESIGN PROFESSIONAL SERVICES (Type) MASTER CONTRACT CONTRACT NO.
MARICOPA COUNTY SPECIAL HEALTHCARE DISTRICT dba MARICOPA INTEGRATED HEALTH SYSTEM Contracts Department 2611 East Pierce Street, 2nd Floor Phoenix, Arizona 85008-6092 Phone: 602-344-1403 DESIGN PROFESSIONAL
More informationFOOD VENDOR APPLICATION PACKET
FOOD VENDOR APPLICATION PACKET March 24 th & 25 th, 2018 Arizona Game and Fish Department Outdoor Expo Objective: To inform, educate, train and introduce the public through activities, demonstrations and
More informationW.E. O Neil Construction Co. of Arizona c/o (Project Coordinator) 4511 E. Kerby Avenue Phoenix, AZ Fax (480)
W.E. O NEIL CONSTRUCTION CO. OF ARIZONA INSURANCE REQUIREMENTS Project Name Project Address City, State Zip Subcontractor SHALL NOT COMMENCE WORK at the site until it has obtained and provided all insurance
More informationSolicitation Liberator II Headsets with Tactical PTT and Accessories. Bid designation: Public. Maricopa County
5 Solicitation 1507-003 Liberator II Headsets with Tactical PTT and Accessories Bid designation: Public 7/18/2014 3:14 PM p. 1 6 Liberator II Headsets with Tactical PTT and Accessories 5 Bid Number 1507-003
More informationGUIDELINES AND INSURANCE REQUIREMENTS
GUIDELINES AND INSURANCE REQUIREMENTS MADELINE GAFFNEY EXPO REGISTRATION COORDINATOR ARIZONA GAME AND FISH DEPARTMENT OFFICE: 623.236.7402 MOBILE: 480.828.2367 EMAIL: mgaffney@azgfd.gov OR expo@azgfd.gov
More informationSubcontractor Prequalification Statement
Subcontractor Prequalification Statement NAME FAX WEBSITE IS THIS YOUR HEADQUARTERS? Yes No (if no, include below) FAX NUMBER OF YEARS YOU VE BEEN IN BUSINESS NUMBER OF YEARS UNDER YOUR CURRENT NAME DESIGNATED
More informationATTACHMENT AA Scope of Work General Services
ATTACHMENT AA Scope of Work General Services Vendors providing services under this contract agree to provide general services to an applicant or eligible client of the Vocational Rehabilitation Division
More informationOHIO TURNPIKE CROSSING PERMIT REQUEST INFORMATION UNDERGROUND CROSSING
OHIO TURNPIKE CROSSING PERMIT REQUEST INFORMATION UNDERGROUND CROSSING The Ohio Turnpike Commission requests that four (4) copies of the following information be submitted; TO: Chief Engineer Ohio Turnpike
More informationATTACHMENT AA Scope of Work Communication Services Interpretation and Translation
ATTACHMENT AA Scope of Work Communication Services Interpretation and Translation Vendors providing services under this contract agree to provide interpretation and or translation services to an applicant
More informationSolicitation 640. Recycling Bins. Bid Designation: Public
Solicitation 40 Recycling Bins Bid Designation: Public 2/10/201 :4 AM p. 1 BIDSYNC VENDOR BILLING AGREEMENT BidSync will contact the Accounts Payable personnel for your company for any billing related
More informationEXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY
EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY Revised: March 2016 INSURANCE REQUIREMENTS Without limiting Consultant s indemnification, Consultant shall procure and maintain
More informationSANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017
SANDY CITY 10000 CENTENNIAL PARKWAY SANDY, UTAH 84070 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 INVITATION FOR BID: This is a formal solicitation of sealed bids which will
More informationMODIFIED REQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR FD Training & Logistics Facility Geothermal Test Well Activity ID
CITY OF DES MOINES ENGINEERING DEPARTMENT MODIFIED REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR FD Training & Logistics Facility Geothermal Test Well Activity ID 21-2011-001 1. Purpose: The City of
More informationDART AND THE T LICENSE PROCEDURES
DART AND THE T Doing Business As TRINITY RAILWAY EXPRESS (TRE) LICENSE PROCEDURES Dallas Area Rapid Transit (DART) and the Fort Worth Transportation Authority (the T ) own and operate the 34-mile TRE corridor,
More informationEXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES
EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES The following Extra Services to the Agreement shall be performed by Architect if needed and if authorized or requested by the District: A. Making revisions
More informationPIPELINE / WIRE LINE PROCESS INSTRUCTIONS
PIPELINE / WIRE LINE PROCESS INSTRUCTIONS Licensing Process: 1. Once the application package is received by Jones Lang LaSalle Brokerage, Inc. (JLL), the application and drawing will be forwarded to the
More informationPurpose of Training. Disclaimer
Purpose of Training The Council of Contracting Agencies (CCA) Committee on Risk Management and Insurance recommends that public entities have a program of risk management and insurance so as to minimize
More informationCOACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT PERMANENT ENCROACHMENT PERMIT
COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT PERMANENT ENCROACHMENT PERMIT 1. Applicant shall provide one (1) set of approved CVWD Drawings. 2. Applicant shall submit a completed Permanent
More informationEXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants
EXHIBIT B Insurance Requirements for Environmental Contractors and/or Consultants Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons
More informationLetter of Instructions
Letter of Instructions Trade Contractor Prequalification Statement Please complete the following and return at your earliest convenience by email to prequal@chanen.com. 1. Trade Contractor Prequalification
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 informationEXHIBIT A SUPPLEMENTAL TERMS AND CONDITIONS TO SIERRA AUCTION BUYER S TERMS AND CONDITIONS 1. AIRCRAFT PASSENGER BOARDING BRIDGES SALE AND CONDITION
EXHIBIT A SUPPLEMENTAL TERMS AND CONDITIONS TO SIERRA AUCTION BUYER S TERMS AND CONDITIONS 1. AIRCRAFT PASSENGER BOARDING BRIDGES SALE AND CONDITION The shell of the Aircraft Passenger Boarding Bridges
More informationREQUEST FOR QUALIFICATIONS
REQUEST FOR QUALIFICATIONS WATER AND WASTEWATER FACILITIES LAND USE ASSUMPTIONS PLAN CAPITAL IMPROVEMENTS PLAN AND MAXIMUM IMPACT FEES Solicitation No.: Q-18-002-JM Addendum 1 February 7, 2018 To Respondent
More informationDESIGN AND CONSTRUCTION STANDARDS GENERAL DESIGN GUIDELINES 2.01
2.01 GENERAL This section contains general compliance and safety planning information to be used by design professionals and contractors in the design and construction of University facilities. The criteria
More informationCITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS
CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS THE FOLLOWING TERMS AND CONDITIONS APPLY TO ALL PURCHASES OF SERVICES BY OR ON BEHALF OF THE CITY OF NAPERVILLE UNLESS SPECIFICALLY PROVIDED OTHERWISE
More informationHobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)
Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY 14456 Request for Bids (RFB) Herbicide control of water chestnut in the Finger Lakes PRISM Region Release Date: May 11, 2018 Bid due date and
More informationRail Owner Controlled Insurance Program Manual
Rail Owner Controlled Insurance Program Manual Addendum No. 4 to June 2013 Edition (Updated 08-21-17) Update to Section 5 Enrolled and Excluded Contractor Required Coverage for Package P Contract Section
More informationEXHIBIT B. Insurance Requirements for Construction Contracts
EXHIBIT B Insurance Requirements for Construction Contracts Contractor shall procure and maintain for the duration of the contract, and for 3 years thereafter, insurance against claims for injuries to
More informationSAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT
SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Clifford Gorman Date Issued: January 22, 2014 BID NO.: 14-14005 FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR LAWN MAINTENANCE SERVICES FOR NON-ESCORT
More informationFaxed & ed responses are not acceptable - Return bid form in a sealed envelope with the bid number noted on the outside.
