REQUEST FOR PROPOSAL #44380 FOR REPLACEMENT OF THE STAIRS No.1 & No.5 AND THE ENTRY DOOR NEAR STAIR NO.1 IN THE DEWATERING COMPLEX II OF THE WWTP

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL #44380 FOR REPLACEMENT OF THE STAIRS No.1 & No.5 AND THE ENTRY DOOR NEAR STAIR NO.1 IN THE DEWATERING COMPLEX II OF THE WWTP"

Transcription

1 CITY OF DETROIT WATER AND SEWERAGE DEPARTMENT OFFICE OF PURCHASING DIVISION 9300 W. JEFFERSON AVE. DETROIT, MICHIGAN PHONE: FAX: REQUEST FOR PROPOSAL #44380 FOR REPLACEMENT OF THE STAIRS No.1 & No.5 AND THE ENTRY DOOR NEAR STAIR NO.1 IN THE DEWATERING COMPLEX II OF THE WWTP ADVERTISE DATE: April 4, 2013 Mandatory Site Visit: PROPOSAL DUE DATE All vendors are strongly encouraged to attend the site tour 10:00 a.m., April 22, 2013, 9300 West Jefferson, 2 nd Floor Conference Room, Detroit, MI Please be advised that all referenced documents can be reviewed at this time. Bids from Proposers that have not attended a mandatory site tour will be rejected. Please Contact Parvez for any questions regarding the site visit. May 13, :00 p.m. local time Water & Sewerage Purchasing Department 9300 W. Jefferson, Suite 213 Detroit, Michigan Attn: Tina Clinkscales, CPPB QUESTIONS: All questions must be received in writing no later than April 24, All questions should be sent to the attention of Tina Clinkscales, CPPB, 9300 W. Jefferson, Suite 213, Detroit, MI 48209, or ed to clinksca@dwsd.org. No phone calls will be accepted. All inquiries must be in writing. Note: Due to increased security measures please allow ample time to pass through security in order to submit your sealed proposal in accordance with the proposal due date referenced above. PUBLIC RECORDING May 13, 2013 at 3:00 p.m. To be held in Water & Sewerage -Purchasing Department Proposals must be in the actual possession of the Purchasing Division at the location indicated on or prior to the exact date and time indicated above. Late proposals will not be accepted. 1

2 CITY OF DETROIT DETROIT WATER AND SEWERAGE DEPARTMENT REQUEST FOR PROPOSALS #44380 REPLACEMENT OF THE STAIRS No.1 & No.5 AND THE ENTRY DOOR NEAR STAIR NO.1 IN THE DEWATERING COMPLEX II OF THE WWTP 2

3 DETROIT WATER AND SEWERAGE DEPARTMENT REPLACEMENT OF THE STAIRS No.1 & No.5 AND THE ENTRY DOOR NEAR STAIR NO.1 IN THE DEWATERING COMPLEX II OF THE WWTP TABLE OF CONTENTS Item Description Page I. General Instructions 4 II. Scope of Project 6 III. Project Schedule 12 IV. Proposal Submission 12 V. Evaluation Criteria 14 VI Modification of Services After Contract Approval 19 VII. Changes in Fact 19 VIII. Confidentiality of Proposals 19 IX. News Release 20 X. Changes in Proposal Requirements 20 XI. Payment 20 XII. Clearances 20 XIII. Responsibility 20 XIV. Contract/Subcontracts for Portions of Work 20 XV. Sub contractual Relations 21 XVI Terminate for Convenience the Performance of work 22 XVII. Indemnification 25 XVIII. Bond Requirements 25 XIX. Conflict of Interest 26 RFP Attachments Signature Page Cost Information Sheet(s) Evaluation Response Sheet Summary of Proposer Involvement with Other DWSD and Non DWSD Projects Staff Experience Matrix Clearance Package Human Rights Announcement & Forms Detroit City Code (Section Standards of Conduct) Reference Form DWSD Special Conditions Equalization Eligibility/Affidavit Forms Statement of No Bid Local Economic Development Summary Prevailing Wage Ordinance & Form DWSD General Conditions 3

4 DETROIT WATER AND SEWERAGE DEPARTMENT REPLACEMENT OF THE STAIRS No.1 & No.5 AND THE ENTRY DOOR NEAR STAIR NO.1 IN THE DEWATERING COMPLEX II OF THE WWTP I. GENERAL INSTRUCTIONS A. Project Overview The Detroit Water and Sewerage Department (DWSD) requests written proposals to provide complete demolition and installation of new Stairs (Stair No.1 & Stair No.5) and a new entry door (near Stair No.1) of the Sludge Dewatering Complex II of the Wastewater Treatment Plant located at 9300 W. Jefferson Avenue, Detroit, Michigan B. Minimum Qualifications Proposals w ill only be accepted by DWSD from firms or project teams demonstrating a minimum one (1) year experience in furnishing and installation of stairs similar to the one described above. C. Proposal Submission Proposals must be received no later than 2:00 p.m., Detroit time May 13, 2013 All proposals received w ill be 3:00 p.m. May 13, There w ill be no public opening of the bids. The technical proposal shall be submitted in a sealed container clearly entitled " Proposal for DWSD RFP# The costing proposal shall be submitted in a separate sealed envelope clearly marked " Costing Proposal for DWSD RFP # The proposal shall be submitted to the follow ing address: D. Clarifications Water & Sewerage Department Office of Purchasing 9300 W. Jefferson, Suite 213 Detroit, Michigan Attention: Tina Clinkscales, CPPB, Manager II Questions regarding the procedures for submitting a proposal should be directed to Tina Clinkscales at (313) Questions regarding the technical nature of the w ork should be submitted to Ms. Tina Clinkscales in w riting via clinksca@dw sd.org, cc Daniel Schechter" < dschecht@dw sd.org> ; by April 24, Proposers shall provide w ritten notice of intent in the proposal to take exception to any requirement of the Request for Proposals (RFP). 4

5 E. Site Tour Should proposers be in doubt as to the true meaning of any portion of this Request for Proposals, or find any patent ambiguity, inconsistency, or omission herein, please make a w ritten request for an official interpretation or correction no later than ten (10) calendar days prior to the date set for submittal of the proposals. The firm making the request for an official interpretation or correction shall be held responsible for its prompt delivery to DWSD. Each interpretation or correction, as w ell as any additional RFP provision that DWSD may decide to include, w ill be made only as a Notice to RFP holders or as a Rider, w hich w ill be transmitted via to each firm on record as having received a copy of the RFP. Any Notice to RFP holders or Riders issued by DWSD shall become a part of the Request for Proposals and shall be taken into account by each firm in preparation of its proposal. Only w ritten Notices to RFP holders or Riders duly issued by DWSD shall be binding revisions to this Request for Proposals. Proposers are advised that no oral interpretation, information or instruction by any officer or employee of the City of Detroit (City) and/or DWSD shall be binding upon the City of Detroit. All vendors are strongly encouraged to attend the mandatory site visit held April 22, 10:00 a.m. at the Waste Water Treatment Plant, 9300 West Jefferson, 2 nd Floor Conference Room, Detroit, MI Please be advised that all referenced documents in the RFP can be reviewed at this time. Bids from Proposers that have not attended the mandatory site tour will be rejected. Proposers planning to attend the site tour shall comply w ith all Michigan Occupational Safety and Health Administration (MIOSHA ) regulations, and shall be responsible for furnishing their ow n personal protective gear such as hard hats and safety glasses. Please Contact Parvez for any questions regarding the site visit. 5

