MODIFIED REQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR FD Training & Logistics Facility Geothermal Test Well Activity ID
|
|
- Sabrina Lambert
- 5 years ago
- Views:
Transcription
1 CITY OF DES MOINES ENGINEERING DEPARTMENT MODIFIED REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR FD Training & Logistics Facility Geothermal Test Well Activity ID Purpose: The City of Des Moines, Iowa, (City) is hereby soliciting consultant proposals for professional services to provide vertical test bore and formation thermal conductivity testing for the FD Training & Logistics Facility Geothermal Well Test. This request invites qualified consultants to submit proposals for accomplishments of the items of work described within Scope of Services. Proposals shall be prepared and submitted in accordance with the requirements described in this Request for Proposals (RFP). Once the firm is selected, a contract will be negotiated based on a mutually agreed upon Scope of Services. 2. Project Description: A geothermal heating and cooling system is being considered for the new Fire Training & Logistics Facility to be constructed at 2715 Dean Ave. A vertical test bore and formation thermal conductivity testing is needed to design the system. 3. Proposal Submission: Responses to the RFP must be received by the City of Des Moines as follows: Due Date: July 22, 2010 Time: Deliver To: Prior to 1:00 p.m. Jeb E. Brewer, P.E., City Engineer City Hall, 2 nd Floor 400 Robert D. Ray Drive Des Moines, IA Number of copies: 3 Upon receipt, the proposals shall become the property of the City of Des Moines for disposition or usage by the City of Des Moines at its discretion. 4. Proposal Content: Proposals are anticipated to be in letter form signed by an officer of the firm empowered to bind the firm in a contract with the City. To standardize responses and simplify the comparison and evaluation of responses, all statements must be organized in the manner set forth below, separated into sections, and appropriately labeled. a. The qualifications of the personnel and the location of the branch office that will perform the services described within this request. b. Descriptions of a minimum of two (2) and a maximum of five (5) projects of similar size and nature shall be submitted. The project description must contain the Scope of Services performed, location and reference (contact person). c. Provide a fixed fee that you feel would be appropriate for the professional services requested. Include your costs for review meetings with City staff, travel, phone/fax, and postage. Provide a schedule of hourly rates. 5. Presubmittal Conference: A conference will not be held, however, firms submitting proposals are strongly encouraged to make a site visit.
2 Modified Request for Proposals 6. Insurance Requirements: Attachment No. 1, Insurance and Indemnification Requirements - Minor, describes the minimum insurance the consultant must have in order to enter into a professional services contract with the City of Des Moines. 7. Scope of Services: A proposed Scope of Services is included as Attachment 2. The City will negotiate the detailed scope of services and fee with the successful firm. 8. Contact Person: Any questions concerning the proposals should be directed to Jill Tenney, City Architect, 400 Robert D. Ray Drive, Des Moines, IA 50309, 515/ , fax 515/ , or jetenney@dmgov.org. 9. Evaluation and Selection Process: Selection will be based on a review and evaluation of the responses to the RFP. The City will establish a selection committee who will use the Selection Criteria included in Attachment 3 to identify the firm or firms best qualified to meet the City s needs on this project.
3 ATTACHMENT 1 CITY STANDARD PROFESSIONAL SERVICES - MINOR INSURANCE & INDEMNIFICATION REQUIREMENTS (3/20/09) 1. GENERAL The Consultant shall purchase and maintain insurance to protect the Consultant and the City of Des Moines, Iowa (CITY) throughout the duration of the Agreement. Said insurance shall be provided by an insurance company(ies), admitted, and nonadmitted to do business in the State of Iowa, having no less than an A.M. Best Rating of B+. All policies, except Professional Liability, shall be written on a per occurrence basis, not a claims-made basis, and in form and amounts and with companies satisfactory to the CITY. Certificates of Insurance confirming adequate insurance coverage shall be submitted to the CITY prior to Agreement execution or commencement of work and/or services. 2. INSURANCE REQUIREMENTS A. WORKER S COMPENSATION & EMPLOYER S LIABILITY INSURANCE: The Consultant shall procure and maintain, during the life of this Agreement, Worker s Compensation Insurance, including Employer s Liability Coverage, in accordance with all applicable statutes of the State of Iowa. The coverage limits shall include $100,000 each accident for Bodily Injury by Accident, $100,000 each employee for Bodily Injury by Disease, and $500,000 policy limit for Bodily Injury by Disease. B. COMMERCIAL GENERAL LIABILITY INSURANCE: The Consultant shall procure and maintain, during the life of this Agreement, Commercial General Liability insurance on a per occurrence basis with limits of liability not less than $500,000 per occurrence and/or aggregate combined single limit, Personal Injury, Bodily Injury and Property Damage. Coverage shall include the following extensions: (a) Contractual Liability, (b) Premises and Operations, (c) Products and Completed Operations, (d) Independent Contractors Coverage, and (e) Personal and Advertising Injury. Coverage shall be no less comprehensive and no more restrictive than the coverage provided by a standard form Commercial General Liability Policy (ISO CG 0001 with standard exclusions or a non-iso equivalent form). C. AUTOMOBILE LIABILITY INSURANCE: The Consultant shall procure and maintain, during the life of this Agreement, Automobile Liability Insurance with limits of liability of not less than $500,000 per occurrence combined single limit including Bodily Injury and Property Damage. Coverage shall include all owned vehicles, all non-owned vehicles, and all hired vehicles. If the Consultant does not own any vehicles, coverage is required on non-owned and hired vehicles. D. PROFESSIONAL LIABILITY INSURANCE: The Consultant shall procure and maintain, during the life of this Agreement, Professional Errors and Omissions Insurance with limits not less than $500,000 per claim and in the aggregate. The Consultant will notify the CITY if claims made erode the Policy Limits below those required above. -1-