4905 East Broadway, D-232 Bid No. B15/9903 Tucson, AZ 85709-1420 Requisition No. R0054391 Telephone (520) 206-4759 Buyer Philip Quintanilla Date 4/22/15 Page 1 Of 4 Bid must be in this office on or before:
More informationINDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN CITY OF XX AND RENEWABLE FUNDING, LLC
INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN CITY OF XX AND RENEWABLE FUNDING, LLC This Indemnification and Insurance Agreement (the Agreement ) is entered into by and between the City of XX
More informationAPPENDIX B: Compression Services Agreement
APPENDIX B: Compression Services Agreement COMPRESSION SERVICES AGREEMENT This Compression Services Agreement ("Agreement") is entered into as of, 20 ("Effective Date") by and between Southern California
More informationSUBCONTRACT (SHORT FORM)
SUBCONTRACTOR: PHONE SUBCONTRACT (SHORT FORM) PROJECT: LOCATION: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC. (Contractor) and (Subcontractor) which are
More informationTEMPORARY SERVICE APPLICATION (HYDRANT METERS)
TEMPORARY SERVICE APPLICATION (HYDRANT METERS) Order Taken By: Account No: Date: Work Order No.: TYPE (Please check one) New Service Exchange Meter Relocate Meter Discontinue Service BILLING DATA SERVICE
More informationSUBCONTRACTOR INFORMATION SHEET
For KCS West Use: 250 East 1 st Street, Suite 600 Phone: (323) 269-0020 Fax: (213) 972-4076 Proof of Review (please initial): Estimating/PreConst. or Project Mgmt. and Safety Dept. (Must be reviewed by
More informationREQUEST FOR QUOTATION (RFQ) TITLE: Kit Carson Emergency Siren Project
REQUEST FOR QUOTATION (RFQ) RFQ # Q18-04 CLOSING DATE: 4/20/2018 TITLE: Kit Carson Emergency Siren Project CLOSING TIME: 10:00 A.M. (our clock) INTENT Larimer County Purchasing Department, on behalf of
More informationBernards (Project Name) CCIP Insurance Manual
Bernards (Project Name) CCIP Insurance Manual Policy Year: xxxx-xxxx Alliant Version 01 1 Table of Contents 1.1 INTRODUCTION... 3 1.2 Overview... 3 1.3 About this Manual... 4 2.0 PROJECT DIRECTORY... 5
More informationOr
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 informationREQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an
REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES to perform an ANALYSIS OF IMPEDIMENTS TO FAIR HOUSING CHOICE 24 C.F.R. 570.601 (a) (2) 24 C.F.R. 91.225 (a) June 27, 2011 ALL PROPOSALS ARE
More informationAUTHORIZED RECYCLER CERTIFICATE OF OPERATION BUSINESS RECYCLING REQUIREMENT PURSUANT TO SWA CODE TITLE IV
SACRAMENTO REGIONAL SOLID WASTE AUTHORITY AUTHORIZED RECYCLER CERTIFICATE OF OPERATION BUSINESS RECYCLING REQUIREMENT PURSUANT TO SWA CODE TITLE IV Note: Certificate valid July 1 June 30 and must be renewed
More informationRequest for Qualifications RFQ # Continuing Services Contracts for Professional Surveying Services
Request for Qualifications RFQ #18-001 Continuing Services Contracts for Professional Surveying Services City of Winter Garden 300 West Plant Street Winter Garden, FL 34787 (407) 656-4111 LEGAL ADVERTISEMENT
More informationADVERTISEMENT: REQUEST FOR PROPOSALS FOR GHS SOFTBALL FIELD RENOVATION FOR GAINESVILLE CITY SCHOOLS
ADVERTISEMENT: REQUEST FOR PROPOSALS FOR GHS SOFTBALL FIELD RENOVATION FOR GAINESVILLE CITY SCHOOLS The Gainesville City School System will receive proposals for the GHS Softball Field Renovation at Gainesville
More informationInsurance Requirements for Contractors
Insurance Requirements for Contractors I. CONTRACTOR S LIABILITY AND WORKERS COMPENSATION INSURANCE Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries
More informationInvitation To Bid B15/9886
Invitation To Bid B15/9886 4905 East Broadway, D-113 Bid No. B15/9886 Tucson, AZ 85709-1420 Requisition No. Telephone (520) 206-4759 Buyer J Posz Date Page 1 Of 4 Bid must be in this office on or before:
More informationInsurance Requirements. The Bidder shall be required to procure, at its sole cost and expense, all insurance required by this Attachment.
GROUP 31503 BITUMINOUS CONCRETE HOT MIX ASPHALT VPP PAGE 1 of 7 Insurance Requirements The Bidder shall be required to procure, at its sole cost and expense, all insurance required by this Attachment.
