NOTICE. If your firm plans to bid on this project, please send an response to with the following information:

Size: px
Start display at page:

Download "NOTICE. If your firm plans to bid on this project, please send an response to with the following information:"

Transcription

1 1 NOTICE Thank you for your inquiry regarding the City of Pontiac project listed below: CONSTRUCTION ENGINEERING SERVICES- BRIDGES If your firm plans to bid on this project, please send an response to with the following information: Firm Name: Project Name: Firm s Contact Person: Telephone Number: Fax Number: Address: Postal Address: The City of Pontiac Purchasing Division will use this information to communicate with you in the event an addendum or change to this project is issued. If you do not send this information to the City of Pontiac, you will not receive any follow-up notification of any changes to the project.

2 2 NOTICE TO BIDDERS Date of Issue: March 4, 2013 The City of Pontiac will open sealed bids on Thursday, March 21, 2013 at 2:01 p.m. prevailing local time in the City Hall Lion s Den Conference Room at Woodward Ave for: CONSTRUCTION ENGINEERING SERVICES- BRIDGES You are invited to submit a bid for this project. Sealed bids may be mailed or delivered to the CITY OF PONTIAC, CITY CLERK, Woodward Ave, Pontiac, MI by 2:00 p.m., Thursday, March 21, Envelopes should include the name and mailing address of the vendor on the outside and be plainly marked: CONSTRUCTION ENGINEERING SERVICES- BRIDGES For Opening: Thursday, March 21, 2013 No proposal submitted may be withdrawn for at least ninety (90) days after the actual opening of the proposal. General specifications, description and conditions upon which the bid proposal is to be based are available at the City of Pontiac website: Please refer to the website for any addenda that may be issued. Bidders who submit bids before the deadline are advised to continue to monitor the website for any addenda that may be issued. Bid packages will also be mailed upon request. The City reserves the right to reject any or all bids, to waive any irregularities, and further reserves the right to accept any bid or parts of bids that it deems to best serve the interest of the City. If you have any questions regarding purchasing procedures or specifications, please at smaher@pontiac.mi.us all question by March 15, 2013.

3 3 INTRODUCTION: CONSTRUCTION ENGINEERING SERVICES The City of Pontiac is seeking proposals from experienced and qualified engineering firms to provide bridge construction engineering services for the preventative maintenance and reconstruction of the following structures: Preventative Maintenance Joslyn Road Bridge over GTWRR Orchard Lake Road Bridge over the Clinton River University Road Bridge over GTWRR The City s intention is to award all of these projects to one firm MDOT JN A, A, A Bridge deck overlay, substructure repair, maintaining traffic, guardrail replacement, and miscellaneous approach work on Orchard Lake Road at Clinton River, on Joslyn Road at Grand Trunk Railroad and on University Drive at Grand Trunk Western Railroad in the city of Pontiac, Oakland County. Reconstruction Featherstone Bridge over GTWRR-Project not bid yet. If your firm has the required certifications and necessary experience for this type of work, and you are interested in providing services, please indicate your interest by submitting a Proposal. SCOPE OF WORK : GENERAL: The Consultant shall furnish all services and labor necessary to conduct and complete the Construction Engineering Services described herein. The Consultant shall also furnish all materials, equipment, supplies, and incidentals necessary to perform the Services (other than those designated in writing to be furnished by the City), and check and/or test the materials, equipment, supplies, and incidentals as necessary in carrying out this work. The Services shall be performed to the satisfaction of the City/MDOT consistent with applicable professional standards. A. The Consultant s principal contact with the City shall be through the designated Project Manager. B. The Services described herein are financed with public funds. The Consultant shall comply with all applicable Federal and State laws, rules, and regulations. The Consultant shall perform field operations in accordance with MIOSHA regulations and accepted safety practices.