4 ATTACHMENT 1 INSURANCE & INDEMNIFICATION REQUIREMENTS E. ADDITIONAL INSURED & CONTRACTUAL LIABILITY: The CITY SHALL NOT be named or included as an Additional Insured, but all policies, except Workers Compensation and Professional Liability Insurance, SHALL include Contractual Liability including the obligation to defend and settle. The General Liability Insurance definition of Insured Contract shall include any contract or agreement requiring the indemnification of a municipality for work to be performed for that municipality. F. CANCELLATION: All policies SHALL provide the City, as Certificate Holder, no less than 30 days advance written notification of policy cancellation and 10 days notification of cancellation due to non-payment of premium. G. SUBCONTRACTORS: The Consultant shall require that any of its agents and subcontractors who perform work and/or services pursuant to the provisions of this Agreement purchase and maintain the same types of insurance as are required of the Consultant. H. PROOF OF INSURANCE: The Consultant shall provide to the CITY a Certificate(s) of Insurance evidencing all required insurance coverage as provided in paragraphs A through F above. The Certificate(s) of Insurance shall specify under Description of Operations/ Locations/ Vehicle/Special Items: (1) the title of the contract or agreement and (2) the following statement: General Liability and Automobile Liability Insurance policies include Contractual Liability. The General Liability definition of an Insured Contract includes the indemnification of a municipality when required by ordinance or by contract or agreement. 3. INDEMNIFICATION REQUIREMENTS For purposes of this Attachment, the term "Consultant" means and includes the Consultant, its officers, agents, employees, subcontractors, subconsultants and others under the control of Consultant, and the term CITY means and includes the City of Des Moines, its elected and appointed officials, and its agents, employees and volunteers. For other than professional services rendered, to the fullest extent permitted by law, Consultant agrees to defend, pay on behalf of, indemnify, and hold harmless the CITY against any and all claims, demands, suits, damages or losses, together with any and all outlay and expense connected therewith, including, but not limited to, attorneys fees and court costs, that may be asserted or claimed against, recovered from or suffered by the CITY by reason of any injury or loss, including, but not limited to, personal injury, including bodily injury or death, property damage, including loss of use thereof, and economic damages that arise out of or are in any way connected or associated with Consultant s work. For professional services rendered, to the fullest extent permitted by law, Consultant agrees to pay on behalf of, indemnify, and hold harmless the CITY against any and all claims, demands, suits, damages or losses, together with any and all outlay and expense connected therewith, including, but not limited to, attorneys fees and court costs and economic damages that may be recovered from or suffered by the CITY that arise out of any negligent act, error or omission of the Consultant. Consultant s obligation to indemnify the CITY contained in this Agreement is not limited by the amount or type of damages, compensation or benefits payable under any workers compensation acts, disability benefit acts, or other employee benefits acts. The CITY shall not be liable or in any way responsible for any injury, damage, liability, claim, loss or expense incurred by Consultant arising out of or in any way connected or -2-
5 ATTACHMENT 1 INSURANCE & INDEMNIFICATION REQUIREMENTS associated with Consultant s work, except for and only to the extent caused by the negligence of the City of Des Moines. Consultant expressly assumes responsibility for any and all damage caused to City property arising out of or in any way connected or associated with Consultant s work Consultant shall ensure that its activities on City property will be performed and supervised by adequately trained and qualified personnel, and Consultant will observe all applicable safety rules. 4. WAIVER OF SUBROGATION A. WAIVER OF SUBROGATION: To the fullest extent permitted by law, Consultant hereby releases the City, its elected and appointed officials, its agents, employees and volunteers and others working on its behalf from and against any and all liability or responsibility to the Consultant or anyone claiming through or under the Consultant by way of subrogation or otherwise, for any loss without regard to the fault of the City or the type of loss involved, including loss due to occupational injury. This provision shall be applicable and in full force and effect only with respect to loss or damage occurring during the time of this Agreement. The Consultant s policies of insurance shall contain a clause or endorsement to the effect that such releases shall not adversely affect or impair such policies or prejudice the right of the Consultant to recover thereunder. -3-
6 Modified Request for Proposals ATTACHMENT 2 SCOPE OF SERVICES FD Training & Logistics Facility Geothermal Test Well Activity ID Provide bore well and testing complete as specified. Attachment No. 4: Specifications for Geothermal Vertical Test Bore and Formation Thermal Conductivity Testing. Attachment No. 5: Boring location site plan The schedule for the project shall include presentation of the findings in draft form to the City of Des Moines by August 23, 2010 and submittal of final documents by September 3, 2010.