More informationAgenda Number 9. REVISED
Agenda Number 9. REVISED CONTACT: David Johnson djohnson@cap-az.com 623-869-2375 MEETING DATE: August 3, 2017 AGENDA ITEM: Report on, Discussion, and Consideration of Action for Agricultural Pool Forbearance
More informationCounty of Inyo Department of Public Works
County of Inyo Department of Public Works REQUEST FOR PROPOSALS Operation and Maintenance of Town Water Systems For Laws, Independence and Lone Pine December 21, 2011 C:\Documents and Settings\csmith\Desktop\Final
More informationWASHTENAW COUNTY ROAD COMMISSION Permit Engineering Section 555 N. Zeeb Road Ann Arbor, MI 48103
WASHTENAW COUNTY ROAD COMMISSION Permit Engineering Section The following is (1) a list of the activities which utility companies will be allowed to undertake in Washtenaw County road Right-of-Way under
More informationWASHTENAW COUNTY ROAD COMMISSION Permit Engineering Section 555 N. Zeeb Road Ann Arbor, MI 48103
WASHTENAW COUNTY ROAD COMMISSION The following is (1) a list of the activities which utility companies will be allowed to undertake in Washtenaw County road Right-of-Way under a Blanket Permit ; and, (2)
More informationMobile and Stationary Security Patrol Services
Request for Proposals Mobile and Stationary Security Patrol Services The Redevelopment Agency of the City of San Jose Submittals Due: May 28, 2008 3:00 PM (pacific daylight time) San Jose Redevelopment
More informationEXHIBIT G. Insurance Requirements. [with CCIP]
SECTION 1 GENERAL INSURANCE REQUIREMENTS EXHIBIT G Insurance Requirements [with CCIP] A. CCIP. Contractor has implemented a Contractor Controlled Insurance Program ( CCIP ) to furnish certain insurance
More informationSAMPLE SUBCONTRACTOR AGREEMENT
SAMPLE SUBCONTRACTOR AGREEMENT This Agreement, as negotiated herein, is entered into by and between, Subcontractor and, Contractor on this day of, 20. Subcontractor,, agrees to provide the following described
More informationCENTRAL ARIZONA PROJECT SYSTEM USE AGREEMENT BETWEEN THE UNITED STATES AND THE CENTRAL ARIZONA WATER CONSERVATION DISTRICT
Agreement No. 17-XX-30-W0622 CENTRAL ARIZONA PROJECT SYSTEM USE AGREEMENT BETWEEN THE UNITED STATES AND THE CENTRAL ARIZONA WATER CONSERVATION DISTRICT 1. PREAMBLE: THIS CENTRAL ARIZONA PROJECT ( CAP )
More informationPRELIMINARY DRAFT -- FOR DISCUSSION PURPOSES ONLY
Agenda Number 11. PRELIMINARY DRAFT -- FOR DISCUSSION PURPOSES ONLY CAP SYSTEM USE AGREEMENT BETWEEN THE UNITED STATES AND THE CENTRAL ARIZONA WATER CONSERVATION DISTRICT 1. PREAMBLE: THIS CAP SYSTEM USE
More informationTERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS
TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS ARTICLE 5- Bonds and Insurance 5.1 PERFORMANCE AND OTHER BONDS: 5.1.1 CONTRACTOR shall furnish performance and payment Bonds,
More informationSubcontractor Qualification Statement
Subcontractor Qualification Statement Trade: Legal Name of Firm: Address: No. & Street City State Zip Mailing Address: If different from above address E-mail address: Telephone #: Fax #: Website: Type
More informationSECTION SUPPLEMENTARY CONDITIONS
SECTION 00800 SUPPLEMENTARY CONDITIONS PART 1 GENERAL 1.01 GENERAL CONDITIONS A. The Supplementary Conditions modify, delete and/or add to the General Conditions, AIA Document A201/Cma, Construction Management
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 informationCOACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT TEMPORARY ENCROACHMENT PERMIT
COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT TEMPORARY ENCROACHMENT PERMIT 1. Applicant shall submit a completed Temporary Encroachment Permit application and obtain an executed Temporary
More informationPROPOSAL 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 informationCHEROKEE 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 informationContractor s Insurance Requirements
ATTACHMENT 5 Contractor s Insurance Requirements Upon tentative award, Bidder shall be required to procure at its sole cost and expense all required insurance. The Contractor shall procure at its sole
More informationExhibit. Owner Controlled Insurance Program. Insurance Requirements