6 II. SCOPE OF PROJECT A. Background Dew atering Complex II houses belt filter presses, centrifuges & belt conveyors at different levels of the building. The Sludge Dew atering Complex II w as constructed in the seventies. DWSD decided to replace the existing stairs due to their deteriorating physical condition and the age. B. Scope of Work 1. General The task to be performed under this contract w ill involve the replacement of existing Stair No.1 & Stair No.5 including treads, stair stringers, railings, handrails, landings, any associated supporting structure and concrete excluding the first level of Stair No.1. The w ork also includes the replacement of one exterior door w ith its frame near Stair No.1, as listed under preliminary scope of w ork. 2. Available Reference Documents Reference documents pertaining to this project include PC-246 documents. All the documents stated above are available at the Wastew ater Treatment Plant, Document control for contractor s use. The contractor shall verify the completeness and accuracy of the documents. 3. Technical Requirements The contract resulting from the Request for Proposal (RFP) shall require the successful proposer to perform; all services to provide a complete replacement of Stair No.1 & Stair No.5 and the exterior door with the frame near Stair No. 1 to the expectations of the DWSD. Review available information as it pertains to this project, which includes available existing as-built/design drawings and /or specifications. Perform site visit(s) to understand the scope and complexity of the work. Fully and pro-actively coordinate with all applicable projects. 4. The preliminary scope of work (Work) involves the following: 1. Demolish, remove and dispose of Stair No.1, Stair No.5 and the exterior door with the frame near Stair No.1. a. Complete removal and disposal of concrete filled steel pan stairs, concrete filled landings, stair stringers, railings and handrails of Stair No.1 and Stair No. 5 excluding the first level of Stair No.1 at the Sludge Dewatering Complex II, without damaging the existing lights, conduits or pipes etc. 6

7 b. Demolish, remove and dispose of one exterior door with its frame near the Stair No. 1 at the Sludge Dewatering Complex II. c. The scope shall include all necessary finishing work to ensure that the final product is acceptable by the Owner. The Contractor shall visit the site to determine the full scope of demolition work by inspection at the site and facilities. If there are differences in the stated scope of work from the field conditions, the contractor shall advice DWSD immediately. 2. Furnishing and installation of the following : a. Prior to procurement and installation, the contractor shall review the drawings attached with this RFP and submit necessary installation drawings per the space constraint of the site, for DWSD review. b. Provide installation of concrete filled hot-dip galvanized steel pan stairs, concrete filled hot-dip galvanized steel pan landings, and hotdip galvanized steel handrails for Stair No.1 and Stair No.5 excluding the first level of Stair No.1 at the Sludge Dewatering Complex II, without damaging the existing lights, conduits or pipes etc. d. Repair the chipped concrete on the first level of Stair No.5. e. Sandblast and repaint all existing landing structural beams for Stair No.1 and Stair No.5. e. Provide installation of one exterior hollow metal door with frame including painting to match the existing ones near the Stair No.1 at the Sludge Dewatering Complex II. f. Drawings and specification sections that are directly related to the scope of work of this contract are attached to this RFP. 3. The Waste Water Treatment Plant (WWTP), at which the Work is to be performed, must be maintained as operational throughout the completion of the Work. 4. The contractor shall apply for and obtain all necessary permits for the replacement of the stairs. The contractor is also responsible for obtaining the necessary permits for the proper containment, removal and disposal of all contaminated materials that may be encountered during and in association with the construction activities related to this contract in accordance with local, state and federal requirements. Copies of the permits shall be furnished upon request. 5. The contractor shall comply with all applicable local, state and federal regulations. The contactor shall comply with all current applicable codes and acceptable industry standards. In the event of a conflict 7

8 between applicable regulations, codes and standards, the contractor shall comply with most stringent requirement. 6. The contractor may use any means or methods for proper demolition and disposal that comply with local, state and federal requirements and protect all existing underground and aboveground facilities at the site that will be retained. 7. For any system, or equipment item slated for demolition or removal, DWSD shall have first right of refusal on any salvageable equipment or part. 8. Progress meetings shall be required to review project progress, to ensure correct interpretation of these documents and to maintain general coordination between DWSD s and contractor s project personnel. 9. The contractor s approach to prosecution of the work shall be disclosed to the DWSD by the submission of a progress schedule. The contractor shall promptly take appropriate action to recover schedule whenever the contractor anticipates and required CPM activity to slip, due to acts or omission within the control of the contractor, by five (5) or more days beyond the contract time. If the contractor is not responsible for such schedule slippage, the contractor shall give prompt written notice of delay justifying contract extension and follow such notice by taking prompt appropriate action. The contactor s failure, refusal or neglect to take appropriate schedule recovery action or, in the alternative, give written notice of delay, and, in either case, to follow up with timely proposal schedule shall be reasonable evidence that the contractor is not prosecuting the work in due diligence. Any such contractor failure, refusal or neglect shall give sufficient basis to the DWSD to elect any of the following: (a) withhold liquidate damages of $500 per day and (b) in the DWSD s discretion, direct alternative schedule recovery action. 10. The contractor shall schedule and administer a Quality Assurance Program to ensure an acceptable level of quality for all products and services provided. The quality assurance program shall include plans, procedures and organization necessary to produce an end product which complies with the contract requirements. The project QC office shall be held responsible for the quality of work on the job and subject to removal by DWSD for non-compliance with quality requirements specified in the contract. The project QC officer in this context shall mean an individual with responsibility for the overall management of the project quality. 11. The contractor shall furnish personnel and equipment that will be efficient, appropriate and sufficient to secure a satisfactory quality of work and a rate of progress that will ensure the completion of the work within the time stipulated in the contract document. If at any time, such personnel appear to the DWSD to be inefficient, inappropriate or 8

9 insufficient for securing the required quality or rate of progress of work, it may order the contractor to increase the efficiency, change the character, or increase the personnel and equipment, and the contractor shall conform to such order. Failure of DWSD to give such order shall in no way the contractor of its obligation to secure the required quality or rate of progress of work. 12. The contractor shall protect all finished surfaces against damage, including jambs and soffits of all openings used as passageways or through which materials are handled. 13. All finished surfaces, both factory-finished and job finished, shall be clean and undamaged at the time of handling the equipment to DWSD. The contractor shall refinish all marred or damaged surfaces before DWSD s acceptance date. 14. The contractor shall be responsible for implementing a security program during construction for protection against unauthorized entry into work areas, prevention of theft of small tools, equipment and materials and willful destruction of property. The contractor shall coordinate security activities with DWSD s existing security program. 15. The contractor shall furnish on-site a covered, weather protected storage structure providing a clean, dry, non-corrosive environment for mechanical, electrical, instrumentation equipment for which work is in progress. All materials and equipment to be incorporated in the work shall be handled and stored by the contractor before, during and after shipment in a manner to prevent warping, twisting, bending, breaking, chipping, rusting and any injury, theft or damage of any kind to the material or equipment. 16. All material or equipment which, in the opinion of DWSD, have become so damaged as to be unfit for the use intended or specified shall be promptly removed from the site of the work, and the contractor shall receive no compensation for the damaged material or its removal. 17. The contractor shall arrange storage in a manner to provide easy access for inspection and make periodic inspection of stored products to assure that products are maintained under specified conditions, free from damage or deterioration. 18. The manufacturers of equipment and parts shall furnish two (2) sets of any special tools (including grease guns or other lubricating devices) required for normal adjustment, operation and maintenance, and disassembly, together with instructions for their use. The contractor shall preserve and deliver to DWSD these tools and instructions in good order before the completion of the contract. Tools shall be highgrade, smooth, forged, alloy, tool steel. Grease guns shall be levertype. 9

10 19. When contractor considers work is complete, submit written certification of: (a) work has been inspected for compliance with contract documents and deficiencies have been corrected, (b) work is complete and ready for final inspection. When DWSD finds work is complete, it will consider close-out submittals. 20. The contactor is required to keep the work area clean on a daily basis. Any debris, wastes, foreign matter, surplus material shall be removed from the work site on a daily basis. 21. For all parts of equipment supplied under this contract, submit a warranty from the equipment manufacturer. The manufacturer s warranty period shall be concurrent with the contractor s for one (1) year, unless otherwise specified. The equipment shall be warranted to be free from defects in workmanship, design, and material. If any part of the equipment shall fail during warranty period, it shall be replaced in the machine and unit restored to the service. The contractor shall guarantee to remove and replace, or repair in a manner satisfactory to the DWSD, at no cost to DWSD, all parts of work, including equipment, which, in opinion of the DWSD, proved defective either in material, workmanship or operation within one (1) year from the date of final acceptance of the contract work. The contractor shall supply without charge any service, material, or equipment required because of such defect. The warranty documents shall be provided to DWSD within 10 days after acceptance. 22. Insurance Requirements: a. Prior to the start of the contract, the contractor shall furnish Insurance to the City for the follow ing types and amounts: (i) Worker s Compensation & Employer s Liability: $500,000 Each Accident. $500,000 Disease Policy Limit. $500,000 Disease Each Employee. (ii) Commercial General Liability: $2,000,000 General Aggregate. $2,000,000 Products & Completed Operations Aggregate. $1,000,000 Personal & Advertising injury. $1,000,000 Bodily Injury and Property Damage (Each Occurrence). (iii) Automobile Liability: 10