7 Modified Request for Proposals ATTACHMENT 3 SELECTION CRITERIA Item Description Rating Ranges 1. Experience, Qualifications and Expertise (0 20) Firm's experience with similar projects, qualifications and expertise of key personnel. 2. Capabilities and Resources (0 20) Projects currently under contract involving equipment and key personnel that would also handle this project along with estimated time of completion. Availability and responsiveness of staff in local area. 3. Project Overview (0-30) Convey your understanding of the project objectives. Identify major problems that you perceive at this time. Describe the overall approach you will use to overcome these problems and efficiently complete this project. 4. References (0 5) Information on other organizations for which your firm has provided comparable consulting services. 5. Quality and Thoroughness of Proposal (0 10) 6. Geographic Location of your Firm (0 5) 7. Additional Factors (0 5) a. City Experience b. Other related information 8. Costs (0 5) Appropriateness of estimated fee in relation to objectives and methodology
8 SPECIFICATIONS FOR GEOTHERMAL VERTICAL TEST BORE AND FORMATION THERMAL CONDUCTIVITY TESTING PART 1 - VERTICAL TEST BORE 1.1 SCOPE A. A vertical test bore shall be installed according to these specifications. A completed vertical test bore shall consist of the vertical bore with an approved polyethylene u-bend assemble installed to the completed bore depth with an approved grouting material installed in the bore annulus. B. Vertical bore shall be drilled by type of drilling rig that is most feasible based on geological conditions as determined by the Contractor. C. All work shall be performed in accordance with Local (City of Des Moines), State (Iowa), and FAA laws, standards, and ordinances. Where any discrepancy exists between local codes and regulations and this specification, the more stringent of the two documents shall prevail. D. Contractor shall take all necessary precautions to protect the site from any damage resulting from the drilling operation. Contractor shall keep the premises clean and orderly at all times during the work. E. Contractor shall be responsible for identifying and marking all underground utilities in the construction area. F. All permits, fees, licenses, etc. required for this project shall be obtained and paid for by the Contractor. G. Drilling Contractor shall be a licensed Water Well Contractor according to the rules and regulations of the State of Iowa. 1.2 BORE DIAMETER A. The diameter of the vertical bore shall not be greater than 7-inches and shall not be less than 5- inches. The final diameter shall be determined by the Drilling Contractor's available equipment. 1.3 COMPLETED BORE DEPTH A. The completed bore depth shall be a minimum of 300-feet. The completed depth shall be determined by the placement of the u-bend. The distance from the bottom of the u-bend to the surface shall constitute the completed bore depth. At minimum, an additional 5-foot of pipe length (on both the supply and return legs) shall be left above the installed u-bend assembly, above ground level/finished grade. 1.4 POLYETHYLENE U-BEND ASSEMBLY A. The polyethylene u-bend assembly shall be manufactured from a polyethylene extrusion grade material having a minimum cell classification of PE345434C per ASTM D-3350 and shall fully comply with the IGSHPA Standard 1C "Ground Heat Exchanger Materials". The u-bend shall be factory assembled and pressure tested to 160 PSI prior to insertion into the vertical bore. The u- bend pipe diameter shall be 1-inch IPS-OD. B. All connections made below grade shall be done using a heat fusion joining process.