4 4 C. The Consultant agrees to demonstrate knowledge of, and performance in compliance with, the standard construction practices of the City/MDOT; the Project construction contract, proposal, and plans; the Standard Specifications for Construction and all applicable publications referenced within; the Michigan Construction Manual; the Materials Sampling Guide; the Materials Quality Assurance Procedures Manual; the Density Control Handbook; and any and all other references, guidelines, and procedures manuals needed to carry out the work described herein in an appropriate manner. SCOPE OF SERVICES Construction Oversight: A. For Project Administration, the Consultant shall: Project Engineer: Perform as the Project Engineer for the Project consistent with the City/MDOT s practice and in accordance with the Specifications, Plans, Proposal, the Michigan Construction Manual, the Materials Sampling Guide, and any and all other applicable references, guidelines, and/or procedures manuals. Assign the Project Engineer as liaison between the Contractor and City-designated Project Manager. Provide construction engineering, inspection and testing services on new and rehabilitation bridge projects. This includes project administration; inspection; quality control testing and reporting; measurement, computation, and documentation of quantities; reporting and record keeping, and finalizing all project documentation for all work to be performed by Construction Contractor and acceptance of the Project by the City. Provide Inspection services for partial and full painting of bridge(s). Inspectors: Perform as the Inspector for the Project consistent with the City s/mdot s practice and in accordance with the Specifications, Plans, Proposal, the Michigan Construction Manual, the Materials Sampling Guide, and any and all other applicable references, guidelines, and/or procedures manuals. The consultant shall assigned a sufficient number of qualified and experienced technicians to this Project to perform the Services in a quality manner to avoid any delay to the Construction Contractor. Personnel performing inspection and testing on bituminous, portland cement, aggregate or for density must have the appropriate certification and level for the inspection and testing that is being performed. Office Support and Equipment: Provide an experienced office technician knowledgeable about all aspects of the FieldManager system, and procedures regarding project record documentation. Provide administrative support. Provide all computer equipment necessary to run FieldManager system. Meetings: Arrange and conduct conferences and meetings required to carry out the Services or as may be required by the Project Manager. Prepare and distribute minutes of all meetings except the Preconstruction meeting.

5 5 Coordination: Provide appropriate coordination and contact, public relations, and cooperation with all affected local, state, and/or federal agencies including the Federal Highway Administration; other Consultants and other Contractors; the general public; utilities and railroad companies; and local police, fire, and emergency services which may be affected by the Project and which are deemed to be the responsibility of the Consultant by the City. Staking: Perform all staking in accordance with Department standards, including, but not limited to, all staking to be performed by the Engineer and the Contractor as indicated in SP 104(A) Contractor Staking (or current applicable Contractor Staking Special Provision) including Mitigation staking, and perform all staking to be performed by the Engineer included Control, to ensure accuracy and compliance with the contract document. Resolve any plan errors, discrepancies or omissions identified by the Contractor and/or Consultant and notify the Project Manager. Soil and sedimentation control: Perform inspection of the construction site to assure that proper soil erosion and sedimentation controls are in place. A MDEQ certified NPDES Stormwater Operator shall be assigned to inspect and document the project per the NPDES requirements. Any violation of the NPDES permit by the construction contractor must be immediately reported to the Project Manager. Personnel performing inspection on areas where soil and erosion control are needed, must have completed the Soil and Erosion control training, phase 1, 2, and 3. Progress: Keep daily diaries, sketches, logs, and records consistent with Department practice as may be needed to record the Contractor s progress. Notify the Project Manager of any anticipated Contractor s requests for extensions of time. Notify the Project Manager upon receipt of any Contractor s requests for extensions of time. Changes/Extras/Adjustments: Notify the Project Manager immediately of any unanticipated Project conditions and any changes, extras, or adjustments to the contract before processing a Work Order and/or Recommendation. Contentious Issues: Resolve any problems, issues, discrepancies, or other items brought to the attention of the Consultant by the Contractor. Provide written documentation of the resolution of such issues. Keep the Project Manager informed of all such issues. Contractor Claims: Represent the City as the Project Engineer on any and all claims for extra compensation and denied extensions of time requests filed on behalf of the Construction Contractor and/or Subcontractor on the Project against the City. These claims shall be represented by the Consultant in accordance with Section of the 2003 Standard Specification for Construction and/or the Department s Written Claim Procedures in effect at the time the Construction Contractor files the claim. Staff Reductions: Withdraw any personnel or halt any services no longer required, at the request of the City, or within a reasonable time after the lack of need becomes apparent to the Consultant or the Project Manager. The consultant will not be reimbursed for the cost