11 $1,000,000 Combined single limit. $5,000,000 All contractors or contractors w ho either transport hazardous w aste or hazardous material but do treat, store, or dispose of hazardous w aste either on or off City property. (iv) Excess Liability Insurance: (Umbrella Form) $2,000,000 Each Occurrence. $2,000,000 Aggregate. b. City of Detroit shall be named as additionally insurance coverage (ii), (iii) and (iv) as show n above. 23. DWSD s Contractor Performance Evaluation program w ill be implemented under this contract, w hereby performance of the contractor w ill be evaluated periodically at any time during this contract as determined by DWSD. The evaluation w ill be conducted during a meeting w ith the contractor, w here the evaluation elements w ill be discussed and the contractor w ill be afforded the opportunity to review the scores and provide input to DWSD. The contractor performance evaluation information may be used by DWSD to help evaluate the contractor s capabilities to perform other w ork for DWSD in the future. 24. All information about DWSD s past, present and future activities disclosed by the DWSD to the contractor shall be considered by the contractor as confidential and proprietary and shall not be disclosed to any entity or individual (outside of legal action) w ithout the prior w ritten consent of the DWSD. With respect t o a subpoena, court order or other legal process, the contractor shall notify the DWSD of the demand for information before responding, and the contractor shall comply w ith this provision to the extent practicable. The contractor shall inform the contractor s personnel (including personnel of all sub-contractors) that any such DWSD information is not to be disclosed to any entity or individual except as permitted by this provision. The contractor shall take appropriate action to ensure that these obligations are fully satisfied. 25. Before the City can aw ard a contract to a successful proposer, that proposer must be eligible for clearance certificates from the City of Detroit Human Rights Department, Income Tax Division and the Revenue Collection Division. Clearance certificates are statements of proposer compliance w ith applicable City of Detroit Ordinances. Clearances are not required at the time the proposal is submitted. How ever, proposers are encouraged to obtain preapproval utilizing the Clearance Request Forms attached for your convenience. 11

12 III. PROJECT SCHEDULE The follow ing target dates have been adopted for this procurement: A. Contractor Selection and Contract Negotiations B. Proposed - Issue Notice to Start Work C. Completion of Construction (6 months) Note: The contractor shall pay the City the sum of five hundred dollars per day ($500.00/day) for each day that expires after the final completion date set in the construction schedule submitted by the contractor follow ing the reception of the Notice to Start Work and approved by the Ow ner. IV. PROPOSAL SUBMISSION A. Preparation of Proposal The proposal shall be in the format and w ith attachments and completed forms as specified in these instructions. Each proposal shall show the full legal name and business address of the prospective contractor, including street address if different from mailing address and shall be signed and dated by the person or persons authorized to bind the prospective contractor. Proposals by a partnership or joint venture shall list the full names and address of all partners or joint ventures. The state of incorporation shall be show n for each corporation that is a party to the proposed joint venture. The name of each signatory shall be typed below each signature. If requested by DWSD, satisfactory evidence of the authority of a signatory on behalf of the prospective contractor shall be furnished. The preparation of a proposal shall be at the expense of the prospective contractor. It is the sole responsibility of the prospective contractor to fully examine this RFP, Notices to RFP Holders and Riders (if any) and referenced documents. Questions shall be addressed as provided in Section I, General Instructions. Bound proposals in accordance w ith the follow ing Item B (Proposal Format and Contents) shall be submitted. All proposals submitted become the property of DWSD and w ill be subject to applicable Public Record law s. B. Proposal Format and Contents 1. Letter of Transmittal 12

13 The prospective contractor s proposal shall include a letter of transmittal not to exceed three (3) pages, signed by an individual, or individuals, authorized to bind the prospective contractor contractually. The letter must state that the proposal w ill remain valid for a period of four (4) calendar months from its due date and thereafter until the prospective contractor w ithdraw s it, or a contract is executed, or the procurement is terminated by DWSD, w hichever occurs first. 2. Proposal Format All information pertaining to the prospective contractor s approach in meeting the requirements of the RFP shall be organized and presented in prospective contractor s proposal. The instructions contained in these requirements must be strictly followed. The proposal shall be provided as described in the follow ing sections. The proposal shall be clearly marked and delivered in sealed boxes or envelopes. Accuracy and completeness are essential. Omissions are ambiguous or equivocal statements w ill be view ed unfavorably and w ill be considered in the evaluation. Since all or a portion of the successful proposal may be incorporated into any ensuing contract, all prospective contractors are further cautioned not to make any claims or statements that cannot be subsequently included in a legally binding agreement. One (1) Original, three (3) copies and a copy on a flash drive or disc, of the proposal shall be submitted and the information included therein should be concise as possible. Each copy shall not be more than fifty (50) pages in length, excluding any appendices, on 8-1/2 x 11 size paper w ith material printed on one side only and using double spaced typing. Charts and tables may be on 11 x 17 paper folded to 8-1/2 x 11 and bound w ithin the proposal package. DWSD reserves the right to reject any or all proposals and to waive any informality in proposals received, if it is in the best interest of the City of Detroit to do so. 3. Proposal Contents The prospective contractor s proposal shall contain the information identified in Section V. EVALUATION CRITERIA (below ) in the sequence presented and under the headings given. Prospective contractors w ho do not comply w ith this restriction may be considered non-conforming and summarily eliminated at the discretion of DWSD s Contractor Evaluation Committee. 13

14 The follow ing items and forms must be completed by prospective contractors and returned w ith their proposals: Detailed Work Plan Supporting Documentation Demonstrating Ability to Perform Work Separately bound Detailed Fee Proposal. Clarification of Proposals V. EVALUATION CRITERIA If clarification of the contents of any proposal is required, DWSD w ill request clarification by either w ritten or in-person response of the involved prospective contractor. Prospective contractors must be prepared at any time to visit DWSD s offices to clarify their proposals. DWSD uses a structured qualifications based selection process to evaluate proposals. Each proposal w ill be evaluated on its responsiveness to the technical and administrative criteria identified below. DWSD reserves the right to verify any and all material submitted, including contacting references. Please note that failure to supply any of the data or forms indicated may result in elimination of your proposal from further consideration in the evaluation process. In addition, DWSD reserves the right to w aive any non-conformances in proposals. Follow ing review of technical proposals, cost proposals w ill be opened and evaluated. Based on a review of the proposals against the technical and cost criteria, DWSD w ill rank the proposers. DWSD w ill enter into negotiations w ith a selected proposer w ith the objective of reaching agreement as necessary to enter into DWSD Contract for RFP No# If a contract cannot be negotiated w ith the proposer w ithin a reasonable time after the start of negotiations, or should DWSD determine, in its sole judgment, that negotiations are non-productive, DWSD reserves the right to cease negotiations and instead negotiate w ith, and aw ard a contract to, any of the other proposers. The Proposal evaluation w ill consider the overall value, quality, capabilities and cost of the offering to DWSD, the ability of the offering to satisfy DWSD needs and objectives, the Proposer s abilities, and the demonstrated likelihood that the Proposer w ill provide superior performance. Proposals w ill be evaluated using the evaluation criteria below and on the follow ing: PROPOSAL ELEMENT WEIGHT 1. Price (Cost proposal) Ability to Perform Work(Direct Experience) Work Plan and Organization Staff Experience 10 Total