9 C. Pipe manufacturer and total installed u-bend length shall be reported immediately following bore completion. 1.5 GROUTING A. The annular space between the vertical bore wall and the u-bend assembly shall be filled with a bentonite-based grouting material with a minimum thermal conductivity of 0.85 BTU/HR-FT- F. Grouting material shall be Thermal Grout 85 manufactured by Black Hills Bentonite and developed by GeoPro, Inc. or approved equal. B. The grouting material shall be mixed in strict accordance to the manufacturers mixing instructions. Grouting material shall be placed using a pressure pump with a removable tremie pipe system. The material shall be installed from the bottom to the top of the vertical bore. C. Grout installation shall be completed within four (4) hours of bore drilling completion. If any settling occurs during the initial 24-hour period after grout installation, additional grouting material shall be added to insure that grouting material remains at surface level of bore. D. In the event that a geological formation is encountered that prevents the grouting material from forming a solid seal, either a 3/8-inch (9.5 mm) or 3/4-inch (19mm) granular bentonite material shall be used through that specific formation zone. Upon completion of that specific zone, the grout slurry shall continue to be used until reaching the surface of the vertical bore. 1.6 SUBMITTALS A. Contractor shall submit a signed and dated, detailed test bore and vertical loop report immediately following bore and vertical loop installation. The report shall include but not be limited to the following information: 1. Date of test bore and loop installation. 2. Description and depth of each geological formation encountered. 3. Water table level. 4. Type of drilling equipment used and rig model number. 5. Depth and diameter of bore hole. 6. Pipe manufacturer, diameter, and total installed length of U-tube. 7. Type of grout used with published thermal conductivity. 8. Total time required to drill the test bore. 9. Total time required to install the vertical U-tube loop. 1.7 ABANDONMENT OF TEST BORE A. Should the Owner decide to abandon the test bore and vertical loop after it has been installed, Contractor requirements for abandonment shall include: 1. Provide the Owner with forms and information necessary to register the abandoned well, including (if necessary) and aerial photo of the test bore location. 2. Fill the U-tube fully with grout slurry.
10 3. Cut U-tube ends at 3-feet below grade and heat-fuse caps on the U-tube ends. 4. Backfill the hole with dirt to match existing grade. PART 2 - FORMATION THERMAL CONDUCTIVITY (FTC) TEST 2.1 SCOPE A. The formation thermal conductivity test is designed to determine the average thermal conductivity of the formation for the completed bore depth. A contractor and/or affiliated organization, with at least three (3) successfully completed tests prior to performing this test, shall perform the test. A list of previous tests shall be supplied upon request. B. The testing device shall be designed so that a constant rate of heated water is supplied in an uninterrupted fashion to the u-bend assembly. C. The testing device shall have the capability of automatically collecting data at predetermined intervals. Collected data shall be available to the design engineer in an electronic file format compatible with Microsoft Excel. D. Testing device shall be FTC Test Unit as available for leasing through: 2.2 INSULATION Geothermal Resource Technologies, Inc. (GRTI) 1444 Rogers Court Allen, Texas (v) (f) askouby@grti.com A. The testing device shall be designed to prevent as much heat loss to the environment as possible. Each end of the u-bend assemble shall be insulated with a closed-cell insulation to prevent heat loss or heat gain. 2.3 INPUT HEAT RATE A. The testing device shall be designed so that a constant rate of heat input into the vertical u-bend assemble shall be between 50 and 80 BTUH per bore foot. Selected heat rate shall not be altered during the duration of the thermal conductivity test. B. The average input heat rate shall be reported in the final analysis. 2.4 ELAPSED TIME BEFORE TESTING A. A minimum delay of four days between loop grouting and FTC testing is required. 2.5 DATA ACQUISITION FREQUENCY A. Data shall be taken at a frequency of at least every fifteen (15) minutes but no more than every five (5) minutes throughout the duration of the test. Data collected shall consist of the following as a minimum; temperature into the loop, temperature out of the loop, ambient air temperature within the test unit compartment, ambient outdoor air temperature and the heat input. 2.6 TEST DURATION
11 A. The duration of the formation thermal conductivity test shall be a minimum of 48 hours from the initial starting time. B. In the event an electrical power interruption occurs which lasts longer than 30 minutes, the test results shall be discarded and the test shall be run again. The vertical bore shall be allowed to thermally rest for a period of five (5) days prior to re-running of the test. 2.7 SUBMITTALS A. Contractor shall submit a signed and dated, detailed formation thermal conductivity test report and data analysis within four (4) working days of completion of data collection. The report shall include but not be limited to the following information: 1. Dates and duration of testing period. 2. Undisturbed soil temperature at test site. 3. Summary of borehole data including depth, diameter, drilling log, U-tube size and length, and grouting material. 4. Calculated thermal conductivity of the ground, in Btu/hr-ft- F. 5. Estimated thermal diffusivity of the ground, in ft 2 /day. END OF SECTION
