CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019
|
|
- Marian Hawkins
- 5 years ago
- Views:
Transcription
1 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 a 40 HP Motor and Vertical Turbine Pump Mobile Civic Center 401 Civic Center Drive Mobile, AL MP Summary of Work: Contractor shall furnish all labor, material, tools and equipment, and perform all work required to remove, repair and reinstall a 40 HP Motor and Vertical Turbine Pump in strict accordance with Scope of Work (attached as Exhibit A) and the Contract Documents, all of which are made part hereof, as prepared by or under the direction of the Director, Real Estate Asset Management Department The Contractor shall deliver the Work complete within Thirty (30) calendar days from the date of the written Notice to Proceed. A MANDATORY Pre-Quote meeting shall be held Monday, February 25, 2019 at 9:00 am at 401 Civic Center Drive, Mobile, AL Contractors are required to have a representative present and sign-in in order to submit a Quote for this project. All Contractors shall meet outside the Rear Entrance (Cooling Tower) of the Mobile Civic Center. All Requests for Information (RFI s) shall be submitted in writing to the Project Manager no later than five (5) calendar days prior to the Quote submittal date. Responses shall be in the form of a written Addendum issued to all Contractors. Receipt of all addenda shall be acknowledged by the contractor on the Quote form. Failure to acknowledge Addenda may result in disqualification of the Quote. Quotes (stipulated sum) for the Scope of Work will be received until 3:00 P.M. CT, on Monday, March 4, 2019 at the Facility Maintenance Department, 850 Owens Street, Mobile, AL Quotes may be submitted in person, faxed, ed or mailed to the address indicated. REQUEST FOR QUOTES 1 of 3
2 REQUEST FOR QUOTES 2 of 3 A Bid Bond is not required in order to provide a Quote on the Project. Neither a Performance Bond nor a Labor and Material Payment Bond shall be required for this contract. A City of Mobile Business License is required and must be current at contract execution and throughout period of construction. The Contractor shall secure building and other permits customarily obtained from City of Mobile Build Mobile Department at no cost. Within ten (10) calendar days from the date of issuance of Contract forms for execution, the Contractor shall deliver to the City of Mobile the following documents: 1. Proof of enrollment in the Federal E-Verify program (sample document attached as Exhibit 1) 2. Contract form Agreement Between Owner and Contractor For A Stipulated Sum (sample attached as Exhibit 2) 3. Certificate of Insurance and policy endorsements in accordance with City of Mobile Insurance Requirements (attached as Exhibit 3 with sample documents) 4. A current Company W9 Tax Form and City of Mobile Vendor Information Form (see sample documents attached) At Substantial Completion of the project, the Contractor shall publish a Notice of Final Completion of the contract one time in a newspaper of general circulation, published in Mobile County. Contractor shall provide an electronic or hard copy of the Notice verbiage on company letterhead to the Project Manager at the same time the notice is submitted to the newspaper. Within five working days after publication, the Contractor shall provide an original proof of publication to the Project Manager. Final settlement may be made at any time one week after the notice has been published and all applicable Close Out documents have been received and approved. The Notice of Final Completion shall read as follows: STATE OF ALABAMA COUNTY OF MOBILE NOTICE OF COMPLETION In accordance with Chapter I, Title 39, Code of Alabama, 1975, NOTICE IS HEREBY given that (Company Name) has completed the contract for a Ceiling-Mounted Thermal Management System, 205 Government Street, Mobile, AL All persons having any claim for labor, material or otherwise in connection with this project should immediately notify the Architectural Engineering Department, City of Mobile. P. O. Box 1827, Mobile, Alabama Close Out documents shall also include original executed (as required) copies of the following Documents: Affidavit of Payment of Debts and Claims (AIA Form G706) Contractor s Affidavit of Release of Liens (AIA Form G706A) Manufacturer s warranty as specified Contractor s one-year warranty on Contractor s letterhead Operation and maintenance manuals Contractor s Warranty: Contractor shall provide a written warranty to the Owner certifying that all materials furnished under the Contract are of good quality and new. Contractor shall further warrant that the Work will conform to the requirements of the information contained in this Request for Quotes and
3 will be free from defects. Contractor shall provide a one-year Labor and Material warranty on company letterhead at completion of the contract. Work and/or materials not conforming to these requirements may be considered defective and shall, within one (1) year from date of Substantial Completion of the Project, be promptly replaced or corrected without cost to the Owner. A time charge equal to two hundred fifty dollars ($250.00) per calendar day will be made against the Contractor for the entire period that any part of the Work remains uncompleted or any required close out documents are not acceptably submitted for more than thirty (30) calendar days after the time specified for the Substantial Completion of the Work, the amount of which shall be deducted by the Owner, and shall be retained by the Owner out of monies otherwise due the Contractor in the final payment, not as a penalty, but as liquidated damages sustained. Contact the Project Manager, Gregg Blaize, at the City of Mobile, Facility Maintenance Department, phone, fax or gregg.blaize@cityofmobile.org for further clarification regarding this Request for Quotes. REQUEST FOR QUOTES 3 of 3