15 If you have any questions regarding the evaluation procedure, please call Ms. Tina Clinkscales at A. Price/Cost Proposal 1. Submit total estimated w ork hours for completion of each Task, broken dow n by job category for each task as given in the Work Plan. Include a summary of the w ork hours for each Task as part of the Work Plan. Do not list your cost in the Work Plan. The cost should be submitted in a separate sealed envelope. 2. Include a job description for each job category, the hourly rate for each job category and an estimate of total costs by task. Each task is to include all administrative/management functions as w ell as all other overhead costs. DWSD w ill pay the actual hourly rate received by the employee. DWSD reserves the right to request an independent payroll audit for those performing services under this contract. Break dow n the total project cost and the cost for each phase of the w ork into direct labor, indirect costs, other direct costs, sub contractor costs and markups, profit, and escalation. The proposal should be developed for a fixed price contract. Refer to the RFP Section III (Project Schedule) for the target dates adopted for this procurement. 3. The contractor w ill be reimbursed only for costs allow able under the Code of Federal Regulations, 48 CFR Part 31. Indirect costs shall be slated as a percent of direct costs, and shall not exceed (a) one personnel residing full-time at site facilities provided by DWSD or provided by the contractor for w hich the contractor is reimbursed by the City as other direct costs. DWSD w ill not accept an overhead rate higher than one hundred sixty percent (160%) for home office personnel and one hundred forty-five percent (145%) for site facilities. Mark-ups shall not exceed (a) fifteen percent (15%) for direct costs (b) nine percent (9%) for indirect costs, and (c) five percent (5%) for sub contractor services. A mark-up for other direct costs w ill not be allow ed. As verification of the proposed overhead rate(s), the proposer may be asked to provide an audited overhead for the previous tw o (2) years as an appendix to the proposal. The audited overhead verification may be requested from each subcontractor or joint venture. 4. USE THE Cost Information Sheet AS PART OF YOUR COSTING DATA SUBMITTAL. Note that hourly rates are to be quoted at current pay levels. 5. You may substitute your ow n computer spreadsheet for the forms so long as all the data is included and displayed in the required format. 15

16 6. Please submit one (1) original, three (3) copies and a copy on a flash drive or disk, of your costing proposal in a separate; sealed envelope marked COSTING PROPOSAL FOR RFP NO As verification of the proposed overhead rate(s), the proposer may be asked to provide an audited overhead for the previous tw o (2) years as an appendix to the proposal. The submitted material w ill be review ed by DWSD and returned to the proposer. DWSD reserves the right to request certified payroll rates as determined by an independent auditor. The contractor w ill be expected to require the same maximum overhead and mark-ups, as provided above, in all Subcontractor agreements for this project. B Ability to Perform the Work 1. List at least one (1) but no more than tw o (2) similar projects completed during the preceding ten (10) years along w ith client name and telephone number, w hich best represent your capabilities relative to this project. The number of listed projects shall represent the proposing team' s collective experience (i.e., the prime contractor and subcontractors as a w hole). In the event that more than tw o (2) projects are listed for the entire proposing team, DWSD w ill exclude all listed projects past the first tw o (2). DWSD' s proposal evaluation w ill be based on the extent to w hich these projects demonstrate your ability to fulfill DWSD requirements and not on the number of projects listed. The contractor should give a brief description of each project according to the w ork as described above. The description should include the original contractor services contract budget, your firm' s budget as a percentage of contract budget, a brief statement on your firm' s involvement in the project, final contractor services contract budget and any additional information w hich you believe w ill assist DWSD in evaluating past performance. Regardless of their inclusion on the listed projects, the Contractors performance on DWSD projects may be taken into consideration by the Proposal Evaluation Committee. 2 Explain how your experience on the listed projects demonstrates: a) that you meet the minimum qualifications described in Section I.B; b) your ability to perform the tasks itemized in Section II; c) your ability to identify and implement DWSD s requirements; d) evidence of past performance and ability to complete tasks on time and w ithin budget; 16

17 e) your know ledge of local conditions, DWSD requirements and procedures; f) your ability to w ork w ith regulatory agencies; and i) your know ledge of MDEQ, OSHA, MIOSHA, U.S. EPA, and MDOT requirements regarding environmental compliance. 3. Provide the names and telephone numbers of at least three (3) persons representing clients for w hom the proposer has performed w ork similar to that proposed, and w ho may be contacted as references. Preferably, these references should include DWSD or municipal agencies similar to DWSD, and should include the types of recent projects cited above. 4. List descriptions of any contracts w hich have been terminated, including the circumstances surrounding the termination. Provide the name and telephone number of your client' s representatives of any such contracts. 5. List descriptions of all legal proceedings, law suits, or claims w hich have been filed against any firm w ithin the proposing team or any of the firm' s past or present employees w ithin the past five (5) years. Indicate circumstance w here you actually paid all or part of the claim. C. Work Plan and Organization Submit a detailed w ork plan w hich describes your approach to all tasks you have determined to be necessary to complete the entire scope of w ork for this contract. Indicate w hen your firm w ill be ready to start w ork on this contract, if aw arded. Describe the proposer' s team composition by indicating how it intends to perform the w ork, i.e., as an independent company, a partnership, a joint venture, or a combination involving a prime and subcontractors. The role of each participating entity shall be fully described. Indicate the intent of the proposer relative to office location, functions and w ork to be performed there, the anticipated resident staff, and anticipated percentage of w ork to be performed in the City of Detroit. Final details are not required at this time. Any firm listed as providing services to the project must be assigned a corresponding percentage of the contract on the Local Economic Development Summary form. 17

18 D. Staff Experience Provide a detailed table of organization, show ing the names of each team member to be assigned to this project, their functions, and total w ork hours for each phase in the " SCOPE OF WORK". Indicate w hether the person is employed by the prime contractor or a subcontractor. You must include as appendices to your technical proposal for (i) your project manager and key personnel, (ii) key personnel of each proposed subcontractor, and (iii) the staff nominated for the positions described in the Staff Experience Matrix. Using the Staffing Response Sheets (attached) indicate (as an appendix to your technical proposal) w hether the proposed project manager, key personnel, or any member of the staff nominated for the positions described under Staff Experience Matrix are currently w orking on other DWSD and non-dwsd contracts. If so, please indicate how their involvement on this project w ill impact timely performance of previous contracted services to DWSD, and indicate how their involvement w ith non-dwsd contracts w ill impact their performance on this project. Additionally, indicate the percent of time the project manager w ill be assigned to this project. You may substitute your own computer spreadsheet for this form as long as all the information is included and displayed in the required format. Using the Staff Experience Matrix (to be included as an appendix to your technical proposal), and based on the staff nominated under the Evaluation Criteria section V, Item B (Staff Experience), list for each staff member (prime contractors and subcontractors) the current employer name, the staff position/responsibility listed under your table of organization for this project, and total years of experience. Using the projects listed under the Evaluation Criteria item A (Ability to Perform the Work), indicate in w hich of the listed project(s) each staff member participated, the position on each listed project, and tenure at that position (in parentheses). You may substitute your own computer spreadsheet for this form as long as all the information is included and displayed in the required format. To the extent w ithin the proposer' s control, key personnel proposed for the project shall not be removed or replaced w ithout obtaining the DWSD' s w ritten consent at least thirty (30) days in advance. If any named key personnel shall be replaced for any reason, the proposer shall promptly assign an acceptable replacement that is not less qualified. DWSD shall have the right to interview and consent to any replacement of key personnel. E. Equalization Criteria (Attached) In evaluating competing cost proposals, Price Equalization Credits w ill be used to reduce the relatively cost of the price component for scoring purposes in accordance w ith the percentages outlined in the table below. A Proposer may not claim to be both a Customer Based Business (CBB) and a Detroit Based Business (DBB). All proposers must include in their Non- Economic Proposals completed Local Economic Development Summaries 18