6 6 of personnel charged to a project that the Project Manager has determined was unnecessary. Consultant Deliverables: Collect, properly label or identify, and deliver to the City all original diaries, logs, notebooks, accounts, records, reports, other documents, and Project files prepared by the Consultant in the performance of the Agreement, upon completion or termination of the Agreement. Return, upon completion or termination of the Agreement, all Specifications, Manuals, guides, written instructions, construction contracts and plans, unused forms, and all other documents and materials furnished by the City. The Consultant may be responsible for replacing lost documents or materials at a fair and reasonable price. B. For Project Inspection, the Consultant shall: Ongoing Inspection: Provide inspection of all Contractor field construction work, provide quality control, and confirm substantial conformance with the Specifications, Plans, and Proposal. Arrange for non-compliance work to be made whole by the Contractor or to find the non-compliance work acceptable to the Consultant and, where necessary, to the City Project Manager. Inform the above Project Manager of non-compliance work and trends toward borderline compliance. Final Inspection: Complete a final inspection of all work included in the Project, or such portions thereof eligible for acceptance, after notification by the Contractor that the work is completed or after the Consultant s records show the work is completed. The final inspection shall include notifying the Contractor in writing of particular defects to be remedied if work is not acceptable to the Consultant. Final Acceptance: Ascertain that each and every part of the Project has been performed in accordance with the plans and specifications, or such modifications thereof as may have been approved, and accept the Project. Invite the Project Manager and other MDOT personnel, as directed by current MDOT policy, to participate in the final acceptance. C. For Testing and Reporting, the Consultant shall: Material Testing and Density Control: Sample or test, or both, materials including but not limited to, concrete quality assurance testing including concrete cylinder breaks, bituminous testing; off site aggregate testing, on site aggregate density testing and reporting, furnish off-site inspections and tests of and concrete aggregates, testing of required materials according to Materials Sampling Guide to be incorporated in the work, and reject Contractor s work and materials not meeting the Specifications, Plans, Proposal, the Michigan Construction Manual, the Materials Sampling Guide, Materials Quality Assurance Manual, and any and all other applicable references, guidelines, and/or procedures manuals. Determine the acceptability of materials found to be in noncompliance. Immediately inform the Project Manager of non-compliance work and trends toward borderline compliance.

7 7 Material Certification: Make certain that acceptable test reports and/or material certifications from the supplier have been received, prior to the incorporation of materials in the work, for materials tested off the Project site. Material Reports: Submit Material test reports, including but not limited, the Inspector's Report of Concrete Placed 1174A, Aggregate Inspection Reports 1900 & 1901, Bituminous QA reports, Concrete QA reports, and the "Moisture and Density Determination, Nuclear Method", Form 582B, etc. to the distribution list within one day of the testing. The efficiency of the consultant in getting the "Moisture and Density Determination, Nuclear Method", Form 582B, copy to the Lansing, Density Technology Unit, 8885 Ricks Road, Lansing Mich will be measured by that unit and reflected on the consultant's evaluation. D. For Measurement, Computation and Documentation of Quantities, the Consultant shall: Documentation: Measure and compute quantities, and provide appropriate documentation of all materials incorporated in the work and items of work completed, and maintain an item record account using FieldManager software. Use the most current available version of FieldManager as the primary system for automation of all required office work. Insufficient Tested Materials: Track insufficient tested materials and notify the Contractor on a bi-weekly basis. E. For Reporting and Record Keeping, the Consultant shall: o Reports-Consultant Generated: Prepare such periodic, intermediate and final reports and records as may be required by the MDOT and as are applicable to the Project, which may include, but are not limited to: o Inspector s Daily Reports, o Work Orders, o Construction Item and Tested Material Records using FieldManager, o Transfer of Tested Materials, o Monthly Report on Material Inspection, o Moisture and Density Determination Reports, (Form 582BM) o Inspector's Report of Concrete Placed (Form 1174A-M) o NPDES Stormwater Operator Reports, o Labor Compliance, such as the Weekly Employment and OJT Report (Form 1199), o Construction Estimate Bi-Weekly Report, o Bi-Weekly Construction Progress Report and Weekly Statement of Working Days Charged o Force Accounts. o Contract Modifications (Recommendations and Authorizations),

