BIOSOLIDS MANAGEMENT

Size: px
Start display at page:

Download "BIOSOLIDS MANAGEMENT"

Transcription

1 CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: November 13, 2014 RFP NO BIOSOLIDS MANAGEMENT ADDENDUM NUMBER TWO TO: All Offerors Please be advised of the following modification(s) & information related to Request for Proposals These modifications, comments, and attachments are hereby made a part of the solicitation documents to the same extent as if bound therein. The due date for questions has passed and the due date for proposals has changed (see Changes below). I. Changes, Additions, and Modifications to the RFP A. Changes 1. Part I, Section 1.5 Solicitation Schedule (page I-2) Delete the strikethrough text and replace with the bold, italicized text: Milestone Date RFP Published October 2, 2014 Pre-Proposal Meeting & Site Visit #1 Site Visit #2 October 15, 2014 at 10:00 am October 22, 2014 at 10:00 am Site Visit #3 Last Day for Questions October 28, 2014 at 10:00 am October 29, 2014 before 4:30 pm Last Day for Addendums November 13 December 11, 2014 Proposals Due to County November 21 December 18, 2014 before 11:00 a.m. 2. Part I, Section 1.13 Performance and Payment Bonds (page I-6) Add the bold, italicized text below: 1

2 A Performance Bond and Labor & Material Payment Bond in the amount of onehundred percent (100%) of the annual contract price will be required for this project and contract, from sureties licensed to do business in the State of Maryland and satisfactory to the COUNTY, and shall be submitted to the County at the time of contract execution by the Offeror within the timeframes required herein. Premiums for the bonds described above shall be paid by the Contractor. Bonds shall contain a provision that it shall not be cancelled, non-renewed or materially altered without at least ninety (90) days written prior notice to the County. 3. Part I, Section 3.0 Proposal Content, Section 2B Land Disposal Sites (page I- 13) Add the bold, italicized text to the paragraph below: Section 2B - Land Disposal Sites Attach summaries of existing permits available for sites that are intended to be used for biosolids disposal following the award of this Contract. Indicate the remaining capacity for biosolids disposal at each site. Also attach copies of the first page or applicable summary page of existing permits issued by the State regulatory agencies for the transporting, storage, and land application of biosolids that contains the name of the permittee, site name, permit number, issuance date, expiration date, and issuing state. Describe additional sites to be permitted to meet the requirements for one-year worth of permitted capacity within ninety (90) days of the Notice-to-Proceed. 4. Part I, Section 6.4 Insurance (page I-20) Delete the original text in its entirety and replace with the bold, italicized text below: The Contractor shall provide, at their expense, the following: Contract Pollution/Environmental Liability Insurance with limits of at least $1,000,000 each occurrence and $3,000,000 aggregate. Comprehensive automobile bodily injury and property damage insurance covering all vehicles whether owned, hired, or non-owned operated by/or on behalf of the Contractor in the performance of this contract with not less than the following units: o Bodily Injury: $1,000,000 per person $2,000,000 per occurrence o Property Damage: $500,000 per occurrence The Contractor shall also obtain and pay premium for the following: Workmen s Compensation in compliance with Maryland Statutory Limit. Comprehensive General Liability in an amount not less than $2,000,000 2

3 (combined personal injury and/or property damage) per occurrence subject to $2,000,000 aggregate. Offerors limits may be covered by a combination of the above with excess/umbrella insurance, subject to written approval by the County. The successful Offeror shall provide the County with Certificates of Insurance evidencing the coverage required by this solicitation prior to award of a contract for all insurance required. The following certificates shall name The County Commissioners of Charles County (or other name as directed by the County) as an additional named insured: Comprehensive automobile bodily injury and property damage insurance Comprehensive General Liability All Certificates shall reference the solicitation name and number, and have an ending date that covers the entire contract term or extension period. Such certificates shall provide that the County be given at least thirty (30) days prior written notice of any cancellation of, intention to not renew, or any material change in such coverage. The Contractor shall provide the County with copies of the Declarations and Exclusions for the Professional Liability insurance. If the insurance obtained requires deductibles, the Contractor shall pay all costs not covered because of such deductibles. Providing insurance as required herein does not relieve the successful Offeror of any responsibility or obligations ensuing as a result of the contract award, or for which the Offeror may be liable by law or otherwise. Proof of Insurance will be required and must be submitted prior to final execution of the Contract by Charles County Government. 5. Part III, Section General (page III-6) Add the bold, italicized text below to the end of the second paragraph: The Contractor will be paid within 30 days after receipt of the accurate and approved monthly invoice. 6. Part III, Section Measurement of Biosolids and Lime (page III-7) Add the bold, italicized text below to the end of bullet 5: The County shall reimburse the Contractor the actual cost of these weight tickets provided costs are properly invoiced and receipted with the monthly invoice submission and approved by the County. 3