Exhibit Owner Controlled Insurance Program Insurance Requirements 1. Owner Controlled Insurance Program. OWNER shall implement an Owner Controlled Insurance Program ( OCIP ) for the Project. The OCIP is
More informationCHEROKEE NATION DEPARTMENT OF TRANSPORTATION UTILITY RELOCATION AGREEMENT
CHEROKEE NATION DEPARTMENT OF TRANSPORTATION UTILITY RELOCATION AGREEMENT PROJECT NAME: PROJECT NO.: COUNTY: UTILITY COMPANY: THIS AGREEMENT, made and entered into by and between the Department of Transportation,
More informationRequest for Qualifications RFQ # Continuing Services Contracts for Professional Engineering Services
Request for Qualifications RFQ #13-001 Continuing Services Contracts for Professional Engineering Services City of Winter Garden 300 West Plant Street Winter Garden, FL 34787 (407) 656-4111 LEGAL ADVERTISEMENT
More informationMODIFIED REQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR FIRE STATION NO. 1 GEOTHERMAL TEST WELL Activity ID
CITY OF DES MOINES ENGINEERING DEPARTMENT MODIFIED REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR FIRE STATION NO. 1 GEOTHERMAL TEST WELL Activity ID 21-2011-063 1. Purpose: The City of Des Moines, Iowa,
More informationBUILDING SERVICES AGREEMENT
BUILDING SERVICES AGREEMENT THIS BUILDING SERVICES AGREEMENT (the Agreement ) is made this day of, 2015, by and between the City of Panama City, a municipality of the State of Florida (the City ) and E.
More 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 informationPROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS
CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS, REQUIRED INSURANCE and CALIFORNIA LABOR CODE REQUIREMENTS for PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS
More informationGeneral Contract Comments The contract s Insurance Requirements should include the following terms or similar wording: It is understood and agreed tha
Contractual Risk Transfer/Hold Harmless/Indemnification Best Practices to Consider Many contractors require other contractors and subcontractors with whom they work to sign written job contracts. However,
More informationProposal Request Contracted Service for Security System Maintenance Fiscal Years
Proposal Request Contracted Service for Security System Maintenance Fiscal Years 2017-19 GENERAL INFORMATION Purpose: Background: Job Sites: The City of Benicia is soliciting proposals for maintenance
More informationINSURANCE AND INDEMNIFICATION MANUAL. Supplement to Policy 560 i
INSURANCE AND INDEMNIFICATION MANUAL Supplement to Policy 560 Table of Contents.1 INTRODUCTION... 1.2 EXHIBIT I INSURANCE AND INDEMNITY REQUIREMENTS FOR CONSTRUCTION AND SERVICE CONTRACTS... 1 2.1 INDEMNIFICATION/HOLD
More informationDistrict 3-District 4 Water System Interconnect Project
INVITATION FOR BID FOR CONSTRUCTION SERVICES IFB # GRIC 05-01-10 -DPW09-11 District 3-District 4 Water System Interconnect Project Bid Due Date: 2: 00 p.m. June 18, 2010 Submit 1 Original and 3 copies
More informationADDENDUM #1 TO THE REQUEST FOR QUALIFICATIONS
MARICOPA COUNTY SPECIAL HEALTH CARE DISTRICT MARICOPA INTEGRATED HEALTH SYSTEM TO THE REQUEST FOR QUALIFICATIONS FOR DESIGN PROFESSIONAL AMBULATORY FACILITY #1 RFQ NO. 480 90 17 002, ISSUED JUNE 1, 2017
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 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 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 informationWestwood Village Farmers Market Request for Proposals May 14, 2012
Westwood Village Farmers Market Request for Proposals May 14, 2012 RESPOND TO: Andrew Thomas Executive Director Westwood Village Improvement Association 10880 Wilshire Blvd Suite 117 Westwood, CA 90024
More informationresponsibility 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 informationGlenwood/Bell Street Well Pump and Piping Construction
SPECIFICATIONS BID 1-16 Glenwood/Bell Street Well Pump and Piping Construction THE CITY OF AVON PARK FLORIDA December 21 th, 2015 NOTICE TO BIDDERS INVITATION TO BID -- BID # 1-16 The City of Avon Park
More informationManagement of Jobing.com Arena