12 26
MODIFIED REQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR FIRE STATION NO. 1 GEOTHERMAL TEST WELL Activity ID
CITY OF DES MOINES ENGINEERING DEPARTMENT MODIFIED REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR FIRE STATION NO. 1 GEOTHERMAL TEST WELL Activity ID 21-2011-063 1. Purpose: The City of Des Moines, Iowa,
More informationDES MOINES METROPOLITAN WASTEWATER RELAMATION AUTHORITY REQUEST FOR PROPOSALS
DES MOINES METROPOLITAN WASTEWATER RELAMATION AUTHORITY REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR WRA BIOGAS CONDITIONING & INJECTION Activity ID 01-2016-001 1. Purpose: The Des Moines Metropolitan
More informationCITY OF DES MOINES ENGINEERING DEPARTMENT REQUEST FOR PROPOSALS
CITY OF DES MOINES ENGINEERING DEPARTMENT REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR 2016-2017 ON-CALL TRAFFIC ENGINEERING SERVICES Activity ID 14-2016-002 1. Purpose: The City of Des Moines, Iowa,
More informationREQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR PARKING GARAGE STRUCTURAL REPAIR PROGRAM Activity ID
CITY OF DES MOINES ENGINEERING DEPARTMENT REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR PARKING GARAGE STRUCTURAL REPAIR PROGRAM Activity ID 01-2017-036 1. Purpose: The City of Des Moines, Iowa, (City)
More informationINSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Effective Date: April 23, 2018
INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Effective Date: April 23, 2018 The contract documents for each construction project will identify the standard specifications to be used for that specific
More informationCenter Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES
Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Submission deadline: 4:00 p.m. Wednesday, December 7, 2011 I. General Center Township Butler County,
More informationREQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR COLUMBUS PARK SHELTER RENOVATION Activity ID
CITY OF DES MOINES ENGINEERING DEPARTMENT REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR COLUMBUS PARK SHELTER RENOVATION Activity ID 01-2018-001 1. Purpose: The City of Des Moines, Iowa, (City) is hereby
More informationSample. Sub-Contractor Insurance & Indemnification Agreement
Sample Sub-Contractor Insurance & Indemnification Agreement This Agreement, as negotiated herein, is entered into by and between Subcontractor and Parish/School. For good and valuable consideration, the
More informationREQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018
REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 RETURN PROPOSALS TO: Rhetta Hogan Finance Department City of Yreka 701 Fourth Street Yreka, CA 96097 DEADLINE FOR
More informationTOWN 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 informationDes Moines Airport Authority. Legal Services Request for Proposal
Des Moines Airport Authority Legal Services Request for Proposal Des Moines International Airport 5800 Fleur Drive Des Moines, IA 50321 Sealed proposals will be received at the office of the Des Moines
More informationTOWN OF WINDSOR. Self Contained Breathing Apparatus (SCBA) and Bottle Filling Equipment REQUEST FOR PROPOSAL
1/9/2017 TOWN OF WINDSOR Self Contained Breathing Apparatus (SCBA) and Bottle Filling Equipment REQUEST FOR PROPOSAL THIS IS NOT A REQUEST FOR BIDS AND THE TOWN RESERVES THE RIGHT TO NEGOTIATE AND CONTRACT
More informationANNEX A Standard Special Conditions For The Salvation Army
ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,
More 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 informationGALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f
GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room
More informationCITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940
CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)
More informationBUILDING SERVICES AGREEMENT
BUILDING SERVICES AGREEMENT THIS BUILDING SERVICES AGREEMENT (the Agreement ) is made this day of, 2015, by and between the City of Panama City, a municipality of the State of Florida (the City ) and E.
More informationCITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING
CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING Release Date: Friday, January 19, 2018 Due Date: Friday, February 16, 2018, 4:00 p.m. Housing Programs
More informationREQUEST 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 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 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 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 informationREQUEST 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 informationTown of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.
Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester,
More information5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.