4 7. Part III, Section 2.23 Contaminated Biosolids Add the bold, italicized text below: Part III, Section 2.23 Contaminated Biosolids. The Contractor, at the written approval of the County, shall handle and dispose of any biosolids that may be contaminated by hazardous materials (as defined by applicable law), including concentrations of PCBs over 50 parts per million (PPM). The County shall reimburse the Contractor the actual costs for disposal of contaminated biosolids with allowance for a ten (10) percent markup over actual invoiced costs. Actual disposal costs shall be properly documented and submitted with the monthly invoice. 8. Part I, Section 2.4 Term of Contract (page I-10) Add the bold, italicized text below to the end of the section: Cost Increase due to Regulatory Conditions/Requirements In the event that, after the date of Contract execution, the Contractor s cost of performance hereunder increases due to one or more of the following, the Contractor shall be entitled to compensation for such documented increased costs only, with no profit to the Contractor thereon: (i) A change in Federal, State, or local law or ordinance; (ii) Performance requirements imposed through orders or judgments of any Federal, State or local court, administrative agency or governmental body that directly impacts the performance of this Contract; and/or (iii) A change in permit conditions or requirements. B. Attachments 1. Attachment A Site Visit #3 Sign In Sheet 2. Attachment B Dewatering Facility Electrical Usage III. Written Question Received through 10/29/2014 Question 1 Question: What is the price being charged to Charles County for the current biosolids contract? Can you please provide a copy of the most recent invoice detailing the specific billing procedures? Response: This information is not relevant to the future services being solicited. Question 2 Question: Part I, Section 1.13 PERFORMANCE AND PAYMENT BONDS -Paragraph states "Bond in the amount of one-hundred percent of the contract price will be required for this Project and contract RFP # does not appear to stipulate an annual bond renewal? Is it acceptable to have an "Annual Renewable Bond" for each base year of the contract for the annual 4

5 cost of the estimated 3,900 dry tons per year? What are the requirements of the Performance Bond and Material and Payment Bond that is presently in place with the current Contractor? Please provide copies. Response: The current Performance Bond and Material and Payment Bond in place with the current Contractor are negligible to the work solicited in this Contract. The County will not provide these copies due to the reason above. See Item I.A.2 above regarding the bonding requirements for this project. Question 3 Question: Part I, Section 3.0 PROPOSAL CONTENT, Section 2A - Work Plan- This section goes into great detail regarding process descriptions, dewatering and lime stabilization equipment operation and maintenance, etc Does the dewatering facility have an Operations and Maintenance Manual for the operator and equipment? Please provide copies. Does the lime stabilization facility have an Operations and Maintenance Manual? Please provide copies. Does the odor control system have an Operations and Maintenance Manual? Please provide copies. What chemicals are used by the current Contractor in the dewatering, lime stabilization, and odor control operations? Please provide copies of MSDS reports. Response: To be addressed in a future addendum. Question 4 Question: Part I, Section 3.0 PROPOSAL CONTENT - Section 2B - Land Disposal Sites Last paragraph, Page 1-13 states "Also attach copies of existing permits issued by the State regulatory agencies for the transporting, storage and land application of biosolids." Since there are typically only a few transportation and storage permits, submitting a copy of the complete permit is not too burdensome, but submitting copies of all land application permits is quite a substantial stack of paper. Maryland issues individual permits for each site and an average permit consists of approximately 20 pages. The majority of the permit is boiler plate regulatory language. Is it acceptable to submit the summary of existing permits with a copy of the front permit page which shows permittee, site name, permit#, issuance date and expiration date? After contract award, the Successful Offeror could submit complete copies of all permits? Response: See Item I.A.3 above regarding permit submission requirements. Question 5 Question: Part I, Section 6.4 INSURANCE - First paragraph states "Contractor shall provide Professional Liability Insurance.... Professional Liability insurance is typically associated with engineering, design and consulting projects, is it acceptable to substitute Pollution Liability Insurance in lieu of Professional Liability Insurance? Response: See Item I.A.4 above regarding insurance. Question 6 Question: Part I, Section 6.4 INSURANCE - Last paragraph, Page 1-20 states "Such certificates shall provide that the County be given at least sixty (60) days prior written notice of any 5