19 using the Questionnaire and Equalization Eligibility Forms provided w ith this package. Proposers claiming DBB or CBB participation must complete and submit the Detroit Based Business Questionnaire and/or the Customer Based Business Questionnaire. F. Financial Capability DWSD is obligated to ensure that the financial strength of each proposer is adequate to carry out the services proposed. During the course of proposal evaluations, DWSD may ask any proposer to provide proof of financial capability. Such proof must be provided to the Department w ithin 48 hours of the proposer' s receipt of DWSD' s request. The submitted material w ill be review ed by DWSD and returned to the proposer. Acceptable proof of financial capability includes, but is not limited to, a current Dun and Bradstreet " Business Information Report" w ith financial rating or Income Statements for the previous three (3) fiscal years, audited by a Certified Public Accountant. The successful proposer for this project, if not previously asked to do so, w ill be required to present proof of financial capability at the time of contract negotiations. The submitted information w ill be review ed by DWSD and returned to the contractor. VI. MODIFICATION OF SERVICES AFTER CONTRACT APPROVAL The City reserves the right to modify the services provided by the vendor aw arded a contract. Any modification and resulting changes in pricing shall be made by amendment to the contract by the Vendor and the City. VII. CHANGES IN FACTS Proposers shall advise the City during the time the Proposal is open for consideration of any changes in the principal officers, organization, financial ability of, or any other facts presented in the proposal w ith respect to the proposer or the proposal immediately upon occurrence. VIII. CONFIDENTIALITY OF PROPOSALS Proposals shall be opened w ith reasonable precautions to avoid disclosure of contents to competing offers during the process of evaluation. Once proposals have been publicly recorded they are subject disclosure as per the requirements of the Michigan Freedom of Information Act. 19

20 IX. NEWS RELEASE New s releases pertaining to these proposal specifications or the provisions to w hich they relate shall not be made w ithout prior approval of the City and then only in coordination w ith the City. X. CHANGES IN PROPOSAL REQUIREMENTS The City may make changes to the requirements of this RFP, as it deems necessary. Such changes, if made, w ill be in w riting, issued through the Finance-Purchasing Department and w ill be sent to each Vendor w ho is on record as having requested a copy of the RFP. If changes are made, the City may, at its discretion, extend the time allow ed for submission of proposals XI. PAYMENT All properly executed invoices submitted by the successful vendor w ill be paid in accordance w ith the City of Detroit Prompt Payment Ordinance. XII. XIII. CLEARANCES The successful vendor w ill be required to obtain approved clearances from the Income Tax Division, Revenue Collections Division and Human Rights Department prior to City Council approval of the professional services contract. Clearance forms for these agencies have been attached to this RFP. Please fill them out completely and return them to the respective agencies by mail, fax, or dropping them off to the individual offices. It is the vendor s responsibility to obtain clearances. Approved clearances are not required to submit a response to the RFP but w ill be required of the successful vendor prior to City Council approval (if required). RESPONSIBILITY It shall be the responsibility of the Respondent to thoroughly review the provisions of this RFP. After executing the contract, no consideration w ill be give to any claim of misunderstanding. Respondents must state in their submission any clauses to w hich they take exception in the RFP. This w ill be factored in to the evaluation decision. Respondents are encouraged to review the entire RFP, including, but not limited to the Compliance w ith Law s, Insurance, Subcontracting, Indemnity, and Equalization Ordinance and Affidavit. XIV. CONTRACT/SUBCONTRACTS FOR PORTIONS OF THE WORK One aw ard of contract w ill be made to the highest ranked proposer in accordance to the terms and conditions listed w ithin the RFP. 20

21 1 Unless otherw ise required by the Cont ract Documents, the Contractor, as soon as practicable after the aw ard of the Contract, shall submit a separate w ritten request to the Director or his designee for approval of each proposed Subcontractor. Each request shall be on forms provided by the Director or his designee and shall provide the name and address of each proposed Subcontractor, the portion and the approximate cost of the Work to be sublet and evidence of insurance coverage secured by the proposed Subcontractor. As the Director or his designee may request, the Contractor shall promptly furnish and provide such additional information and evidence to demonstrate that the proposed Subcontractor has the necessary facilities, skill, integrity, experience, w ork force and financial resources to perform the Work. 2 The Contractor shall not contract w ith any such proposed Subcontractor to perform any portion of the Work w ithout the prior w ritten approval of the Director or his designee. The Detroit Water and Sew erage reserves the right to w ithhold approval of subcontracting portions of the Work w hich are deemed to not be in the Detroit Water and Sew erage' s best interest. 3 If the Director or his designee determines that the proposed Subcontractor is acceptable, approval w ill be indicated by signing and returning one copy of the submitted form to the Contractor. If the Director or his designee determines that the proposed Subcontractor is not acceptable, the Director or his designee w ill so notify the Contractor w ho, unless he determines to perform the Work previously designated for the proposed but not accepted Subcontractor, shall submit a substitute proposed Subcontractor acceptable to the Director or his designee. The Contract amount shall not be increased or decreased by the difference of cost occasioned by such substitution. 4 The Contractor shall make no substitution for any Subcontractor previously proposed and approved unless approved by the Director or his designee. XV. SUBCONTRACTUAL RELATIONS 1 By an appropriate agreement, the Contractor shall require each subcontractor, to the extent of the Work to be performed by the Subcontractor, to be bound to the Contractor by the terms of this Contract in all respects as if the Subcontractor w as the employee of the Contractor, and to assume tow ard the Contractor all the obligations and responsibilities w hich the Contractor, by this Contract, assumes tow ard the Detroit Water and Sew erage. 2 Such agreement shall preserve and protect the rights of the Detroit Water and Sew erage under the Contract w ith respect to the Work to be performed by the Subcontractor so that the subcontracting thereof w ill not prejudice such rights, and shall allow to the Subcontractor, unless specifically provided otherw ise in this Contract, the benefit of all rights, remedies and redress against the Contractor w hich the Contractor, by the Contract, has against the Detroit Water and Sew erage. Where appropriate, the Contractor shall require each Subcontractor to enter into similar agreements w ith his Sub-subcontractors. 21

22 3 The Contractor shall make available to each proposed Subcontractor, prior to the execution of the Subcontract, copies of this Contract to w hich the Subcontractor w ill be bound by this Paragraph, and identify to the Subcontractor any terms and conditions of the proposed Subcontract w hich may be at variance w ith the Contract. Each Subcontractor shall similarly make copies of this Contract available to his Sub-subcontractor. 4 The Director' s or his designee s approval of any Subcontractor shall not relieve the Contractor of any of his responsibilities, duties, and liabilities under this Contract. The Contractor shall be responsible to Detroit Water and Sew erage for the acts or defaults of his Subcontractor and such Subcontractor' s officers, agents and employees, each of w hom shall be deemed to be the agent or employee of the Contractor to the extent of his subcontract. 5 No approval by the Director or his designee of any proposed Subcontractor, nor any subcontract, nor any provision contained in this Contract shall create, or be deemed to create, any rights or relationship in favor of a Subcontractor and against Detroit Water and Sew erage, nor shall be deemed or construed to impose upon Detroit Water and Sew erage any obligation, liability or duty to a Subcontractor, or to create any contractual relationship w hatsoever betw een a Subcontractor and the Detroit Water and Sew erage. XVI. TERMINATE FOR CONVENIENCE THE PERFORMANCE OF WORK 1. In addition to the other conditions, provisions and terms provided in this Contract, the Detroit Water and Sew erage shall have the right to terminate for convenience the performance of Work and the Contract, in w hole or in part, w henever the Detroit Water and Sew erage shall determine that such termination is in the best interests of the Detroit Water and Sew erage. Any such termination shall be effected by delivery to the Contractor of a Notice of Termination specifying the extent to w hich performance of Work under the Contract is terminated, and the date upon w hich such termination becomes effective. 2. After receipt of a Notice of Termination and, except as otherw ise directed by the Detroit Water and Sew erage, the Contractor shall: a. Stop Work under the Contract on the date and to the extent specified in the Notice of Termination; b. Place no further orders or subcontracts for materials, services, or facilities except as may be necessary for completion of such portion of the Work under the Contract as w as not terminated; c. Terminate all orders and subcontracts to the extent that they relate to the performance of Work terminated by the Notice of Termination; d. Assign to the Detroit Water and Sew erage, in the manner, at the times, and to the extent directed by the Detroit Water and Sew erage, all of the right, title, and interest of the Contractor under the orders and subcontracts so terminated. In w hich case the Detroit Water and Sew erage shall have the right, in its discretion, to settle or pay any or all claims arising out of the termination of such orders and subcontracts; 22