4 Remove, Repair and Re- Install a 40 HP Motor and Vertical Turbine Pump Mobile Civic Center Project Number: MP QUOTE: Company Name: Company Address: Office Phone #: Fax #: City of Mobile Business License No.: In compliance with RFQ Documents prepared by the City of Mobile, Facility Maintenance Department dated February 13, 2019, the undersigned does hereby propose to furnish all labor, materials, tools, equipment and supplies and to sustain all expenses incurred in performing the Scope of Work for the amount listed below. Total Quote Amount: (Amount in Words) ($.00) (Amount in # s) Quotes shall include all applicable sales and use taxes. Quotes shall be provided in whole dollar amount with no cents. Contact Name: Contact Phone #: Cell #: Address: Signature: Printed Name: Date: Title: BID PAGE 1 of 1
5 AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A STIPULATED SUM THIS AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR STIPULATED SUM (HEREINAFTER AGREEMENT ) This Agreement made and entered into this the day of, Two Thousand and NINETEEN. BETWEEN the Owner: And the Contractor: For the following Project: Project Number: CITY OF MOBILE 205 Government Street P O Box 1827 Mobile, Alabama, City Business License No.: Remove, Repair and Re- Install a 40 HP Motor and Vertical Turbine Pump Mobile Civic Center 401 Civic Center Drive Mobile, AL MP County of Mobile City of Mobile, Alabama The Owner and Contractor agree as set forth below: 1.0 CONTRACTOR S SERVICE 1.1 The Contractor s Services consist of those described in the Scope of Work, dated February 12, 2019, which is attached hereto as Exhibit A and is hereby incorporated by reference herein as a part of this Agreement as though fully set out herein. 2.0 CONTRACT SUM: 2.1 The Owner shall pay the Contractor the Contract Sum in current funds for the Contractor s performance of the Contract. The Contract Sum shall be ($ )..2.2 If Additional Services are required due to circumstances beyond the Contractor s control, the Contractor shall give written notice to the Owner and obtain written authorization from the Owner before commencing such Services. The Contractor s notice shall include a description of the circumstances justifying the Additional Services and a proposal to provide the Services. CONTRACT AGREEMENT 1 OF 6
6 3.0 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 3.1 The Work shall commence on the date of the written Notice to Proceed issued by Owner. Contractor shall achieve Substantial Completion within thirty (30) calendar days from date of Notice to Proceed. 4.0 OWNERS S REPRESENTATIVE The Owner s Representative, authorized to act on the Owner s behalf with respect to the Project is the Director of Facility Maintenance or a designated representative. The Owner s liaison with the Contractor is the Owner s Representative. 5.0 GENERAL REQUIREMENTS 5.1 The Owner and the Contractor, respectively, bind themselves, their partners, successors, assigns, and legal representatives to the other party to this Agreement, with respect to all covenants of this Agreement. Contractor shall not assign, sublet or transfer his interest in this Agreement without written consent of the Owner, which consent will be granted or withheld at the owner s sole discretion. 5.2 This Agreement including Project Construction Documents and accepted alternates represents the entire and integrated agreement between the Owner and Contractor and supersedes all prior negotiations, representations or any standards as a part of the Agreements either written or oral. The Owner and Contractor may amend this Agreement only by written instrument signed by both parties. 5.3 All covenants, agreements, and stipulations of this Agreement (except warranties) shall remain in full force until completion of the Project or for a period of two years from the date of this Agreement, whichever occurs first. By mutual agreement, the Owner and the Contractor may extend the Agreement time For the term of this Agreement, Contractor shall acquire and maintain in full force and effect the following liability and comprehensive insurance issued by a company licensed and qualified to do business in the State of Alabama, which such insurance shall be endorsed to name the City of Mobile as an additional insured, and shall attach to this contract as proof thereof a certificate of insurance issued by an agent licensed and qualified to do business in the State of Alabama: A. Workers' Compensation/Employer's Liability: 1. Workers' Compensation insurance in the amounts required by all applicable laws, rules or regulations of the state of Alabama. 2. Employer s Liability with limits of not less than: Bodily Injury by Accident Bodily Injury by Disease Bodily Injury by Disease $1,000,000 each accident $1,000,000 policy limit $1,000,000 each employee CONTRACT AGREEMENT 2 OF 6