8 8 o Extension of Time and Liquidated Damages, o Contractor Evaluation (Form 1182), o Reduction in Reserve, and o Other records and/or reports as required for the individual Project by the Project Manager and/or as required by Specifications, Plans, Proposal, the Michigan Construction Manual, the Materials Sampling Guide, and any and all other applicable references, guidelines, and/or procedures manuals. Reports-Contractor Generated: Review, process, and/or approve Construction Contractor submittal of records and reports required by the MDOT as applicable to the Project which may include, but not limited to: o Working Drawings, o Weekly Employment Reports, Certified Payrolls o Contractor s claims for additional compensation and extension(s) of time, and o Other reports and records as required for the individual Project by the Project Manager. Project Files: Maintain project files in accordance with the MDOT Office Manual and Departmental procedures. Copy select correspondence and documentation to the Project Manager. F. For Finalizing All Project Documentation, the Consultant shall: Final Measure and Summarize: Final field measure applicable items of work. Prepare final summaries for applicable items of work. Project Review/Certification: Participate in and resolve items determined to be insufficient during the Department s review(s) of project records and/or during the Project Engineer Certification Process prior to submitting the Final Estimate. Within 45 calendar days of the actual project completion date, the project records shall be ready for the Final Records Review. Final Documents: Prepare and submit the Final Estimate, Final Quantity Sheets, Final Marked As-Constructed Plans, and the Design/Construction Package Evaluation (Form 285-2). The Final Estimate Package shall be submitted to the Project Manager within 30 days of the Final Records Review. TIMELINE

9 9 REQUIREMENTS The Consultants and/or Local Agencies performing Construction Engineering are required to have the following licenses/certification, depending on the work being done in the construction contract. Project Engineer: The Project Engineer assigned to the project must be licensed by the State of Michigan. Surveying: A surveyor licensed by the State of Michigan must be on staff if surveying is part of the contract. Technicians: The field technicians need to have the following certifications for the work operations listed: Density (Earthwork or HMA Paving) - NRC Nuclear Density Gauge License - Radiation Safety Training - MDOT Density Technology Certification HMA Paving - MDOT Bit. Paving OR Bit. Paving Operations Concrete - Michigan Concrete Field Testing - Level 1 (MCA or MCPA) Aggregate Testing & Sampling - Michigan Certified Aggregate Technician HMA Plant Inspection - Michigan Bit QC/QA Technician (Level 2) - Michigan Certified Bituminous Laboratory Technician (Level 1) Project Office - The consultant must utilize Field Manager software for all MDOT-let projects. MDOT offers Field Manager training (Contact Therese Binkley at or Terri LaVoy at for available dates/times and training locations) - The Local Agency must keep records and track materials per the MDOT Construction Manual, the applicable MDOT Standard Specifications for Construction, the Materials Quality Assurance Procedures Manual, the Material Source Guide, and utilize standard MDOT forms ( while reporting applicable items. - Specific construction questions/concerns should be addressed to the local MDOT TSC. A complete list of the TSC personnel can be found at the following link: or by and selecting about MDOT from MDOTs home page at