6 cancellation of Our insurance company informed us that a 60 day notice of cancellation (NOC) is not available and that notification timeframe is contrary to Maryland contract law. Is it acceptable to use Maryland standards of a 10 day NOC in lieu of the 60 days? Response: See Item I.A.4 above regarding insurance. Question 7 Question: Part Ill, Section Electric Power- Electric Usage - Paragraph states "Successful Offeror shall be responsible for paying for the utilization of power for these areas at the current electrical utilities billing rate (sub-metering kilowatt hours (x) the current SMECO rate)." Appendix 2- Electric Usage -lists 2012 & 2013 historical KWH usage. What is the current SMECO rate? The KWH usage fluctuates greatly from month to month. Can you please provide KWH usage and SMECO rates for each month in2014? Response: See Attachment B. Question 8 Question: One Belt Filter Press (BFP) is currently not operational Can you please provide the details of the problem(s) associated with the inoperable BFP? Response: The Belt Filter Press is operational. Question 9 Question: Is there a spare parts inventory for any of the equipment the Successful Offeror would assume under this contract? Response: No. Question 10 Question: What is the average ratio of digested sludge vs. secondary sludge that is sent to the BFP's for dewatering? Response: An answer cannot be provided. We do not understand the question. Question 11 Question: Part I, pg. I-6, Section 1.13: This is a 5-9 year contract. Requiring bonds covering 100% of the contract price (presumably for the guaranteed 5 year term) would be prohibitively expensive and not provide the County with significantly more protection than one year bonds renewed every year. Accordingly, Bidder requests that the bonds be limited to 100% of the contract price for one year of the contract, renewed annually. Further, the floor of 50% means that in year 5, when only 20% of the work remains to be performed, the bond must be at 50% of the 5- year price which would exceed the maximum conceivable loss that the County would suffer if the successful failed to perform in the final year of the contract. Response: See Item I.A.2 above for changes related to bonding. 6

7 Question 12 Question: Part I, pg. I-8, Section 1.24: This section states that after final scores are computed, discussions may be conducted with responsible Offerors whose Proposals have been determined by the Evaluation Committee to be eligible for award. Can more than one Offeror be determined as eligible for award? If so, is the intent to have discussions with more than one Offeror that was determined as eligible for award? Response: The County maintains the right to interview and/or hold discussions with any or all Offerors. Question 13 Question: Part I, pg. I-17, Evaluation Criteria, #1.e.: The issue of capital investments for equipment replacement will be approached differently by each Proposer, and will occur in different periods of the initial term, and may not be scheduled until potential extensions periods. Proposed capital improvements effects unit pricing and will therefore have a different impact for each proposal submitted and evaluated by the County. What metrics will be used by the County during the evaluation process to determine each individual Proposer s rankings (in light of the variability of capital investments to County facilities in terms of total dollar amounts, timing of each investment, and the County s determination of the near-term suitability and post-contract long-term value for equipment selected and proposed for replacement)? Response: To be addressed in a future addendum. Question 14 Question: Part I, pg. I-20, Section 6.2: Excluding only the indemnitee s sole negligence may not be enforceable in Maryland. Bidder understands that Maryland law generally prohibits indemnifying a party for its intentional acts or willful, wanton, reckless or grossly negligent acts. Bidder prefers that its indemnification obligations be limited to its proportional responsibility for the damages. Response: To be addressed in a future addendum. Question 15 Question: Part II, pg. II-6, Section 1.6.B : Charging liquidated damages for delay and terminating the contractor with the contractor responsible for cover costs renders the delay liquidated damages a penalty (and a windfall to the County), which are unenforceable. Bidder recommends that, to maintain the enforceability of County s remedies, the County be required to choose between cover damages and delay liquidated damages. Response: To be addressed in a future addendum. Question 16 Question: Part III, pg. III-3, Section 2.4: This section indicates that the Successful Offeror shall operate at a level which prevents storage in the thickeners and to keep biosolids at normal levels at County aerobic holding tanks, or as otherwise directed to prevent biosolids storage which might escalate overflow and/or recycle solids. Can this be explained further? What are considered normal levels and how was this determined? Are any or all aerated storage tanks available for use? Is there a minimum and/or maximum storage tank level that should not be exceeded and why? Historically, what has been tried or practiced from an operations standpoint and what was the outcome? 7