7 3. Borrowed Servant/Alternate Employer endorsement in favor of City of Mobile. B. Comprehensive General Liability Insurance: 1. Comprehensive General Liability (occurrence form) including coverage for products/completed operations, independent contractors, blanket contractual liability specifically covering the obligations assumed by Contractor. 2. Limit of Liability: $1,000,000 combined single limit of liability each occurrence bodily injury or property damage. C. Automobile Liability Insurance: 1. Automobile Liability Insurance to cover all owned, non-owned, and hired vehicles, with a $1,000,000 combined single limit of liability each accident for bodily injury and/or property damage. D. Excess/Umbrella Liability Insurance 1. Providing following form coverage for Employer's Liability, Comprehensive General Liability, and Automobile Liability. 2. Limit of Liability: $2,000,000 combined single limit of liability each occurrence for bodily injury and/or property damage. Waiver of Subrogation - All policies of insurance shall be endorsed to waive rights of subrogation in favor of City of Mobile. Additional Insured - All policies of insurance, except those referenced under paragraph A, shall be endorsed to name City of Mobile as an Additional Insured. Primary Insurance - All policies of insurance, except those referenced under paragraph A, shall be endorsed to provide that all such insurances are primary and non-contributing with any other insurance maintained by City of Mobile. Certificates of Insurance - Prior to commencement of the Work, Contractor shall deliver to the City of Mobile certificates of insurance certifying the existence and limits of the insurance coverages, noting applicable endorsements, described above and shall deliver same and renewals thereof to the City of Mobile. The certificates shall provide that such insurance shall not be subject to cancellation, non-renewal nor material change without 30 days or more (except 10 days for nonpayment)prior written notice thereof to the City of Mobile. If the certificate of insurance referenced in this Agreement does not evidence insurance of owned vehicles, said certificate and this sentence shall evidence the Contractor s covenant that it does not own any vehicles and that it will not purchase or obtain any vehicles during the term of this Agreement. Said certificate shall require that said insurance coverage will not be altered or terminated unless City shall have been given written notice of such alteration or termination delivered to City not less than thirty (30) days before the effective date of such alteration or termination. CONTRACT AGREEMENT 3 OF 6
8 5.5 In the event of any breach or apparent breach by Contractor of any of its obligations under the terms of this Agreement, and in the further event that City shall engage the services of an attorney to protect or to enforce its rights with respect to said breach or apparent breach, then and in those events, Contractor agrees to pay and to reimburse any and all reasonable attorneys fees and expenses which City may incur with respect to City s enforcement of this Agreement; regardless of whether said attorneys fees and costs shall be incurred in connection with any litigation or in connection merely with advice and representation provided without litigation. 5.6 Contractor agrees to indemnify and hold the City, its elected officials, officers, agents, and employees whole and harmless from all costs, liabilities and claims for damages of any kind (including interest and attorneys fees) arising in any way out of the performance of this Agreement and/or the activities of Contractor, its principals, directors, agents, servants and employees in the performance of this Agreement, for which the City is alleged to be liable. In the event that the City, through no fault of its own, is made a party to any lawsuit or legal proceeding arising in any way from this contract or any activities conducted pursuant thereto, Contractor hereby agrees to pay all of City s costs of defense, including but not limited to all attorneys fees, court costs, expert witness fees and other expenses, through trial and, if necessary, appeal. This section is not as to third parties or to anyone a waiver of any defense or immunity or statutory damages cap otherwise available to Contractor or City, and these defenses and matters may be raised in the City s behalf in any action or proceeding arising under this Agreement. 5.7 This Agreement is the final expression of the agreement between the parties, and the complete and exclusive statement of the terms agreed upon, and shall supersede all prior negotiations, understandings or agreements. There are no representations, warranties, or stipulations, either oral or written, not contained herein. 5.8 This Agreement shall be governed by the laws of the State of Alabama, and the appropriate venue for any actions arising out of this Agreement would be Mobile, Alabama. 5.9 Contractor shall obtain, at its own expense, all necessary licenses, permits, insurance, authorization and assurances necessary in order to abide by the terms of this Agreement. City permits may be obtained at no cost to the Contractor Contractor, in the performance of its operations and obligations hereunder, shall not be deemed to be an agent of City but shall be deemed to be an independent Contractor in every respect and shall take all steps at its own expense, as City may from time to time request, to indicate that it is an independent Contractor. City does not and will not assume any responsibility for the means by which or the manner in which the services by Contractor provided for herein are performed, but on the contrary, Contractor shall be wholly responsible therefore Anti-discrimination: Contractor shall comply with all Federal, State and local laws concerning nondiscrimination, including but not limited to City of Mobile Ordinance No which requires, inter alia, that all contractors performing work for the City of Mobile not discriminate on the basis of race, creed, color, national origin or disability, require that all subcontractors they engage do the same, and make every reasonable effort to assure that fifteen percent of the work performed under contract be awarded to socially and economically disadvantaged individuals and business entities. CONTRACT AGREEMENT 4 OF 6