10

11 10 INSURANCE 1. INSURANCE The Surveyor shall provide to protect the City of Pontiac as outlined below. 2. LIMITS OF INSURANCE (See also Section 1 of the General Conditions) The contractor, and any and all of their subcontractors, shall not commence work under this contract until they have obtained the insurance required under this paragraph. All coverage shall be with insurance companies licensed and admitted to do business in the State of Michigan. All coverages shall be with insurance carriers acceptable to City of Pontiac. The limits required below do not limit the liability of the contractor. All deductibles and SIRs are the responsibility of the contractor. 1. Workers Compensation Insurance including Employers Liability Coverage, in accordance with all applicable statutes of the State of Michigan. 2. Commercial General Liability Insurance on an Occurrence Basis with limits of liability not less than $1,000,000 per occurrence and aggregate. Coverage shall include the following extensions: (A) Contractual Liability; (B) Products and Completed Operations; (C) Independent Contractors Coverage; (D) Broad Form General Liability Extensions or equivalent, if not already included ; 3. Motor Vehicle Liability including Michigan No-Fault Coverages, with limits of liability not less than $1,000,000 per occurrence, combined single limit for Bodily Injury and Property Damage. Coverage shall include all owned vehicles, all non-owned vehicles, and all hired vehicles. 4. Professional Liability Insurance in an amount not less than $1,000,000 per occurrence and $1,000,000 aggregate. If this policy is claims made form, the contractor shall be required to keep the policy in force, or purchase tail coverage, for a minimum of 3 years after the termination of this contract. 5. Additional Insured: Commercial General Liability and Motor Vehicle Liability, as described above, shall include an endorsement stating that the following shall be Additional Insureds: The City of Pontiac, all elected and appointed officials, all employees and volunteers, all boards, commissions, and/or authorities and board members, including employees and volunteers thereof. Coverage maintained by contractor shall be primary over any other insurance carried by the City of Pontiac. 6. Cancellation Notice: Workers Compensation Insurance, Commercial General Liability Insurance, and Motor Vehicle Liability Insurance, as described above, shall include an endorsement stating that Thirty (30) days, Ten (10) days for non-payment of premium, Advance Written Notice of Cancellation, Non-Renewal, Reduction, and/or Material Change shall be sent to: ( Garland Doyle, City of Pontiac, Woodward Ave, Pontiac, MI, 48342).

12 11 7. Proof of Insurance Coverage: The Contractor shall provide the City of Pontiac at the time that the contracts are returned by him/her for execution, two (2) copies of certificates for all policies listed above. 8. If any of the above coverages expire during the term of this contract, the Contractor shall deliver renewal certificates and/or policies to City of Pontiac at least ten (10) days prior to the expiration date. INCOME TAXES Contractor agrees to contact City of Pontiac Income Tax Division, Audit and Compliance Section, Woodward, Pontiac, Michigan, 48342, telephone (248) , to establish reporting and withholding obligations under the City of Pontiac Income Tax Ordinance. Contractor will require the same of all subcontractors employing labor under this contract. Contractor is required to withhold City of Pontiac income tax from wages paid to: (1) Pontiac resident employees regardless of where they work for the employer; and (2) Nonresident employees for work performed in the City. Contractor is also required to file Pontiac income tax returns reporting and paying income tax on the net profits earned in the City. COMPENSATION AND PAYMENT All invoices submitted against the contract must identify the work performed in detail. Items not properly invoiced will not be paid. It is the vendor s responsibility to ensure delivery of invoice(s) to the proper City Dept/Div/Personnel. Invoices must meet the following conditions for payment: a. Price on invoice must correspond to the pricing listed on purchase order and/or contract. b. Contractor must submit price lists in accordance with bid requirements. c. Net 30 Terms d. Contractor will bill based on agreed upon milestones. Laws and Municipal Ordinances, Permits The Bidder shall be fully informed of all laws and municipal ordinances and regulations in any manner affecting those engaged or employed in the work, or the equipment and materials used in the work, and all orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. The Bidder shall at all items observe and comply with all such existing laws,