8 Response: Historically a low level of 25% allows for getting through the weekend without overflow from the digesters and still allows the diffusers to provide a good mix. A maximum of 90% typically allows space to prevent foam overflow. Digesters #6 through #11 are in use for digested sludge, #1 and #5 for skimmings and #3 and #4 for septage receiving; #2 is the only digester not currently in use. Question 17 Question: Part III, pg. III-5, Section 2.7: Does maintenance include repair and replacement? That is, if equipment fails for a reason other than Contractor s failure to maintain it in accordance with manufacturer s recommendations, who is responsible to pay for the repair or replacement of the failed equipment? Response: Yes, the Contractor shall be responsible for all equipment during the duration of the Contract. Question 18 Question: Part III, pg. III-5, Section 2.7: If there is an equipment failure such as the one described in the previous question, is Contractor excused from performance (and liquidated damages for failing to achieve 90% dewatering) until the repair is made or the replacement is installed? If not, what County resources are available to maintain operations during such repair/replacement? Is Contractor expected to provide, within its price and scope, standby redundant equipment to the extent the County does not have it? Response: The Contractor shall not be excused from performance until a repair is made or replacement equipment is installed. The County does not have resources available to maintain operations in the event of a repair/replacement. The Contractor is expected to provide coverage if such an event occurs. Question 19 Question: Part III, pgs. III-6 III-9, Section 2.10: The detailed payment provisions omit any statement as to when payment will be made. Bidder requests adding that payment of undisputed amounts will be made within 30 days of the submittal of the invoice. Response: This section has been changed. See Item I.A.5 above for changes. Question 20 Question: Part III, pg. III-8, Section : If the County weigh scales are out of service, will the County reimburse the Contractor for the fees charged by a commercially owned weigh scale? Response: Yes. See Item I.A.6 above for changes. Question 21 Question: Part III, pg. III-8, Section : This section indicates that electrical costs will be calculated by the County [sub-metering kilowatt hours x current SMECO rate] and subsequently deducted from the monthly invoice. What were the actual monthly electrical costs for the past year? Response: See Attachment B. Question 22 Question: Does the capability exist to combine the scum/skimmings with the gravity thickened sludges (primary, waste activated, and waste-chemical) into the same aerated sludge holding 8

9 tank(s)? Response: Based upon the current piping and valving setup, this is not possible. Question 23 Question: Where does the filtrate water get returned to the WWTP process stream? Response: Filtrate waters gets returned to the headworks or raw influent for processing. Question 24 Question: Bidder has experienced customers that have had their biosolids contaminated through illegal dumping. Disposal of such contaminated biosolids is significantly more costly than Class B biosolids and the force majeure relief only provides additional time, not compensation. Accordingly, Bidder requests that language be added to the contract making clear that Contractor may, pursuant to an agreed change order, handle and dispose of any biosolids that may be contaminated by hazardous materials (as defined by applicable laws) including concentrations of PCBs over 50 ppm, but that Contractor is otherwise not responsible for handling such contaminated material. Response: See Item I.A.7 above for changes. Question 25 Question: Please confirm that prevailing wage requirements would apply only to construction work over $500k and do not otherwise apply to this scope of work. Response: Yes, prevailing wages apply to construction work. Question 26 Question: Although Contractor is protected from an event of force majeure, that terms do not include changes in law, permit, etc. Accordingly, Bidder requests adding the following to the contract: In the event that, after the date hereof, (i) a change in Federal, State, or local law or ordinance; (ii) orders or judgments of any Federal, State or local court, administrative agency or governmental body; or (iii) a change in permit conditions or requirements increases Contractor s cost of performance hereunder, Contractor shall be entitled to compensation for such documented increased costs, but no profit thereon. Response: See Item I.A.8 above for changes. Question 27 Question: Part I, pg. I-20, Section 6.4 states: Contract Professional Liability Insurance with limits of at least $1,000,000 each occurrence and $3,000,000 aggregate. --Bidder s current coverage affords a $1,000,000 per occurrence, and a $2,000,000 aggregate limit. However, when this is combined with our $25,000,000 in Excess coverage, the aggregate limit is $27,000,000. Would the additional Excess insurance be acceptable to the County for the required minimum limits? Response:Yes. See Item I.A.4 above for changes. Question 28 Question: Part I, pg. I-20, Section 6.4 states: Comprehensive automobile bodily injury and property damage insurance covering all vehicles whether owned, hired, or non-owned operated by/or on behalf of the Contractor in the performance of this contract with not less than the 9

10 following units: Bodily Injury: $1,000,000 per person $2,000,000 per occurrence Property Damage: $500,000 per occurrence Bidder s current Auto Liability coverage is for $2,000,000 combined single limit. There is no breakdown of specific BI or PD coverages. Again, our $25,000,000 umbrella rides atop this standard coverage. Is this acceptable to the County? Response: Yes. See Item I.A.4 above for changes. Question 29 Question: Part I, pg. I-20, Section 6.4 states: The Contractor shall also obtain and pay premium for the following: Workmen s Compensation in compliance with Maryland Statutory Limit. Comprehensive General Liability in an amount not less than $2,000,000 (combined personal injury and/or property damage) per occurrence subject to $2,000,000 aggregate. Bidder is appropriately covered for WC benefits. However, our per occurrence coverage for Comprehensive General Liability is set at $1,000,000 with an aggregate of $2,000,000. Again, our Excess/Umbrella insurance adds an additional $25,000,000 to these limits. Is this acceptable to the County? Response: See Item I.A.4 above for changes. Question 30 Question: Part I, pg. I-21, Section 6.4 states: County be given at least sixty (60) days prior written notice of any cancellation of, intention to not renew, or any material change in such coverage. Bidder can agree to a 30 day notice of cancellation on the policies, but our insurers do not offer a 60 day notice of cancellation clause. Would there be a need for an endorsement to show this 30 day notice of cancellation? Response: See Item I.A.4 above for changes. 10