9 5.12 Method of Payment: Contractor shall provide two copies of invoices to the Facility Maintenance Department. Payment shall be made only upon successful completion of the project and receipt and approval by Owner of all required close out documents Termination of Contract: The City or Contractor may terminate the contract upon thirty (30) days written notice. Notice from the City shall be mailed to the address provided by the Contractor on this form. Notice to the City shall be addressed to Director, Architectural Engineering Department, P.O. Box 1827, 205 Government Street, Mobile, AL The City shall not be liable for payment to the Contractor for lost profit or damages, as the result of its termination of the contract. 6.0 PROJECT COMPLETION 6.1 Upon completion of the Project, the Contractor shall: (a) Submit Notice-of-Final-Completion of the contract to the Owner for posting on City of Mobile Bulletin Board. (b) Publish Notice-of-Final-Completion of the contract one time in a newspaper of general circulation, published in Mobile County. Contractor shall provide proof of publication to the Contract Administrator within five working days after publication. (c) Provide "Affidavit of Payment of Debts and Claims" certifying under oath that all bills have been paid in full. (d) Provide manufacturer's warranties, and a one year labor and materials warranty from their company. Final settlement may be made at any time one week after the Notice of Final Completion has been posted by the City of Mobile, proof of publication of the Notice of Final Completion has been received by the Owner, and all applicable Close Out documents have been received and approved. 7.0 DISPUTE RESOLUTION 7.1 Claims, disputes or other matters in question between the parties to this Agreement arising out of or relating to the Agreement or breach thereof shall be subject to legal proceedings unless the parties mutually agree otherwise. 8.0 IMMIGRATION LAWS By signing this contract, the contracting parties affirm, for the duration of the agreement, that they will not violate federal immigration law or knowingly employ, hire for employment, or continue to employ an unauthorized alien within the State of Alabama. Furthermore, a contracting party found to be in violation of this provision shall be deemed in breach of the agreement and shall be responsible for all damages resulting there from. 9.0 PUBLIC CONTRACTS WITH ENTITIES ENGAGING IN CERTAIN BOYCOTT ACTIVITIES: By signing this contract, the Contractor further represents and agrees that it is not currently engaged in, nor will it engage in, any boycott of a person or entity based in or doing business with a jurisdiction with which the State of Alabama can enjoy open trade. CONTRACT AGREEMENT 5 OF 6
10 IN WITNESS WHERE OF, the parties to these presents have hereunto set their hand and seal; the Mayor of the City of Mobile, acting under and by virtue of such office and with fully authority and the Contractor by such duly authorized officers or individuals as may be required by law. This Agreement entered into as of the day and year first written above. OWNER: City of Mobile Signature Mayor, City of Mobile Printed Name and Title CONTRACTOR: Signature Printed Name and Title (Corporate Seal if applicable) ATTEST: City Clerk Gregg Blaize Director Facility Maintenance Department ATTEST: Signature Typed Name and Title CONTRACT AGREEMENT 6 OF 6
11 EXHIBIT A SCOPE OF WORK A FEBRUARY 13, 2019 General 1. Remove 40 HP hollow shaft motor and vertical turbine pump. 2. Breakdown motor, replace bearings and check windings for insulation leakage to ground. 3. Dip, bake and clean motor. 4. Reassemble motor, test, run and paint. 5. Disassemble pump. Repair or replace pump shaft to manufacturer s specifications. 6. Disassemble bearings and bearing supports. Replace propellers and seal rings. 7. Inspect suction bell for damage and repair as needed. 8. Replace bushings. 9. Reassemble and paint pump and replace shaft seal packing. 10. Reinstall pump motor and test. A. Services shall include: 1) Warranty inspection start-up 2) One-year equipment/parts warranty Contractor shall coordinate all work sequences with the Project Manager to minimize disruption of Civic Center activities. Contractor shall be responsible for removal and disposal of all demolished materials, trash and other construction debris off site. The contractor is responsible for any damage to the facility and shall make any necessary repairs. Damage caused by the Contractor's activities shall be repaired to the original condition. All costs of repairs shall be paid by the Contractor. Contractor may use on-site utilities such as power and water in reasonable quantities as required to complete the Work. Facility restrooms will be available for Contractor s use. Work hours are from 8:00 A.M. to 5:00 P.M., Monday through Friday, unless other time(s)/day(s) are coordinated with the Owner and agreed upon in advance. EXHIBIT A 1 OF 2
12 Limit use of premises to allow for Owner access and use of the facility. Obey all City and facility rules. Facility shall generally remain in use throughout the construction period. Coordinate access, all areas of work and schedule of work with Library Department staff to ensure emergency response activities are not hampered in any way. On-site parking for Contractor s vehicles is limited and shall be only as directed by Project Manager. Debris shall be removed and disposed of daily; and all surrounding surfaces shall be wiped down upon project completion. END OF SECTION EXHIBIT A 2 OF 2