13 12 codes, ordinances, regulations, orders, and decrees. In particular, all work shall be in compliance with the Laws of the State of Michigan, City Ordinances, as well as all other bodies having jurisdictional authority. The Contractor shall be responsible for obtaining and paying for all permits required for this project and shall be responsible for arranging all required inspections. Non-Discrimination The Bidder agrees to comply with the Federal Civil Rights Act of 1964 as amended; the Federal Civil Rights Act of 1991 as amended; the Americans with Disabilities Act of 1990 as amended; the Elliott-Larsen Civil Rights Act, Article 2, Act no. 453, Public Act of 1976 as amended; the Michigan Handicapper s Civil Rights Act, Article 2, Act. No. 220, Public Act of 1976, as amended and all other applicable Federal, State and Local laws and regulations. Specifically, Bidders and subcontractors are required not to discriminate against any employee or applicant for employment with respect to such person s hire, tenure, terms, conditions, or privileges of employment, or any matter directly or indirectly related to employment because of such person s height, weight, race, color, religion, national origin, ancestry, age, marital status, sex or disability, as defined by law. Breach of this covenant may be regarded as a material breach of the contract. INDEMNIFICATION To the fullest extent permitted by Laws and Regulations, the Bidder shall indemnify and hold harmless the City and its officers, directors, employees, agents and consultants from and against all claims, costs, losses and damages (including but not limited to all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs) caused by, arising out of or resulting from the performance of the Work or from the failure to comply with any covenant or term of the contract, provided that any such claim, cost, loss or damage: (i) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the work itself), including the loss of use resulting there from or (ii) is caused in whole or in part by any act or omission of the Bidder, any Subcontractor, any Supplier, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not caused in part by any act or omission of a person or entity indemnified hereunder or whether liability is imposed upon such indemnified party by Laws and Regulations regardless of the negligence of any such person or entity. In any and all claims against the City or any consultants, agents, officers, directors or employees of the City by any employee (or the survivor or personal representative of such employee) of the Bidder, any Subcontractor, any Supplier, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation above shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Bidder or any such Subcontractor, Supplier or other person or organization under workers compensation Acts, disability benefit Acts or other employee benefit Acts.

14 13 Insurance coverage required of the Bidder constitutes the minimum requirements and those requirements shall in no way lessen or limit the liability of the Bidder under the terms of the contract. The Bidder shall procure and maintain at Bidder s own cost and expense any additional claims or amounts of insurance that, in the judgment of the City, may be necessary for Bidder s proper protection in the prosecution of the work. JURISDICTION AUTHORITY This contract shall be governed by and construed according to the laws of the State of Michigan and the successful Bidder consents to the jurisdiction and venue of the courts in Oakland County, Michigan and of the United States District Court for the Eastern District, Southern Division. SEVERABILITY The successful Bidder will agree that the Contract is the completed and exclusive statement of the Contract between the parties. A judicial or administrative declaration on the invalidity of any one or more of the provisions of the Contract shall not invalidate the remaining provisions of this agreement. REQUESTED INFORMATION Consultant shall provide the following information in the bid package Copies of certifications and licenses as mentioned in this bid package List of similar projects References Brief resume of each inspector and staff personal that would be assigned to this project

REQUEST FOR PROPOSAL (RFP) AS NEEDED MATERIALS TESTING SERVICES FOR 2012, 2013 & 2014

REQUEST FOR PROPOSAL (RFP) AS NEEDED MATERIALS TESTING SERVICES FOR 2012, 2013 & 2014 REQUEST FOR PROPOSAL (RFP) AS NEEDED MATERIALS TESTING SERVICES FOR 2012, 2013 & 2014 The Calhoun County Road Commission (CCRC) is hereby inviting qualified firms to submit a Proposal for As Needed Materials

More information

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES The following are MANDATORY TERMS to which the Contractor MUST agree without word modification.