11 ATTACHMENT A 11

12 ATTACHMENT B DEWATERING FACILITY ELECTRIC USAGE/DEDUCTIONS Month Total kwh Used Electrical Deduction January $7, February $6, March $7, April $2, May $ June $1, July $ August $1, September $2,

MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES

MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES Notice is hereby given that sealed proposals will be received at the Finance Department,

More information

EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES

EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES This agreement ("Agreement"), dated as of, 2018 ( Effective Date ) is by and between the Sonoma County Waste Management Agency, (hereinafter

More information

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT THIS AGREEMENT made and entered into this day of, 19, by and between

More information

City of Rolling Hills INCORPORATED JANUARY 24, 1957

City of Rolling Hills INCORPORATED JANUARY 24, 1957 City of Rolling Hills INCORPORATED JANUARY 24, 1957 NO. 2 PORTUGUESE BEND ROAD ROLLING HILLS, CA 90274 (310) 377-1521 FAX (310) 377-7288 Permit requirements and application for collection and disposal

More information

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water)

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water) MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water) THIS MASTER PURCHASE AGREEMENT (this Agreement ) is made and entered into this day of, 201 (the Effective Date ), by and between

More information

TOWN 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 (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

AGREEMENT BY AND BETWEEN ROCKLIN UNIFIED SCHOOL DISTRICT AND ROCKLIN EDUCATIONAL EXCELLENCE FOUNDATION RECITALS

AGREEMENT BY AND BETWEEN ROCKLIN UNIFIED SCHOOL DISTRICT AND ROCKLIN EDUCATIONAL EXCELLENCE FOUNDATION RECITALS AGREEMENT BY AND BETWEEN ROCKLIN UNIFIED SCHOOL DISTRICT AND ROCKLIN EDUCATIONAL EXCELLENCE FOUNDATION This agreement ("Agreement") is made by and between Rocklin Unified School District, a public school

More 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 MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660 CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile

More information

AGREEMENT 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 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 information

REQUEST FOR PROPOSALS. For. Consulting Services for Enterprise Resource Planning (ERP) System Requirements Analysis and RFP Development

REQUEST FOR PROPOSALS. For. Consulting Services for Enterprise Resource Planning (ERP) System Requirements Analysis and RFP Development REQUEST FOR PROPOSALS For Consulting Services for Enterprise Resource Planning (ERP) System Requirements Analysis and RFP Development Proposal Issue Date August 22, 2017 Proposal Submittal Due Date September

More information

CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016

CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016 CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco Contract No. 2784 Pier 23 Roof Repair ADDENDUM No. 1 Issued: December 16, 2016 The following clarifications, changes, additions or deletions are incorporated

More information

RFP for Convenience Centers and a Transfer Station for Solid Waste and Recycling for Fannin County, GA

RFP for Convenience Centers and a Transfer Station for Solid Waste and Recycling for Fannin County, GA RFP for Convenience Centers and a Transfer Station for Solid Waste and Recycling for Fannin County, GA TABLE OF CONTENTS Section Number/Description 1.0 Introduction/Overview 1.1 Purpose/Objective 1.2 Background

More information

Rail Owner Controlled Insurance Program Manual

Rail Owner Controlled Insurance Program Manual Rail Owner Controlled Insurance Program Manual Addendum No. 4 to June 2013 Edition (Updated 08-21-17) Update to Section 5 Enrolled and Excluded Contractor Required Coverage for Package P Contract Section

More information

ITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT. 1. TERM: This Agreement is effective from (insert dates for a three year period).

ITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT. 1. TERM: This Agreement is effective from (insert dates for a three year period). ITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT This Master Agreement is hereby entered into between Ithaca College, a state of New York educational institution in Ithaca, New York, hereafter referred

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 January 3, 2017 TO: RE: Prospective Proposers Request for Quotation (RFQ) RFQ 17-01 First Aid Kits, Installation, and Vendor

More information

Real Property Services Questions and Answers Posted to DASNY.org 2/21/19

Real Property Services Questions and Answers Posted to DASNY.org 2/21/19 1. The RFP does not include the insurance provisions mentioned as an attachment. Could you direct me to where I can find the insurance provisions so that our risk management department can review? Please

More information

APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO.

APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO. APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO. 1. INSURANCE REQUIREMENTS A. INSURANCE: The Contractor shall be required to maintain insurance for

More information

Sacramento Regional Solid Waste Authority (SWA)

Sacramento Regional Solid Waste Authority (SWA) SACRAMENTO REGIONAL SOLID WASTE AUTHORITY Sacramento Regional Solid Waste Authority (SWA) APPLICATION for CERTIFICATION or ANNUAL RECERTIFICATION as a PUTRESCIBLE ORGANICS FACILITY SECTION A: Applicant

More information

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit CITY OF BRENHAM, TEXAS Invitation for Bid Purchase and Installation of Forty (40) Ton Air Conditioning Unit IFB Number: 15-002 Response Deadline: 2:00 P.M. (CST) Tuesday, January 6, 2015 Responses will

More information

10. CONSTRUCTION PERMITS General Permits Required

10. CONSTRUCTION PERMITS General Permits Required 10. CONSTRUCTION PERMITS 10.010 General 10.010.01 Permits Required 10.010.02 Defaults 10.020 Permittee [See Amendment 2] Any person, firm or corporation desiring to construct, install, relocate, connect

More 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

ANNEX A Standard Special Conditions For The Salvation Army

ANNEX 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 information

CITY 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 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 information

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

RFP # 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 information

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.

More information

LONE TREE SCHOOL FLOORING REPLACEMENT

LONE 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 information

RENEWABLE WATER RESOURCES. Purchasing Department 561 Mauldin Road Greenville, South Carolina 29607

RENEWABLE WATER RESOURCES. Purchasing Department 561 Mauldin Road Greenville, South Carolina 29607 RENEWABLE WATER RESOURCES Purchasing Department 561 Mauldin Road Greenville, South Carolina 29607 REQUEST FOR PROPOSAL For ReWa Property Agricultural Land Lease REQUEST FOR PROPOSAL For ReWa Property Agricultural

More information

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

ENERGY 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 information

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling TOWN OF BARNSTABLE INVITATION FOR BID Barnstable School Department Hyannis, MA Refuse Collection and Disposal and Recycling May 30, 2013 IFB Due: 7/10/13, no later than 2 pm It is the responsibility of

More information

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

SUBCONTRACT CONSTRUCTION AGREEMENT

SUBCONTRACT 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 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

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

EXHIBIT 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 information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT INDEPENDENT CONTRACTOR AGREEMENT WHEREAS Dixie Electric Membership Corporation (hereinafter DEMCO ) is a nonprofit electric membership cooperative authorized to do and doing business in the State of Louisiana;

More information

OGC-S Owner-Contractor Construction Agreement

OGC-S Owner-Contractor Construction Agreement Owner-Contractor Construction Agreement This agreement is entered into as of ( Effective Date ) between Lone Star College (the "College"), a public junior college pursuant to Section 130.004 of the Texas

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ARCHITECT 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 information

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

CITY 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 information

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance CITY OF MOBILE REQUEST FOR QUOTES April 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Locations: Project Number: Service Contract - Escalator Inspections

More information

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-02 Fire Sprinkler Inspection and Maintenance

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-02 Fire Sprinkler Inspection and Maintenance DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL RFP09-02 Fire Sprinkler Inspection and Maintenance THE DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL TABLE OF CONTENTS TABLE OF CONTENTS

More information

PROPOSAL FOR 2017 MINERAL WELL BRINE

PROPOSAL FOR 2017 MINERAL WELL BRINE 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2017 MINERAL WELL BRINE BID OPENING: Friday, February 24, 2017 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS

More information

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

City 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 information

PROPOSAL FOR 2019 MINERAL WELL BRINE

PROPOSAL FOR 2019 MINERAL WELL BRINE 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2019 MINERAL WELL BRINE BID OPENING: Thursday, November 15, 2018 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS

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

NORDSON MEDICAL Standard Terms and Conditions of Purchase Revised March 11, 2015

NORDSON MEDICAL Standard Terms and Conditions of Purchase Revised March 11, 2015 NORDSON MEDICAL Standard Terms and Conditions of Purchase Revised March 11, 2015 1. ORDER APPLICABILITY AND ACCEPTANCE. (A) This purchase order is an offer by Micromedics (dba Nordson MEDICAL ) for the

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

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID City of Portsmouth Portsmouth, New Hampshire Department of Public Works Boilers and Cooling Towers INVITATION TO BID Sealed bid proposals, plainly marked, Boilers and Cooling Towers Equipment Treatment