23 e. Settle all outstanding liabilities and all claims arising out of such termination of orders and subcontracts, w ith the approval or ratification of the Detroit Water and Sew erage. Such approval or ratification shall be final and conclusive; f. Use his best efforts to sell, in the manner, at the times, to the extent, and at the price or prices directed or authorized by the Detroit Water and Sew erage, any materials, supplies or equipment provided, how ever, that the Contractor (a) shall not be required to extend credit to any purchaser, and (b) may acquire any such property under the conditions prescribed and at a price or prices approved by the Detroit Water and Sew erage and provided further, that the proceeds of any such transfer of disposition shall be applied In reduction of any payments to be made by the Detroit Water and Sew erage to the Contractor under the Contract or shall otherw ise be credited to the price or cost of the Work covered by the Contract or paid in such other manner as the Detroit Water and Sew erage may direct; g. Complete performance of such part of the Work as shall not have been terminated by the Notice of Termination; h. Take such action as may be necessary, or as the Detroit Water and Sew erage may direct, for the protection and preservation of the property related to the Contract that is in the possession of the Contractor and in w hich the Detroit Water and Sew erage has or may acquire an interest. 3. After receipt of a Notice of Termination, the Contractor shall submit to the Detroit Water and Sew erage his termination claim, in the form and w ith the certification prescribed by the Detroit Water and Sew erage. Such claim shall be submitted promptly, but in no event later than one (1) year from the effective date of termination, unless one or more extensions in w riting are granted by the Detroit Water and Sew erage upon request of the Contractor made in w riting w ithin such one (1) year period or authorized extension thereof. If the Detroit Water and Sew erage determines that the facts justify such action, it may receive and act upon any such termination claim at any time after such one (1) year period or extension thereof. Upon failure of the Contractor to submit his termination claim w ithin the time allow ed, the Detroit Water and Sew erage may determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall thereupon pay to the Contractor the amount so determined. 4. Subject to paragraph 3, the Contractor and the Detroit Water and Sew erage may agree upon the w hole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of Work, w hich amount or amounts may include a reasonable allow ance for profit on Work completed, provided that such agreed amount or amounts, exclusive of settlement costs, shall not exceed the total Contract amount as reduced by the amount of payments otherw ise made and as further reduced by the Contract price for Work not terminated. The Contract shall be modified accordingly, and the Contractor shall be paid the agreed amount. Nothing in this Article shall be deemed to limit, restrict, or otherw ise determine or affect the amount or amounts w hich may be agreed upon to be paid to the Contractor pursuant to this paragraph. 23

Document A General Conditions of the Contract for Construction, Construction Manager as Adviser Edition

Document A General Conditions of the Contract for Construction, Construction Manager as Adviser Edition Document A232 2009 General Conditions of the Contract for Construction, Construction Manager as Adviser Edition for the following PROJECT: (Name, and location or address) THE CONSTRUCTION MANAGER: (Name,

More information

Standard Form of Agreement Between Contractor and Subcontractor

Standard Form of Agreement Between Contractor and Subcontractor Standard Form of Agreement Between Contractor and Subcontractor GENERAL TERMS AND CONDITIONS ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) these General Terms and Conditions,

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

More information

General Conditions for Construction GCC201. Contract Type: Document No. for the following PROJECT: (Name and location or address) EXAMPLE

General Conditions for Construction GCC201. Contract Type: Document No. for the following PROJECT: (Name and location or address) EXAMPLE Page 1 of 37 for the following PROJECT: (Name and location or address) EXAMPLE THE OWNER: (Name and address) Example, THE ARCHITECT: (Name and address) TABLE OF ARTICLES 1 GENERAL PROVISIONS 2 OWNER 3

More information

Subcontract Agreement

Subcontract Agreement S THIS AGREEMENT made as of the day of, 2012 BETWEEN the Contractor: TCL Partners 5212 123 rd Place SE Everett, WA 98208 and the For the Following Project: The Architect for the Project: The Contractor

More information

ARTICLE 1 ARTICLE 3 CONTRACTOR THE SUBCONTRACT DOCUMENTS ARTICLE 2 MUTUAL RIGHTS AND RESPONSIBILITIES

ARTICLE 1 ARTICLE 3 CONTRACTOR THE SUBCONTRACT DOCUMENTS ARTICLE 2 MUTUAL RIGHTS AND RESPONSIBILITIES ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) this Agreement; (2) the prime Contract, consisting of the Agreement between the Owner and Contractor and the other Contract

More information

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project Document A105 2007 Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

Amount of Contract work per the plans and specifications for project. Specifications Attached. Plans Attached

Amount of Contract work per the plans and specifications for project. Specifications Attached. Plans Attached Sample Company 2005 XXXX Main St Anywhere CA 99999 800 555-5555 SUBCONTRACT Contract#: 921 Contract Date: 08/20/2008 SUBCONTRACTOR: Baxter Heating & Cooling 4320 Eucalyptus Way Santa Rosa CA 95401 PROJECT:

More information

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation Request for Proposal #2036 Orange Coast College Exterior Lighting Energy Efficiency Project Implementation I. NOTICE A. Statement of Proposal NOTICE IS HEREBY GIVEN that Coast Community College District

More information

AIA Document A201 TM 1997

AIA Document A201 TM 1997 AIA Document A201 TM 1997 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address): Project University of Maine at Farmington THE OWNER: (Name and address):

More information

RFP GENERAL TERMS AND CONDITIONS

RFP 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 information

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

More information

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION] P.O. Number [INSTRUCTIONS FOR COMPLETING THIS FORM ARE IN ITALICS AND BRACKETS. PLEASE COMPLETE EVERY FIELD AND DELETE ALL INSTRUCTIONS INCLUDING THE BRACKETS.] STATE OF MINNESOTA MINNESOTA STATE COLLEGES

More information

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS I N V I T A T I O N T O B I D B I D # 1 0-17 FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent DOOR AND WINDOW REPLACEMENT

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

Document A201 TM. General Conditions of the Contract for Construction. (Name and location or address)

Document A201 TM. General Conditions of the Contract for Construction. (Name and location or address) Document A201 TM 2007 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) THE OWNER: (Name, legal status and address) Case Western Reserve University

More information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,

More information

3.1.2 The Contractor shall perform the Work in accordance with the Contract Documents.

3.1.2 The Contractor shall perform the Work in accordance with the Contract Documents. the portion of the Work affected by a material change. After the Owner furnishes the evidence, the Owner shall not materially vary such financial arrangements without prior notice to the Contractor. 2.2.2

More information

Document A201 TM 2007 SP

Document A201 TM 2007 SP AIA Document A201 TM 2007 SP General Conditions of the Contract for Construction, for use on a Sustainable Project for the following PROJECT: (Name and location or address) THE OWNER: (Name, legal status

More information

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

SAMPLE 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 information

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

Contractor 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 information

SHORT FORM SUBCONTRACT AGREEMENT

SHORT FORM SUBCONTRACT AGREEMENT SHORT FORM SUBCONTRACT AGREEMENT Page 1 of 7 Subcontract No. THIS AGREEMENT, made and entered into at El Dorado Hills, El Dorado County, California this day of 20, by and between ROEBBELEN CONTRACTING,

More information

CITY OF EAST POINT BID NO BID TITLE: CONTRACT FOR CONSTRUCTION AND INCORPORATED GENERAL CONDITIONS

CITY OF EAST POINT BID NO BID TITLE: CONTRACT FOR CONSTRUCTION AND INCORPORATED GENERAL CONDITIONS CITY OF EAST POINT BID NO. 2017- BID TITLE: Revised 12/05/2014 TABLE OF CONTENTS Page # ARTICLE I THE CONTRACT AND THE CONTRACT DOCUMENT... 1 1.1 The Contract... 1 1.2 The Contract Documents... 1 1.3 Entire