ARTICLE 5 - Bonds and Insurance 5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED. For the purposes of this Article, the terms Terrebonne Parish Consolidated Government, TPCG, and OWNER shall include,
More informationROCHESTER SCHOOLS MODERNIZATION PROJECT PHASE 2b School Without Walls Commencement Academy INSURANCE REQUIREMENTS
INSURANCE REQUIREMENTS 00 73 16-1 SECTION 00 73 16 - INSURANCE REQUIREMENTS Contractor shall obtain at its own cost and expense all the insurance described below (the Required Insurance ) that will protect
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 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 informationCITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS
CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the complete removal and replacement of existing roof at 659 Knox Rd 1440 North for
More informationREQUEST FOR QUALIFICATIONS
REQUEST FOR QUALIFICATIONS FOR DESIGN SERVICES BROUGHAM DRIVE REGIONAL DETENTION PN 2-C-002-16 SMP #: BR-09-001 January 13, 2017 RFQ-1 I. INTRODUCTION AND BACKGROUND The City of Olathe, Kansas, Public
More informationREQUEST 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 informationHealth and Human Services. Contract instruction manual. Contract Management Services. 300 South Sixth Street, MC: 165. Minneapolis, Minnesota 55487
Health and Human Services Contract instruction manual Contract Management Services 300 South Sixth Street, MC: 165 Minneapolis, Minnesota 55487 Contract instruction manual Revised July 2018 Table of contents
More informationApril 27, 2017 REQUEST FOR PROPOSALS (RFP) FOR PROFESSIONAL LAND SURVEYING SERVICES
April 27, 2017 REQUEST FOR PROPOSALS (RFP) FOR PROFESSIONAL LAND SURVEYING SERVICES PROPOSAL DUE: May 23, 2017 City of Oceanside Engineering Division 300 North Coast Highway Oceanside, CA, 92054 (760)
More informationCity of Beverly Hills Beverly Hills, CA
City of Beverly Hills Beverly Hills, CA REQUEST FOR PROPOSAL For Professional Services for Conducting a Department Needs Assessment and Developing a Grant Funding Strategy to Support City Priority Projects
More informationOKEECHOBEE 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 informationCARPINTERIA VALLEY WATER DISTRICT RANCHO MONTE ALEGRE (RMA) PHASE 4C LANDSLIDE MITIGATION PROJECT. Bid Addendum 1
CARPINTERIA VALLEY WATER DISTRICT RANCHO MONTE ALEGRE (RMA) PHASE 4C LANDSLIDE MITIGATION PROJECT Bid Addendum 1 This addendum is hereby made a part of the Contract Documents to the same extent as though
More informationCITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES
CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES The City of Manchester (City) is requesting Competitive Sealed Proposals from qualified firms interested in contracting with the City
More informationAPPLICATION FOR RIGHT-OF-WAY PERMIT City of Swartz Creek 8083 Civic Drive Swartz Creek, MI
APPLICATION FOR RIGHT-OF-WAY PERMIT City of Swartz Creek 8083 Civic Drive Swartz Creek, MI 48473 810-635-4464 Fee Received: _100.00 Date: / / Receipt No: APPLICATION AND PERMIT TO CONSTRUCT, OPERATE, USE,
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 informationEXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants
EXHIBIT B Insurance Requirements for Environmental Contractors and/or Consultants Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons
More informationCity of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services
City of Jeffersontown Request for Qualifications ON-CALL Electrical Services Table of Contents Request of Qualifications I. Invitation and Instructions to Interested Firms II. III. IV. General Provisions
More informationTRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS
TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS These Insurance & Indemnification Terms & Conditions ( Terms ) are hereby incorporated in and made a part of each and every written
More informationPROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS
CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS, REQUIRED INSURANCE and CALIFORNIA LABOR CODE REQUIREMENTS for PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS
More informationREQUEST FOR PROPOSALS For Geotechnical Engineering Services Citywide Failed Streets Geotechnical Studies CITY OF SAN MATEO, CALIFORNIA
REQUEST FOR PROPOSALS For Geotechnical Engineering Services Citywide Failed Streets Geotechnical Studies CITY OF SAN MATEO, CALIFORNIA The City of San Mateo hereby requests proposals for Geotechnical Investigation
More informationNEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)
Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,
More informationSANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017
SANDY CITY 10000 CENTENNIAL PARKWAY SANDY, UTAH 84070 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 INVITATION FOR BID: This is a formal solicitation of sealed bids which will
More 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 informationPage of 5 PURCHASE AGREEMENT
Page - 1 - of 5 (the Effective Date ) PURCHASE AGREEMENT THIS PURCHASE AGREEMENT (this Purchase Agreement ), dated the date specified above, is by and between (the "Contractor") and (the "Subcontractor").