More information

PROPOSAL FOR LIQUID CALCIUM CHLORIDE

PROPOSAL FOR LIQUID CALCIUM CHLORIDE 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR LIQUID CALCIUM CHLORIDE BID OPENING: Tuesday, April 19, 2016 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS

More information

CITY 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 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 information

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS

TRENTON 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 information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Covington Point Lift Station Improvements CCE PROJECT NO. 812-100(C) February 21, 2013 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 I. REQUEST

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

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES CITY OF SUISUN CITY CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES THIS CONTRACT SERVICES AGREEMENT (herein Agreement ) is made and entered into this day

More information

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018 County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)

More information

LONE TREE SCHOOL BELL SYSTEM

LONE 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 information

GENERAL TERMS AND CONDITIONS

GENERAL TERMS AND CONDITIONS GENERAL TERMS AND CONDITIONS The following terms and conditions apply to all contracts or purchase agreements made with The College of New Jersey unless specifically deleted on this form. Vendors submitting

More information

NEVADA IRRIGATION DISTRICT. Appendix B

NEVADA IRRIGATION DISTRICT. Appendix B NEVADA IRRIGATION DISTRICT DEVELOPMENT STANDARDS DEVELOPER REQUIREMENTS FOR TREATED WATER SYSTEM EXTENSIONS Appendix B Conveyance Agreement Standard Form Preface The standard form of Conveyance Agreement

More information

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG 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 information

Exhibit 1 to Part 3 Project-Specific Terms

Exhibit 1 to Part 3 Project-Specific Terms to Part 3 Project-Specific Terms (Date of Standard to Part 3: July 2013) This to Part 3 (2013 Lump Sum Design-Build Agreement Between Department and Design-Builder) contains project-specific terms that

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

Cheyenne Wyoming RFP-17229

Cheyenne Wyoming RFP-17229 L A R A M I E COUNTY COMMUNITY COLLEGE Cheyenne Wyoming Request for Proposals (RFP) t o provide Contract Services t o Comp lete t h e Boiler Plant Burner Replacement RFP-17229 Solicited by: Department

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

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION Company Name: Address: Contact Name: Contact Title: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT Washington

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

CHARLES COUNTY GOVERNMENT ITB NO NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) SHORELINE STABILIZATION AT BENEDICT COMMUNITY PARK

CHARLES COUNTY GOVERNMENT ITB NO NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) SHORELINE STABILIZATION AT BENEDICT COMMUNITY PARK CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: 301-645-0656 September 1, 2017 ITB NO. 18-12 NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES)

More information

BIOSOLIDS MANAGEMENT RFP NUMBER 15-02

BIOSOLIDS MANAGEMENT RFP NUMBER 15-02 REQUEST FOR PROPOSAL CHARLES COUNTY, MARYLAND BIOSOLIDS MANAGEMENT RFP NUMBER 15-02 October 2, 2014 Prepared For: Charles County Department of Public Works, Utilities Division 1.0 2.0 3.0 4.0 5.0 6.0 7.0

More information

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES THIS AGREEMENT is made by and between the School District, a political subdivision of the State of California ("DISTRICT"), and, a California corporation,

More 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

PROPOSAL FOR STREET SWEEPING SERVICES

PROPOSAL FOR STREET SWEEPING SERVICES 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2017-2018 STREET SWEEPING SERVICES BID OPENING: Thursday, April 27, 2017 at 10:00 a.m. BOARD OF COUNTY

More information

ENCROACHMENT PERMIT PACKAGE

ENCROACHMENT PERMIT PACKAGE ENCROACHMENT PERMIT PACKAGE The following documents are included in this package: Encroachment Permit application Statement of insurance requirements Insurance and bond forms City review of the encroachment

More information

NOTICE OF REQUEST FOR PROPOSALS FOR PUBLIC COFFEE SERVICE AT THE CHAPEL HILL PUBLIC LIBRARY TOWN OF CHAPEL HILL, NORTH CAROLINA

NOTICE OF REQUEST FOR PROPOSALS FOR PUBLIC COFFEE SERVICE AT THE CHAPEL HILL PUBLIC LIBRARY TOWN OF CHAPEL HILL, NORTH CAROLINA NOTICE OF REQUEST FOR PROPOSALS FOR PUBLIC COFFEE SERVICE AT THE CHAPEL HILL PUBLIC LIBRARY TOWN OF CHAPEL HILL, NORTH CAROLINA BID: Q17-134 TO: ALL PERSPECTIVE BIDDERS FROM: ZAKIA ALAM, PURCHASING & CONTRACTS