Request for Proposal Related to: Management of Jobing.com Arena Issued by: (Date) Introduction The (City), through its Materials Management Department, is accepting responses to this Request for Proposal
More informationRequest for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services
Request for Qualifications RFQ 19-001 Continuing Services Contracts for Professional Engineering Services City of Winter Garden 300 West Plant Street Winter Garden, FL 34787 (407) 656-4111 LEGAL ADVERTISEMENT
More informationREQUEST FOR PROPOSALS For Geotechnical Engineering Services Citywide Failed Streets Geotechnical Studies CITY OF SAN MATEO, CALIFORNIA
REQUEST FOR PROPOSALS For Geotechnical Engineering Services Citywide Failed Streets Geotechnical Studies CITY OF SAN MATEO, CALIFORNIA The City of San Mateo hereby requests proposals for Geotechnical Investigation
More informationWEST VALLEY SANITATION DISTRICT
WEST VALLEY SANITATION DISTRICT Request for Proposal (RFP) for Independent External Audit Services RFP #: FIN 2015 1 Schedule of Key Events: RFP Release Date: April 14, 2015 Written Questions Due: 4:00
More informationOUTAGAMIE COUNTY ASPHALTIC CONCRETE MATERIALS
OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR ASPHALTIC CONCRETE MATERIALS FOR HIGHWAY DEPARTMENT DUE BY: March 29, 2017 at 10:00 AM 1.0 Specifications The Highway Department is requesting proposals for asphaltic
More information10. CONSTRUCTION PERMITS General Permits Required
10. CONSTRUCTION PERMITS 10.010 General 10.010.01 Permits Required 10.010.02 Defaults 10.020 Permittee [See Amendment 2] Any person, firm or corporation desiring to construct, install, relocate, connect
More informationLane County Health & Human Services Youth Services Division Motivational Interviewing REQUEST FOR QUOTES
Lane County Health & Human Services Youth Services Division Motivational Interviewing REQUEST FOR QUOTES Introduction Lane County Health & Human Services, Division of Youth Services (DYS) is interested
More informationThe Town of Wilton. 238 Danbury Rd. Wilton, CT 06897
The Town of Wilton 238 Danbury Rd Wilton, CT 06897 The Town of Wilton is requesting sealed proposals for the provision of a new potable water supply to Fire House #2 located at 707 Ridgefield Rd, Wilton,
More informationRFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)
Request for Proposals t o provide Janitorial Services Residence Halls RFP-18111 Due Date Proposal Submissions March 8, 2018 by 3:00 p.m. MANDATORY Pre-Proposal Meeting March 1, 2018 @ 2:00 p.m. in New
More informationGRB 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 informationMCGOUGH STANDARD INSURANCE REQUIREMENTS
MCGOUGH STANDARD INSURANCE REQUIREMENTS B1. Insurance. Prior to commencing any Subcontract Work hereunder, the Subcontractor shall procure, maintain and pay for insurance of the type and with the minimum
More informationCHEROKEE 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 informationRFP GENERAL TERMS AND CONDITIONS
RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00
More informationREQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for SOLID WASTE & DISPOSAL SERVICE RFP - SOLID WASTE & DISPOSAL SERVICE
REQUEST FOR SEALED PROPOSAL ADVERTISEMENT for SOLID WASTE & DISPOSAL SERVICE RFP - SOLID WASTE & DISPOSAL SERVICE - 050318 The City of College Park is accepting sealed proposals from qualified vendors
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 informationCHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:
CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS
More informationAPPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO.
APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO. 1. INSURANCE REQUIREMENTS A. INSURANCE: The Contractor shall be required to maintain insurance for
More informationPRODUCTION RELEASE. D. The Company agrees to procure City personnel as required for public health,
PRODUCTION RELEASE This Release and Indemnification is granted to the Mayor and City Council of Baltimore, a municipal corporation of the State of Maryland (the "City"), acting by and through the Baltimore
More information