More information

Document A Standard Form of Agreement Between Contractor and Subcontractor

Document A Standard Form of Agreement Between Contractor and Subcontractor Document A401 2017 Standard Form of Agreement Between Contractor and Subcontractor AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Contractor: (Name, legal

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT 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 information

AIA Document A201 TM 1997

AIA Document A201 TM 1997 AIA Document A201 TM 1997 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address): A201 conversion Michigan State University East Lansing, MI THE OWNER:

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

General Conditions for Consultancy Services Agreements

General Conditions for Consultancy Services Agreements Tebodin Middle East Ltd. P.O. Box 2652, Abu Dhabi, United Arab Emirates General Conditions for Consultancy Services Agreements 6 01.08.2016 Effective date definition changed and Vendor Declaration added

More information

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas INVITATION TO SEALED BID 16-89 Sealed Bids will be received by the Office of the City Purchasing Manager for the City of Hutchinson prior to 10:00 A.M., Tuesday, February 2, 2016. Request For Formal Bid

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services City of Portsmouth Portsmouth, New Hampshire Department of Public Works Plumbing and Heating Repair Services INVITATION TO BID Sealed bid proposals, plainly marked, (Plumbing and heating Repair Services

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS The Bidder's attention is called to the forms and documents listed below which must be executed in full as required. Signature by the Bidder indicates that the information provided

More information

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC This is a Federally Funded project. The Surveyor and Subcontractors on this project must comply with HUD contract provisions 24CFR

More information

AGC TEXT COPY THE ASSOCIATED GENERAL CONTRACTORS OF AMERICA AGC DOCUMENT NO. 603 STANDARD SHORT FORM AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR

AGC TEXT COPY THE ASSOCIATED GENERAL CONTRACTORS OF AMERICA AGC DOCUMENT NO. 603 STANDARD SHORT FORM AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR THE ASSOCIATED GENERAL CONTRACTORS OF AMERICA AGC DOCUMENT NO. 603 STANDARD SHORT FORM AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR (Where Contractor Assumes Risk of Owner Payment) The original text

More information

STATE OF VERMONT STANDARD FORM. GENERAL CONDITIONS FOR F P R DESIGN BUILD CONTRACTS (March 2017)

STATE OF VERMONT STANDARD FORM. GENERAL CONDITIONS FOR F P R DESIGN BUILD CONTRACTS (March 2017) STATE OF VERMONT STANDARD FORM GENERAL CONDITIONS FOR F P R DESIGN BUILD CONTRACTS (March 2017) The following general conditions are for use with DESIGN BUILD construction contracts with the State of Vermont,

More information

Document A SP General Conditions of the Contract for Construction, for use on a Sustainable Project, Construction Manager as Adviser Edition

Document A SP General Conditions of the Contract for Construction, for use on a Sustainable Project, Construction Manager as Adviser Edition Document A232 2009 SP General Conditions of the Contract for Construction, for use on a Sustainable Project, Construction Manager as Adviser Edition for the following PROJECT: (Name, and location or address)

More information

Workforce Management Consulting Services

Workforce Management Consulting Services Request for Proposal #40604 Workforce Management Consulting Services For Grand River Dam Authority PROPOSALS TO BE SUBMITTED TO: Grand River Dam Authority Central Purchasing Unit 226 West Dwain Willis

More information

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals

More information

Goal General Terms and Conditions

Goal General Terms and Conditions Appendices: Appendix A Goal General Terms and Conditions I. LEGAL STATUS The Vendor shall be considered as having the legal status of an independent contractor vis-à-vis GOAL. The Vendor, its personnel

More information

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

Drexel 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 information

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Contractor Address Address City, Zip Work Phone Number: Cell Phone Number:

More information

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

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

More information

AIA Document A201 TM 2007

AIA Document A201 TM 2007 AIA Document A201 TM 2007 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) THE OWNER: (Name and address) THE ARCHITECT: (Name and address) TABLE

More information

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR CONTRACTOR S COPY SUBCONTRACT NO. Alberta Standard Construction Subcontract THIS AGREEMENT made this day of, A.D. 20 BETWEEN name (hereinafter called the

More information

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE 1. DEFINITIONS 1 2. COMPOSITION OF THE ARCHITECT-ENGINEER 1 3. INDEPENDENT CONTRACTOR 1 4. RESPONSIBILITY OF THE ARCHETECT-ENGINEER

More information

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION THIS AGREEMENT made at Columbus, Ohio on by and between Lincoln Construction, Inc., hereinafter referred to as the Contractor, and, hereinafter

More information

Document A401 TM. Standard Form of Agreement Between Contractor and Subcontractor

Document A401 TM. Standard Form of Agreement Between Contractor and Subcontractor Document A401 TM 2017 Standard Form of Agreement Between Contractor and Subcontractor AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Contractor: (Name,

More information

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID # INVITATION TO BID PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #2018-20 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904) 259-3613 Website: http://www.bakercountyfl.org

More information

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

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

More information

Insurance Requirements

Insurance Requirements SECTION A. CONSULTANT shall procure, pay for and maintain the follow ing insurance w ritten by companies approved by the State of Texas and acceptable to CITY. The insurance shall be evidenced by delivery

More information

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax # City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax # 651-674-7546 Sealed Request for Proposals, plainly marked RFP # 12-2 Road Grading Services City

More information

Consulting Services - Cable Television System Franchise Renewal CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632

Consulting Services - Cable Television System Franchise Renewal CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632 REQUEST FOR PROPOSAL Consulting Services - Cable Television System Franchise Renewal ISSUE DATE: October 1, 2014 CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632 CLOSING

More information

Multiple Structure Asbestos Abatement and Demolition Project

Multiple Structure Asbestos Abatement and Demolition Project REQUEST FOR BID and PROJECT PROPOSAL Multiple Structure Asbestos Abatement and Demolition Project Proposal Due Date: May 9, 2016 2:00 p.m. TABLE OF CONTENTS I. Introduction II. III. IV. RFP Timeline Scope

More information

LANCASTER COUNTY SOLID WASTE MANAGEMENT AUTHORITY REQUEST FOR PROPOSAL. for. Construction & Demolition Waste Characterization Study

LANCASTER COUNTY SOLID WASTE MANAGEMENT AUTHORITY REQUEST FOR PROPOSAL. for. Construction & Demolition Waste Characterization Study LANCASTER COUNTY SOLID WASTE MANAGEMENT AUTHORITY REQUEST FOR PROPOSAL for Construction & Demolition Waste Characterization Study JUNE 2018 TABLE OF CONTENTS Section Page 1. Request for Proposal 3 2. Definitions

More information

CITY OF ROMULUS CHAPTER 39: PURCHASING

CITY OF ROMULUS CHAPTER 39: PURCHASING CITY OF ROMULUS CHAPTER 39: PURCHASING CITY OF ROMULUS ORDINANCE NO. AN ORDINANCE TO AMEND PORTIONS OF CHAPTER 39 AND TO ADD ADDITIONAL SECTIONS TO CHAPTER 39 OF THE PURCHASING ORDINANCE OF THE CITY OF

More information

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

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

More information

SUBCONTRACT (SHORT FORM)

SUBCONTRACT (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 information

Standard Form of Agreement Between Contractor and Subcontractor

Standard Form of Agreement Between Contractor and Subcontractor Document A401 2007 Standard Form of Agreement Between Contractor and Subcontractor AGREEMENT made as of the in the year (In words, indicate day, month and year.) day of BETWEEN the Contractor: (Name, legal

More information

AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION COST PLUS FEE) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE

AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION COST PLUS FEE) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION COST PLUS FEE) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE THIS AGREEMENT, entered into this day of, by and between the Arkansas State Highway