More information

PERSONAL SERVICES CONTRACT County of Nevada, California

PERSONAL SERVICES CONTRACT County of Nevada, California PERSONAL SERVICES CONTRACT County of Nevada, California This Personal Services Contract is made between the COUNTY OF NEVADA (herein "County"), and Kimley-Horn and Associates, Inc. (herein Contractor ),

More information

REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN GENERAL INFORMATION LOOMIS PARK MASTER PLAN

REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN GENERAL INFORMATION LOOMIS PARK MASTER PLAN REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN Issue Date: August 1, 2016 Proposal Receipt Date: Issuing Office: August 29, 2016, 3:00 PM Parks and Recreation The City of Jackson, Michigan is requesting

More information

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

PROFESSIONAL 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 information

. The average household has at least one CRT containing monitor at 45 pounds per

. The average household has at least one CRT containing monitor at 45 pounds per REQUEST FOR PROPOSALS TO PROVIDE SERVICES TO RECEIVE, PROCESS, LOAD, TRANSPORT, AND MARKET COMPUTER UNITS PURPOSE Wake County is requesting responses from vendors who are qualified to provide services

More information

Request For Proposal (RFP) for

Request For Proposal (RFP) for Charter Township of Canton Request For Proposal (RFP) for DIGITAL MEDIA AND AUDIO VISUAL SERVICES Contact: Dave Harris Phone: 734 394-5274 E-mail: dave.harris@canton-mi.org Date Issued: 5/24/2018 Due Date

More information

ST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES

ST. 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 information

Sacramento Regional Solid Waste Authority (SWA)

Sacramento Regional Solid Waste Authority (SWA) SACRAMENTO REGIONAL SOLID WASTE AUTHORITY Sacramento Regional Solid Waste Authority (SWA) APPLICATION for CERTIFICATION or ANNUAL RECERTIFICATION as a C&D SORTING FACILITY SECTION A: Applicant Information

More information

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

More information

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897 The Town of Wilton 238 Danbury Rd Wilton, CT 06897 The Town of Wilton is requesting sealed proposals for the provision of a new potable water supply to Fire House #2 located at 707 Ridgefield Rd, Wilton,

More information

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT INVITATION TO BID Contractor Services Associated with: WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT 06095 THIS IS AN INVITATION FOR BIDS AND THE TOWN

More information

SERVICE 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 ). 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 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

Exhibit E Additional Provisions

Exhibit E Additional Provisions 1. Evaluation of Contractor Performance of the Contractor under this Agreement will be evaluated. The evaluation shall be prepared on Contract/Contractor Evaluation Sheet (STD 4), and maintained in the

More information

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES DATE: April 8, 2016 PROPOSAL: Q16-131 The Town of Chapel Hill Business Management

More information

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: 1285-44202 HIGH POWER LINE REPAIR SERVICES Jacksonville Aviation Authority Procurement Department 14201 Pecan Park Road, 2 nd Floor Jacksonville,

More information

Town of Highlands Board Approved as of May 17, 2012

Town of Highlands Board Approved as of May 17, 2012 TOWN OF HIGHLANDS INTERCONNECTION AGREEMENT FOR SMALL PHOTOVOLTAIC GENERATION FACILITY OF 10 kw OR LESS This PHOTOVOLTAIC INTERCONNECTION AGREEMENT FOR SMALL GENERATION 10 kw or less (the Agreement ),

More information

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-04 Pest Control

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-04 Pest Control DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL RFP09-04 Pest Control THE DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL TABLE OF CONTENTS TABLE OF CONTENTS Page ANNOUNCEMENT 3 1. INTRODUCTION

More information

INSURANCE AND INDEMNIFICATION MANUAL. Supplement to Policy 560 i

INSURANCE AND INDEMNIFICATION MANUAL. Supplement to Policy 560 i INSURANCE AND INDEMNIFICATION MANUAL Supplement to Policy 560 Table of Contents.1 INTRODUCTION... 1.2 EXHIBIT I INSURANCE AND INDEMNITY REQUIREMENTS FOR CONSTRUCTION AND SERVICE CONTRACTS... 1 2.1 INDEMNIFICATION/HOLD

More information

Senate Bill No. 63 Committee on Commerce, Labor and Energy

Senate Bill No. 63 Committee on Commerce, Labor and Energy Senate Bill No. 63 Committee on Commerce, Labor and Energy CHAPTER... AN ACT relating to industrial insurance; establishing provisions for the collection of certain amounts owed to the Division of Industrial

More information

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) Proposals will be accepted at the Shawnee County Counselor s Office, Shawnee County Courthouse, 200 SE 7 th Street,, until 2:00 P.M. on

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

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

RFP 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 information

City of Beverly Hills Beverly Hills, CA

City 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 information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: Phone Number: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT

More information