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 informationOHIO TURNPIKE CROSSING PERMIT REQUEST INFORMATION UNDERGROUND CROSSING
OHIO TURNPIKE CROSSING PERMIT REQUEST INFORMATION UNDERGROUND CROSSING The Ohio Turnpike Commission requests that four (4) copies of the following information be submitted; TO: Chief Engineer Ohio Turnpike
More 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 informationFIRM 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 informationSAMPLE SUBCONTRACTOR AGREEMENT
SAMPLE SUBCONTRACTOR AGREEMENT This Agreement, as negotiated herein, is entered into by and between, Subcontractor and, Contractor on this day of, 20. Subcontractor,, agrees to provide the following described
More 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 informationRFP GENERAL TERMS AND CONDITIONS
RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00
More 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 information2. Attachments a) Design Drawings Drawing(s) Revision Revision Date Specifications (T1.1-T2.8) N/A N/A A /06/17 A1.1 N/A N/A A2.
contractor ract and Scope of Work 8.812 ract To: contractor: LBA Construction LLC 2733 Ross Clark Circle Dothan, Alabama 36301 Scope: Window Film: Provide and install 7 mil shatter resistant window film
More informationREQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1
A REQUEST FOR PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH NEIGHBORHOOD STABILIZATION PROGRAM 3 ( NSP 3 ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The
More informationAGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE)
AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE) This Agreement is made and entered into this (INSERT DATE HERE), 2015 between the Santa Maria Joint Union
More informationREQUEST FOR PROPOSAL for PROFESSIONAL SERVICES for TREE TRIMMING AND WEED ABATEMENT MAINTENANCE SERVICES
CITY OF BEVERLY HILLS REQUEST FOR PROPOSAL for PROFESSIONAL SERVICES for TREE TRIMMING AND WEED ABATEMENT MAINTENANCE SERVICES Please respond no later than February 14, 2013 (PST) at 2:00 pm to the City
More informationRequest for Proposals. The Town of Ogden is accepting Proposals for the following:
The Town of Ogden is accepting Proposals for the following: Playground Equipment Design, Procurement, and Installation, including Safety Surfacing At 1 Park Road Spencerport, NY 14559 The Town of Ogden
More informationJOLIET JUNIOR COLLEGE REQUEST FOR QUOTATION DIVERSITY & INCLUSION CLIMATE ASSESSMENT
You are invited to submit a quote for. Please include delivery charges in your pricing. The College is exempt from all sales tax. Quotes are due by 10:00 am on September 4, 2018. Joliet Junior College
More informationARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029
CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San
More informationCity of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25
City of Henderson PO Box 716 Henderson, Kentucky 42419 September 14, 2014 REQUEST FOR PROPOSALS # 14-25 Social Media Services for the City of Henderson s Community Visionary Plan and Comprehensive Plan
More informationContractor shall provide new thermal fused plastic laminate doors for each interior opening as scheduled. All openings are to receive new hardware.
contractor ract and Scope of Work 8.801, 8.802, 8.803, and 8.804 ract To: LBA Construction LLC 2733 Ross Clark Circle Dothan, Alabama 36301 contractor: Scope: Doors, Frames, and Door Hardware Provide and
More informationREQUEST FOR PROPOSAL
Ventura County Community College District Ventura College Studio Arts Building Renovation Project #39140 and Oxnard College Learning Resources Center Renovation (Seismic Upgrades) Project #29127 REQUEST
More informationServices Agreement for Public Safety Helicopter Support 1
SERVICES AGREEMENT FOR PUBLIC SAFETY HELICOPTER SUPPORT BETWEEN THE CITY OF HUNTINGTON BEACH AND THE CITY OF NEWPORT BEACH This ("Agreement") is made by and between the City of Huntington Beach, a California
More 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 informationTERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS
TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS ARTICLE 5- Bonds and Insurance 5.1 PERFORMANCE AND OTHER BONDS: 5.1.1 CONTRACTOR shall furnish performance and payment Bonds,
More informationTOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)
TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT 06045-0191 (860) 647-3031 FAX (860) 647-5206 REQUEST FOR PROPOSAL FOR ELECTRONICS RECYCLING RFP NO. 17/18-91
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 informationVillage of Fife Lake 616 Bates/Box 298 Fife Lake, MI Phone: (231) Fax: (231)
Village of Fife Lake 616 Bates/Box 298 Fife Lake, MI 49633 Phone: (231)879-4291 Fax: (231)879-5153 RIGHT OF WAY PERMIT APPLICATION APPLICATION AND PERMIT TO CONSTRUCT, OPERATE, USE AND/OR MAINTAIN WITHIN
More informationRequest for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion
Page 1 of 11 Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion The Town of Wilton (the Town) will receive sealed qualifications
More informationRFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)
Request for Proposals t o provide Janitorial Services Residence Halls RFP-18111 Due Date Proposal Submissions March 8, 2018 by 3:00 p.m. MANDATORY Pre-Proposal Meeting March 1, 2018 @ 2:00 p.m. in New
More informationConsensusDocs 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 informationCITY 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 informationPerformance CONTRACTORS, INC. HAULING TERMS AND CONDITIONS
Performance CONTRACTORS, INC. HAULING TERMS AND CONDITIONS The terms and conditions contained herein ( Terms and Conditions ) shall govern the Purchase Order issued to Hauler by Company ( Purchase Order
More informationCITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT
CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT Amended 6/09 APPLICABILITY: These procedures will apply where an individual desires to install or abandon a temporary monitoring
More informationMIDDLESEX COUNTY UTILITIES AUTHORITY
MIDDLESEX COUNTY UTILITIES AUTHORITY REQUEST FOR QUALIFICATIONS FOR FINANCIAL INVESTMENT AND ADVISORY SERVICES FOR THE AUTHORITY S SOLID WASTE AND WASTEWATER DIVISIONS DEADLINE: 12:00 NOON ON FRIDAY, FEBRUARY
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 informationLONE TREE SCHOOL FLOORING REPLACEMENT
WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL FLOORING REPLACEMENT PROPOSAL DUE DATE: May 12, 2011 1:30 p.m. 1 The WHEATLAND SCHOOL DISTRICT wishes to replace flooring at its Lone Tree
More informationSubcontractor Contract and Scope of Work MECHANICAL Social Security Administration Auburn, AL Ross Clark Circle Dothan, Alabama 36301
contractor ract and Scope of Work 15.1500 ract To: LBA Construction LLC 2733 Ross Clark Circle Dothan, Alabama 36301 contractor: Scope: Mechanical Furnish and install all mechanical equipment as described
More informationFATIGUE 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 informationST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES
ST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES PURPOSE: To provide financial advisory services on a broad array of public financial activities for both specific projects and day-to-day
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 informationRequest for Bid/Proposal
Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu
More informationADDENDUM 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 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 informationStandard 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 informationREQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR ARFF KITCHEN REMODEL/ELLIOT JET CENTER REPAIR Activity ID
CITY OF DES MOINES ENGINEERING DEPARTMENT REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR ARFF KITCHEN REMODEL/ELLIOT JET CENTER REPAIR Activity ID 01-2011-031 1. Purpose: The City of Des Moines, Iowa,
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 informationOCIP Contract Language
Page 1 of 12 7. Insurance Requirements OCIP Contract Language 7.1 COUNTY Provided Insurance. COUNTY will provide an Owner Controlled Insurance Program ( OCIP ) for the Project. The OCIP will be administered
More informationNOTICE OF REQUEST FOR PROPOSALS PREPARATION OF ZONING ORDINANCE UPDATE
NOTICE OF REQUEST FOR PROPOSALS PREPARATION OF ZONING ORDINANCE UPDATE NOTICE IS HEREBY GIVEN that the (City) is requesting proposals for the preparation of an update to the Coalinga Zoning Ordinance.
More informationLONE TREE SCHOOL BELL SYSTEM
WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL BELL SYSTEM PROPOSAL DUE DATE: NOVEMBER 16, 2010 1:00 p.m. The WHEATLAND SCHOOL DISTRICT wishes to attain a Bell system for its Lone Tree
More informationRFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES
RFP # 2018-06 SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES The Baker County Board of County Commissioners, Florida (County) will receive sealed proposals until 3:00 p.m. local time, on April
More informationPROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES
PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES THIS AGREEMENT ( Agreement ) is made and entered into by and between the City of Snohomish, Washington,
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 informationTEMPORARY SERVICE APPLICATION (HYDRANT METERS)
TEMPORARY SERVICE APPLICATION (HYDRANT METERS) Order Taken By: Account No: Date: Work Order No.: TYPE (Please check one) New Service Exchange Meter Relocate Meter Discontinue Service BILLING DATA SERVICE
More informationSUBJECT: RESPONSES TO QUESTIONS FOR RFP FOR CMP ASSESSMENT
Julie Procopio, P.E. Director of Engineering Services 201 North Broadway, Escondido, CA 92025 Phone: 760-839-4001 Fax: 760-839-4597 May 30, 2017 SUBJECT: RESPONSES TO QUESTIONS FOR RFP FOR CMP ASSESSMENT
More informationRequest 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