13 City of Mobile Insurance Requirements Contractor Insurance For the duration of this agreement, the Contractor shall maintain the following minimum amounts for this project: A. Workers Compensation/Employer s Liability: 1. Workers Compensation insurance in the amounts required by all applicable laws, rules or regulations of the State of Alabama. 2. Employers Liability with limits of not less than: Bodily Injury by Accident $1,000,000 each accident Bodily Injury by Disease $1,000,000 policy limit Bodily Injury by Disease $1,000,000 each employee 3. Borrowed Servant/Alternate Employer endorsement in favor of City of Mobile. B. Comprehensive General Liability Insurance: 1. Comprehensive General Liability (occurrence form) including coverage for products/completed operations, independent contractors, blanket contractual liability specifically covering the obligations assumed by Contractor. 2. Limits of Liability: $1,000,000 combined single limit of liability each occurrence bodily injury or property damage. 3. General Aggregate Limit shall apply on a Per Project Basis. C. Automobile Liability Insurance: 1. Automobile Liability Insurance to cover any auto, including all owned, non-owned, and hired vehicles, with a $1,000,000 combined single limit of liability each accident for bodily injury and/or property damage. D. Excess/ Umbrella Liability Insurance 1. Provide following form coverage for Employer s Liability, Comprehensive General Liability, and Automobile Liability. 2. Limit of Liability: $2,000,000 combined single limit of liability each occurrence for bodily injury or property damage. INSURANCE REQUIREMENTS 1 of 3
14 INSURANCE REQUIREMENTS 2 of 3
15 END OF SECTION INSURANCE REQUIREMENTS 3 of 3
16 E-VERIFY 1 of 2
17 END OF SECTION E-VERIFY 2 of 2
18 VENDOR INFORMATION 1 of 2
19 VENDOR INFORMATION 2 of 2
CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660
CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile
More 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 informationREQUEST FOR QUOTES January 7, 2019
REQUEST FOR QUOTES January 7, 2019 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: DDC Controls System Inspection and Preventive Maintenance
More informationTHE CITY OF MOBILE MOBILE, ALABAMA
THE CITY OF MOBILE MOBILE, ALABAMA PROJECT MANUAL FOR SERVICE CONTRACT - OVERHEAD DOOR/COUNTER SHUTTER/ELECTRONIC GATE SERVICE VARIOUS CITY OF MOBILE FACILITIES PB-123-18 City of Mobile, Alabama 850 Owens
More informationTHE CITY OF MOBILE MOBILE, ALABAMA
THE CITY OF MOBILE MOBILE, ALABAMA PROJECT MANUAL FOR EMERGENCY GENERATOR PREVENTATIVE MAINTENANCE & INSPECTIONS VARIOUS MOBILE FIRE DEPARTMENT LOCATIONS SC-042-18 City of Mobile, Alabama Building Services
More informationTHE CITY OF MOBILE MOBILE, ALABAMA
THE CITY OF MOBILE MOBILE, ALABAMA PROJECT MANUAL FOR SERVICE CONTRACT - FIRE EXTINGUISHERS INSPECTION & MAINTENANCE VARIOUS CITY OF MOBILE LOCATIONS SC-015-19 City of Mobile, Alabama Building Services
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 informationTHE CITY OF MOBILE MOBILE, ALABAMA
THE CITY OF MOBILE MOBILE, ALABAMA PROJECT MANUAL FOR OVERHEAD DOOR, COUNTER SHUTTER AND ELECTRONIC GATE SERVICE CONTRACT VARIOUS CITY OF MOBILE FACILITIES PB-123-18 City of Mobile, Alabama 850 Owens Street
More informationTHE CITY OF MOBILE MOBILE, ALABAMA
THE CITY OF MOBILE MOBILE, ALABAMA PROJECT MANUAL FOR MARDI GRAS 2019 PORTABLE TOILETS VARIOUS CITY OF MOBILE LOCATIONS PS-001-19 City of Mobile, Alabama Building Services Department P. O. Box 1827 Mobile,
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 informationPROJECT MANUAL FOR SERVICE CONTRACT CARPET CLEANING MOBILE, ALABAMA CRUISE TERMINAL
THE CITY OF MOBILE MOBILE, ALABAMA PROJECT MANUAL FOR SERVICE CONTRACT MOBILE, ALABAMA CRUISE TERMINAL SC-026-18 City of Mobile, Alabama Building Services Department P. O. Box 1827 Mobile, AL 36633-1827
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 informationTHE CITY OF MOBILE MOBILE, ALABAMA
THE CITY OF MOBILE MOBILE, ALABAMA PROJECT MANUAL FOR SERVICE CONTRACT HVAC MAINTENANCE AND REPAIR VARIOUS CITY OF MOBILE FACILITIES FM-102-19 City of Mobile, Alabama Facility Maintenance Department 850
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 MOBILE REQUEST FOR QUALIFICATIONS LANDSCAPE ARCHITECTURAL SERVICES THREE MILE CREEK GREENWAY TRAIL: PHASE I (TRICENTENNIAL PARK)
CITY OF MOBILE REQUEST FOR QUALIFICATIONS LANDSCAPE ARCHITECTURAL SERVICES THREE MILE CREEK GREENWAY TRAIL: PHASE I (TRICENTENNIAL PARK) I. Introduction The City of Mobile ( City ) is seeking competitive
More informationTHE CITY OF MOBILE MOBILE, ALABAMA
THE CITY OF MOBILE MOBILE, ALABAMA PROJECT MANUAL FOR JANITORIAL CLEANING SERVICES GULFQUEST MARITIME MUSEUM SC-041-18 City of Mobile, Alabama Building Services Department P. O. Box 1827 Mobile, AL 36633-1827
More informationSUBCONTRACTOR AGREEMENT
SUBCONTRACTOR AGREEMENT THIS AGREEMENT MADE THIS DAY OF IN THE YEAR OF 2016 (In words, indicate day, month and year) BETWEEN DeWitt & Associates, Inc. 1256 South Barnes Springfield, Missouri 65804 AND:
More informationSubcontract Agreement
S THIS AGREEMENT made as of the day of, 2012 BETWEEN the Contractor: TCL Partners 5212 123 rd Place SE Everett, WA 98208 and the For the Following Project: The Architect for the Project: The Contractor
More informationContractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.
SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office
More informationSAMPLE DOCUMENT SUBCONTRACT AGREEMENT
SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office and
More 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 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 informationTHE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street
THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street Indianapolis, IN 46221 ITQ Issue Date: November 29, 2017 Project Site: Contact:
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 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 informationCITY COUNCIL AGENDA REPORT. Honorable Mayor and City Council Members. direction on the parameters for negotiating the purchase of 301 Potter Street.
City of RE NG CITY COUNCIL AGENDA REPORT TO: FROM: Agenda Item No.: Honorable Mayor and City Council Members Shawn Blaney Deputy Public Works Director 8- K Meeting Date: December 12, 2016 ACTION REQUESTED:
More informationAGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES
AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE
More informationTHE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition)
THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition) Standard Form of Contract Between Construction Manager and Contractor (Construction Manager At-Risk) This document
More informationOGC-S Owner-Contractor Construction Agreement
Owner-Contractor Construction Agreement This agreement is entered into as of ( Effective Date ) between Lone Star College (the "College"), a public junior college pursuant to Section 130.004 of the Texas
More informationMASTER SUBCONTRACT AGREEMENT
MASTER SUBCONTRACT AGREEMENT This Master Subcontract Agreement ( Subcontract ), made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter
More informationRICE UNIVERSITY SHORT FORM CONTRACT
RICE UNIVERSITY SHORT FORM CONTRACT This Rice University Short Form Contract (this Contract ) is entered into by and between WILLIAM MARSH RICE UNIVERSITY, a Texas non-profit corporation (the University
More informationDESIGN SERVICES-ALF SORENSEN NATATORIUM RENOVATIONS CITY OF SPARKS, NEVADA W I T N E S E T H
Professional Service Contract (Rev 9/18/12) Page 1 DESIGN SERVICES-ALF SORENSEN NATATORIUM RENOVATIONS CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 11th day of March, 2013, by and
More informationCONSTRUCTION CONTRACT EXAMPLE
P a g e 1 CONSTRUCTION CONTRACT EXAMPLE THIS AGREEMENT, made and entered into this date, by and between, hereinafter called CONTRACTOR, and NPC QUALITY BURGER, INC., hereinafter called OWNER. IT IS HEREBY
More informationFIRE HYDRANT REPAIR/REPLACEMENT (AS NEEDED) INFORMAL QUOTATION (Construction Services under $100,000) CITY OF SPARKS, NEVADA
Informal Quotation Contract Page 1 FIRE HYDRANT REPAIR/REPLACEMENT (AS NEEDED) INFORMAL QUOTATION (Construction Services under $100,000) CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this
More informationDIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM
CONTRACT FOR WEATHERIZATION SERVICES BETWEEN THE OF Agency name (Hereinafter referred to as the "Agency") AND Contractor name (Hereinafter referred to as the "Contractor") FOR CONTRACT # GRANT AGREEMENT
More 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 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 informationCONSULTANT SERVICES AGREEMENT
CONSULTANT SERVICES AGREEMENT THIS AGREEMENT ( Agreement ) is made and entered into this 20 th day of December, 2012, by and between the City of Rio Vista, a municipal corporation of the State of California
More informationPURCHASE ORDER ACKNOWLEDGEMENT
PURCHASE ORDER These Terms and Conditions shall apply to this Purchase Order attached hereto as Exhibit A and to all subsequent transactions (whether or not a Purchase Order is used) between Marquette
More informationNOTICE TO BIDDERS CUSTODIAL SUPPLIES
Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO
More 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 informationPROFESSIONAL SERVICES AGREEMENT
PROFESSIONAL SERVICES AGREEMENT THIS PROFESSIONAL SERVICES AGREEMENT ( Agreement ) is entered into by and between, a corporation of the State of, whose business address is ( Contractor ) and the Town of
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 informationW I T N E S S E T H:
GENERAL CONTRACTORS SUBCONTRACT AGREEMENT THIS CONTRACT, made and entered into the day of, 20, by and between, a Tennessee, having its principal place of business at, hereinafter referred to as "Contractor"
More informationRequest for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL
Request for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL-220-16 1.0 INTRODUCTION The City of Mobile is inviting qualified consultants
More informationENERGY EFFICIENCY CONTRACTOR AGREEMENT
ENERGY EFFICIENCY CONTRACTOR AGREEMENT 2208 Rev. 2/1/13 THIS IS AN AGREEMENT by and between PUBLIC UTILITY DISTRICT NO. 1 OF SNOHOMISH COUNTY (the District ) and a contractor registered with the State
More informationSTATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office
STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office SERVICES CONTRACT/P. O. # Title: THIS CONTRACT, and amendments and supplements thereto, is
More informationGROUNDS MAINTENANCE AGREEMENT
GROUNDS MAINTENANCE AGREEMENT THIS AGREEMENT is entered into this day of, 2012, by and between the City of Plant City ( City ) and Company ), whose address is. WHEREAS, City desires to retain Company to
More information19 TH STREET SEWER REPAIR CITY OF SPARKS, NEVADA
Informal Quotation Contract Page 1 19 TH STREET SEWER REPAIR CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 22nd day of June, 2015, by and between the City of Sparks, Nevada, a municipal
More informationSUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS
SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS HCPS STANDARDS DOC. No.: 01015 APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL DATE OF ISSUE: 04-04-14 - Revised paragraph 13.10.1 to increase
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 informationPUBLIC BUILDING RESTORATION AND CONSTRUCTION CONTRACT
PUBLIC BUILDING RESTORATION AND CONSTRUCTION CONTRACT This Agreement, is made and entered this day of, 2014, by and between the Town of Windsor, a Colorado Home Rule Municipality ( Town ) and [Contractor
More informationRequest for Proposals 2018 Erosion Control Project. Madison, Wisconsin
Request for Proposals 2018 Erosion Control Project Madison, Wisconsin November, 2018 SECTION TABLE OF CONTENTS PAGE ADVERTISEMENT... A 1 PROPOSAL... P 1 CONTRACT..... C 1 REQUEST FOR PROPOSAL...... 1 6
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 informationCITY CONTRACT NO. MEMORANDUM OF UNDERSTANDING BETWEEN EMPIRE BUILDERS LLC AND THE CITY OF CHEYENNE
CITY CONTRACT NO. MEMORANDUM OF UNDERSTANDING BETWEEN EMPIRE BUILDERS LLC AND THE CITY OF CHEYENNE 1. Parties. This Memorandum of Understanding (MOU) is made and entered into by and between Empire Builders
More 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 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 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 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 informationITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT. 1. TERM: This Agreement is effective from (insert dates for a three year period).
ITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT This Master Agreement is hereby entered into between Ithaca College, a state of New York educational institution in Ithaca, New York, hereafter referred
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 informationDelaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT
Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT THIS AGREEMENT made and entered into this day of, 19, by and between
More 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 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 informationLease Agreement Between ANNE ARUNDEL COUNTY, MARYLAND and. Dated TABLE OF CONTENTS. Paragraph
Lease Agreement Between ANNE ARUNDEL COUNTY, MARYLAND and Dated TABLE OF CONTENTS Paragraph 1. Premises 2. Term 3. Rent 4. Assignment 5. Use of Leased Property 6. Permits 7. Tenant Improvements 8. Taxes
More informationScofield Ridge Homeowners Association
Scofield Ridge Homeowners Association RFP #2012-003 Subject: Entrance Monument Design & Construction Due: March 30, 2012 2:00pm CST c/o Goodwin Management, Attn.: Debra Johnson * 11149 Research Blvd.,
More informationEXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE
EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE AGREEMENT BETWEEN THE City OF BEVERLY HILLS AND [Consultant S NAME] FOR [BRIEFLY DESCRIBE PURPOSE OF THIS CONTRACT] NAME OF Consultant: insert name of
More 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 informationG E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S
Page 11 of 17 G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S The contractor shall provide certificates of insurance in a form acceptable to the Georgia Ports Authority
More informationINDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.
SPECIFICATIONS AND BID FORMS FOR INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883 BID: #16-007- BOE Due on
More 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 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 informationProposal No:
City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Demolition Asbestos /Abatement of Two (2) Structures
More informationCONTRACT for PLUMBING REPAIR SERVICES
CONTRACT for PLUMBING REPAIR SERVICES BLANKET PURCHASE ORDER NUMBER BP340068 THIS CONTRACT entered into this 25th day of June, 2013 by and between the CITY OF WICHITA, KANSAS, a municipal corporation,
More informationIn accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.
State of Oklahoma Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public
More informationREQUEST FOR QUALIFICATIONS
CITY OF SYRACUSE REQUEST FOR QUALIFICATIONS SERVICES FOR REDUCING BLIGHTING INFLUENCES OF RESIDENTIAL STRUCTURES FUNDED BY THE CITY OF SYRACUSE DEPARTMENT OF NEIGHBORHOOD & BUSINESS DEVELOPMENT DIVISION
More informationKITSAP COUNTY INFORMAL BID REPAIRS TO HOUSE OWNED BY KITSAP COUNTY (SEWER UTILITY) LOCATED AT LEMOLO SHORE DRIVE NE, POULSBO WA 98370
KITSAP COUNTY INFORMAL BID 2016-140 REPAIRS TO HOUSE OWNED BY KITSAP COUNTY (SEWER UTILITY) LOCATED AT 17152 LEMOLO SHORE DRIVE NE, POULSBO WA 98370 BID SUBMISSION DATE: MAIL: HAND DELIVERY / COURIER:
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 informationACTUARIAL SERVICES AGREEMENT. THIS AGREEMENT is made and entered into on this day of,
ACTUARIAL SERVICES AGREEMENT THIS AGREEMENT is made and entered into on this day of, 2016, by and between the EMPLOYEES RETIREMENT FUND OF THE CITY OF FORT WORTH d/b/a Fort Worth Employees Retirement Fund
More informationCONTRACT PARLANTI LANE SEWER LIFT STATION REHABILITATION CITY OF SPARKS, NEVADA BID # 11/ PWP# WA
Construction Contract (Over $100K) Page 1 CONTRACT PARLANTI LANE SEWER LIFT STATION REHABILITATION CITY OF SPARKS, NEVADA BID # 11/12-012 PWP# WA-2012-75 THIS CONTRACT made and entered into on this 9th
More informationINFORMAL BID KITSAP COUNTY STORMWATER DIVISION RIBBON CURB AT BUCKLIN TERRACE
INFORMAL BID 2018-146 KITSAP COUNTY STORMWATER DIVISION RIBBON CURB AT BUCKLIN TERRACE BID SUBMISSION DATE: MAIL: HAND DELIVERY / COURIER: SITE VISITS: WEDNESDAY, AUGUST 22, 2018 3:00 PM KC PURCHASING
More informationIn accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.