More information

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207) Page 1 of 9 Bid #10-18 Sealed bids for purchase of a replacement Sound System for the South Portland High School Auditorium, for the City of South Portland, Maine, as specified below, in the Specifications

More information

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent INVITATION TO BID The City of Rochester, New Hampshire is accepting sealed bids for Tree Pruning & Removal Bids must be submitted to the City at the address below in a sealed envelope plainly marked as

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

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

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

More information

Document A201 TM. General Conditions of the Contract for Construction

Document A201 TM. General Conditions of the Contract for Construction Document A201 TM 2007 General Conditions of the Contract for Construction for the following PROJECT: Proposed Renovations to a Portion of the Township Municipal Building 175 West Valley Forge Road King

More information

City of Columbia Community Development Department 1225 Lady St., Suite 102 Columbia, SC NOTE: May be printed on agency letterhead

City of Columbia Community Development Department 1225 Lady St., Suite 102 Columbia, SC NOTE: May be printed on agency letterhead City of Columbia Community Development Department 1225 Lady St., Suite 102 Columbia, SC 29201 NOTE: May be printed on agency letterhead Request for Proposal (Consultant Services) RFP Number: RFP-CD01-10115

More information

CONSTRUCTION CONTRACT EXAMPLE

CONSTRUCTION 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 information

Document A201 TM. General Conditions of the Contract for Construction

Document A201 TM. General Conditions of the Contract for Construction Document A201 TM 2007 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) THE OWNER: (Name, legal status and address) THE ARCHITECT: (Name, legal

More information

MASTER SUBCONTRACT AGREEMENT

MASTER 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 information

Human Services Building Roof Project (4 flat roofs)

Human Services Building Roof Project (4 flat roofs) Request for Proposal Human Services Building Roof Project (4 flat roofs) The Lincoln County Maintenance Department is seeking to contract with an individual or entity to reroof four (4) flat roofs located

More information

CONTRACT FOR PROFESSIONAL SERVICES - ARCHITECT

CONTRACT 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 information

Standard Form of Agreement Between. Owner and Design-Builder Cost Plus Fee with an Option for a Guaranteed Maximum Price

Standard Form of Agreement Between. Owner and Design-Builder Cost Plus Fee with an Option for a Guaranteed Maximum Price November 3, 2014 Standard Form of Agreement Between Owner and Design-Builder Cost Plus Fee with an Option for a Guaranteed Maximum Price This document has important legal consequences. Consultation with

More information

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES I. PROJECT DESCRIPTION Town of Pembroke Park, Florida ( Town ) is soliciting proposals from interested accounting

More information

SUPPLIER - TERMS AND CONDITIONS Materials and Goods

SUPPLIER - TERMS AND CONDITIONS Materials and Goods SUPPLIER - TERMS AND CONDITIONS Materials and Goods 1. BINDING EFFECT; ACCEPTANCE. This purchase order and all subsequent purchase orders delivered by Buyer to Seller (each, an "order"), shall be governed

More information

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS BIDDERS COMPANY NAME REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS Prepared by: Washtenaw County Purchasing Division Administration Building 220 N. Main, B-35

More information

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

INDEPENDENT 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 information

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No.

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No. Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE REQUEST FOR PROPOSALS - Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES Regional School

More information

INTER-COUNTY MUTUAL AID AGREEMENT Omnibus Agreement 2010 Revision

INTER-COUNTY MUTUAL AID AGREEMENT Omnibus Agreement 2010 Revision INTER-COUNTY MUTUAL AID AGREEMENT Omnibus Agreement 2010 Revision This OMNIBUS AGREEMENT is made and entered into by the undersigned counties (hereinafter referred to as Party Counties ) to enable them

More information

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

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

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

Real Estate Services For Neighborhood Stabilization Program 3

Real Estate Services For Neighborhood Stabilization Program 3 COUNTY OF YUBA REQUEST FOR PROPOSAL Real Estate Services For Neighborhood Stabilization Program 3 PROPOSAL DUE DATE: Monday, May 21, 2012, 5:00pm PST The County of Yuba wishes to retain professional real

More information

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

INDOOR 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 information

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE SECTION 1: PURPOSE. 1.1 The County of Greene hereby requests proposals from interested

More information

INVITATION TO BID. Sealed Bid, Fire Sprinkler Service. Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

INVITATION TO BID. Sealed Bid, Fire Sprinkler Service. Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent INVITATION TO BID The City of Rochester, New Hampshire is accepting sealed bids for Fire Sprinkler Service. Bids must be submitted in a sealed envelope plainly marked: Sealed Bid, Fire Sprinkler Service

More information

HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000)

HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000) HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000) THIS CONTRACT is by and between the Stockbridge-Munsee Community ( TRIBE ), for its Division of Community Housing, whose address is N8618 Oak St.,

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS The Bidder's attention is called to the forms and documents listed below which must be executed in full as required. Signature by the Bidder indicates that the information provided

More information

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time) ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB

More information

Proposal packets are available online at or at the Snohomish Health District, 3020 Rucker Ave. Ste 308, Everett, WA

Proposal packets are available online at   or at the Snohomish Health District, 3020 Rucker Ave. Ste 308, Everett, WA REQUEST FOR PROPOSALS HVAC IMPROVEMENT PROJECT Sealed Proposals for the removal and replacement of the existing HVAC system at the Snohomish Health District to be completed by July 22, 2019 must be mailed

More information

LEGAL NOTICE TOWN OF MADISON REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FEBRUARY 15, 2017

LEGAL NOTICE TOWN OF MADISON REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FEBRUARY 15, 2017 LEGAL NOTICE TOWN OF MADISON REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FEBRUARY 15, 2017 The Town of Madison, Connecticut is requesting proposals from qualified firms of certified public

More information

ConsensusDocs 751 STANDARD SHORT FORM AGREEMENT BETWEEN CONSTRUCTOR AND SUBCONTRACTOR

ConsensusDocs 751 STANDARD SHORT FORM AGREEMENT BETWEEN CONSTRUCTOR AND SUBCONTRACTOR ConsensusDocs 751 STANDARD SHORT FORM AGREEMENT BETWEEN CONSTRUCTOR AND SUBCONTRACTOR Job No. [ ] Subcontract No. [ ] This Agreement is made this [ ] day of [ ], [ ], by and between CONSTRUCTOR, L&L Builders

More information

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

PROFESSIONAL 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 information

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520) REQUEST FOR PROPOSALS Energy Performance Contracting Services INTRODUCTION The City of Coolidge will accept competitive sealed proposals for energy performance contracting services at the address or physical

More information

SECTION SUPPLEMENTARY CONDITIONS

SECTION 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 information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR LEGAL SERVICES 750 Commerce Drive, Suite 110 Decatur, Georgia 30030 TABLE OF CONTENTS PART I INTRODUCTION... PAGE 1.1 Definitions...3 1.2 Profile of the...3 PART II STATEMENT

More information

Request for Proposals. For. Consultation/Facilitation Services for Developing Deer Management Plan. Due Date: Monday, September 22, 2014, 2:00 PM

Request for Proposals. For. Consultation/Facilitation Services for Developing Deer Management Plan. Due Date: Monday, September 22, 2014, 2:00 PM Request for Proposals For Consultation/Facilitation Services for Developing Deer Management Plan Due Date: Monday, September 22, 2014, 2:00 PM 1 OBJECTIVE The City of Ann Arbor is soliciting proposals

More information

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: Fayetteville School District Business Office ATTN: Lisa Morstad 1000 W, Stone Street Fayetteville, AR 72701 THIS IS NOT A COMPETITIVE BID. The request

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 a REPLACEMENT STEPS FOR WILLIAM CHRISMAN RFP# 2019-PUR-038 PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 Please mark your sealed envelope RFP #2019-PUR-038 Proposal and deliver

More information

Watershed Educational Campaign Project

Watershed Educational Campaign Project Request for Proposal 40686 Watershed Educational Campaign Project For Grand River Dam Authority PROPOSALS TO BE SUBMITTED TO: Grand River Dam Authority Central Purchasing Unit 226 West Dwain Willis Avenue

More information