State of Oklahoma Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public
More informationCITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:
CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA 98629 Ph: 360-263-7665 Fax: 360-263-5700 REQUEST FOR PROPOSALS FOR A LA CENTER FARMERS MARKET MASTER The City of La Center is requesting proposals from
More informationCITY OF SCHERTZ SERVICE AGREEMENT
CITY OF SCHERTZ SERVICE AGREEMENT THE STATE OF TEXAS GUADALUPE COUNTY This Service Agreement ( Agreement ) is made and entered by and between the City of Schertz, Texas, (the City ) a Texas municipality,
More informationDeluxe Corporation Purchase Terms and Conditions
Deluxe Corporation Purchase Terms and Conditions The following standard purchase terms and conditions only apply to purchasing transactions (including but not limited to purchase orders) that do not have
More informationPURCHASE ORDER TERMS & CONDITIONS. Order Acceptance
PURCHASE ORDER TERMS & CONDITIONS Order Acceptance A. This Purchase order is limited to the terms and conditions contained on the face herein. Any additional or different terms proposed by Seller in any
More informationOwner and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK
Ordinance No. 2016-12 CONSTRUCTION AGREEMENT FOR SIDEWALK INSTALLATION THIS CONSTRUCTION AGREEMENT FOR SIDEWALK INSTALLATION ( Agreement ) is dated as of the day of August, 2016 by and between Village
More informationREQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#
REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# 2018-19 Issued By: Baker County Board of County Commissioners 55 North 3 rd Street
More informationWashington University in St. Louis
Washington University in St. Louis Construction Terms and Conditions A. AGREEMENT. The Purchase Order, these Terms and Conditions, any special conditions, Owner s Policies, Design Standards and Insurance
More informationREQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018
REQUEST FOR PROPOSAL (RFP) #18-049-53 LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018 RESPONSE DEADLINE: JANUARY 16, 2019 3:00 P.M. CENTRAL STANDARD TIME (CST) TO: KIRSTEN BURMEISTER,
More informationREQUEST FOR PROPOSAL (RFP)
REQUEST FOR PROPOSAL (RFP) Ladue School District hereby invites the submission of proposals for: Real Estate Broker Services The responsive Proposal will comply with all federal, state and local regulations.
More informationIn accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.
State of Oklahoma Office of Management and Enterprise Services Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany
More informationKANSAS CITY PUBLIC LIBRARY REQUEST FOR PROPOSALS FOR AUDIT SERVICES
KANSAS CITY PUBLIC LIBRARY REQUEST FOR PROPOSALS FOR AUDIT SERVICES October 30, 2014 Kansas City Public Library 14 West 10 th Street Kansas City, Missouri 64105 Proposals will be accepted until: 11:00
More informationMaster Service Agreement (Updated 9/15/2015)
Master Service Agreement (Updated 9/15/2015) This Master Service Agreement is entered into this day of 20 by and between Multifamily Management, Inc. (MMI) ( Management Agent ), as Agent for Owner, and
More informationWINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT
INVITATION TO BID Contractor Services Associated with: WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT 06095 THIS IS AN INVITATION FOR BIDS AND THE TOWN
More informationReal Estate Management Agreement
Real Estate Management Agreement (hereinafter referred to as "Owner") and Interchange Property Management (IPM) (hereinafter referred to as "Manager"), agree as follows: 1. The Owner hereby employs and
More informationP R O P O S A L F O R M
GRAVEL 22A & 23A P R O P O S A L F O R M Bid Due: May 18, 2018-9:00 am To: Grand Traverse County Road Commissioners 1881 LaFranier Road Traverse City, MI 49696 The undersigned hereby certifies that they
More informationINFORMAL BID KITSAP COUNTY PARKS DEPARTMENT RE-ROOF PARKS OFFICE/EAGLES NEST. Eagles Nest 1195 NW Fairgrounds Road Bremerton, WA
INFORMAL BID 2018-112 KITSAP COUNTY PARKS DEPARTMENT RE-ROOF PARKS OFFICE/EAGLES NEST RESPONSE DEADLINE: MANDATORY SITE VISIT: Tuesday, March 6, 2018 3:00PM Wednesday, February 21, 2018 10:00am Eagles
More informationPROPOSAL LIQUID CALCIUM CHLORIDE
Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of
More 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 information