More information

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP). MEMORANDUM DATE: March 1, 2015 TO: FROM: RE: All Interested Parties Municipal Employees Retirement System of Michigan Request For Proposal For Actuarial Audit Services The Municipal Employees Retirement

More information

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN SEALED BIDS DUE: SEPTEMBER 27, 2018 BY 2:00 PM Procurement & Contracts Administrator Department of Finance Midland County Services Building

More information

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program Request For Proposal City of St. Joseph, Michigan Three Year Cross Connection Control Program City of St. Joseph 700 Broad Street St. Joseph, MI 49085 I. Purpose This Request for Proposal ( RFP ) is to

More information

BAY COUNTY LIBRARY SYSTEM

BAY COUNTY LIBRARY SYSTEM BAY COUNTY LIBRARY SYSTEM REQUEST FOR PROPOSAL (THIS IS NOT AN ORDER OR OFFER) DATE OF REQUEST REFERENCE PROPOSAL NUMBER RFP - 1-16 DATE PROPOSALS ARE DUE SUBMIT PROPOSAL TO: MARK PROPOSAL: DELIVERY DATE:

More information

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed INVITATION TO BID Sealed bids will be received by the Kent County Road Commission, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Thursday, November 29, 2018, 8:30 AM deadline, at which time

More information

REQUEST FOR PROPOSALS For PARKING CONSULTANT SERVICES

REQUEST FOR PROPOSALS For PARKING CONSULTANT SERVICES REQUEST FOR PROPOSALS For PARKING CONSULTANT SERVICES Sealed proposals endorsed PARKING CONSULTANT SERVICES, will be received at the Office of the City Clerk, 151 Martin Street, PO Box 3001, Birmingham,

More information

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

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

More information

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR Bid #08-15 Sealed bids for a three year, annually renewable contract to provide School Fencing Repairs and installation

More information

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS REPAIR PARKING LOT SEAL COATING TOWN HALL & POLICE DEPARTMENT BID: 03182019: DEADLINE: Thursday, April 11, 2019,

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

REQUEST 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 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 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

SECTION 2 - STANDARD TERMS & CONDITIONS

SECTION 2 - STANDARD TERMS & CONDITIONS SECTION 2 - STANDARD TERMS & CONDITIONS 1. Genesee County Purchasing Regulations: All procurements are conducted in accordance with the Genesee County Purchasing Regulations, a copy of which is on file

More information

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS 1. Notice to Bidders 2. Bid Form 3. Instructions, Project Scope and Specifications 4. Patriot Park Concession Operation Agreement between Park Board and

More information

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Champaign Park District: Request for Bids for Playground Surfacing Mulch May 14, 2018 Dear Potential Bidder: The Champaign Park District is requesting bids for the purchase of playground surfacing mulch (FIBAR). Enclosed is a copy of the bid information. Sealed bids shall be

More information

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

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

More information

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

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

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

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

More information

Request for Proposal General Ledger Software

Request for Proposal General Ledger Software Request for Proposal General Ledger Software Date of Issue: August 12, 2013 Proposals must be received by: September 13, 2013, 5 p.m. CST 1 I. INFORMATION ABOUT THE VILLAGE Located approximately 14 miles

More information

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS The City of Levelland is seeking proposals to install two playgrounds in the Levelland Park System. Sealed proposals clearly marked on the outside

More information

Invitation To Bid. for

Invitation To Bid. for Charter Township of Canton Invitation To Bid for DISCOVER PRINTING AND SORTING/DISTRIBUTION Contact: Peg Stevens Phone: 734 394-5469 E-mail: pstevens@canton-mi.org Date Issued: 10/18/2018 Due Date & Time:

More information

REQUEST FOR PROPOSALS For Retail Consultant

REQUEST FOR PROPOSALS For Retail Consultant REQUEST FOR PROPOSALS For Retail Consultant Sealed proposals endorsed Retail Consultant, will be received at the Birmingham Shopping District, ATTN: Ingrid Tighe, 151 Martin Street, Birmingham, Michigan,

More information

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services CTH BB from University Dr. to Pond Road CTH C from CTH F to East Co. Line CTH V from Palmer Road to Amberg Posting Date: May

More information

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

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

P R O P O S A L F O R M

P R O P O S A L F O R M GRAVEL 22A & 23A P R O P O S A L F O R M Bid Due: May 18, 2018-9:00 am To: Grand Traverse County Road Commissioners 1881 LaFranier Road Traverse City, MI 49696 The undersigned hereby certifies that they

More 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

Black Hawk County Engineer

Black Hawk County Engineer Black Hawk County Engineer 316 E. 5 th Street Room 211 Waterloo, Iowa 50703 Phone: 319-833-3008 Fax: 319-833-3139 Email: engineer@co.black-hawk.ia.us Website: www.co.black-hawk.ia.us The mission of the

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

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 RFP NO: 2017-03 REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 Advertisement for Request for Proposals CITY OF SOUTH BAY RFP NO: 2017-03

More information

Invitation To Bid. for

Invitation To Bid. for Charter Township of Canton Community Development Block Grant (HUD) Invitation To Bid for CDBG HOUSING REHABILITATIONS WINTER 2018 (EACH HOUSE TO BE BID SEPARATELY) Contact: Mike Sheppard Phone: 734 394-5225

More information

Invitation To Bid. for

Invitation To Bid. for PLYMOUTH TOWNSHIP POLICE DEPARTMENT Thomas J. Tiderington, Chief of Police 9955 N Haggerty Rd Plymouth, MI 48170 (734) 354-3232 Invitation To Bid for TOWING SERVICES Contact: Lieutenant Daniel Kudra Phone:

More information

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES GENERAL INFORMATION 1. Issuing Office: This Request for Proposals (RFP) is issued by the Town of Farmington, Finance Office.

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

Invitation To Bid. for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016

Invitation To Bid. for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016 Charter Township of Canton Invitation To Bid for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016 Contact: Jason Lombardo Phone: 734 394-5473 E-mail: Jason.lombardo@canton-mi.org Date Issued: 09/29/2016

More information

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

CITY OF OAK HARBOR REQUEST FOR PROPOSAL CITY OF OAK HARBOR REQUEST FOR PROPOSAL WHIDBEY ISLAND MARATHON SHUTTLE SERVICE 2016 CALENDAR OF EVENTS Request for Proposals Published.. February 13, 2016 Closing Date for Receipt of Proposals.. February

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

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

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

More information

PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN

PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN 1. CONTRACT: This contract is entered into by and between Spokane Regional Clean Air Agency (SRCAA) and (CONTRACTOR) to provide certain services to SRCAA.

More information

Invitation To Bid. for

Invitation To Bid. for Charter Township of Canton Invitation To Bid for PURCHASE OR LEASE OF CARDIVASCULAR EQUIPMENT 2018 Contact: Jennifer Franz Phone: 734 394-5482 E-mail: jennifer.franz@canton-mi.org Date Issued: 8/23/2018

More information

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Issue Date: March 28, 2013 Responses due: April 18, 2013, 4:00 p.m. Pacific Local Time REQUEST FOR PROPOSAL I. PURPOSE OF REQUEST The

More information

AGREEMENT FOR SERVICES

AGREEMENT FOR SERVICES AGREEMENT FOR SERVICES 1. DATE This Agreement for Services (Agreement) is entered into on this day of, 2016. 2. PARTIES The parties to this Agreement are the Town of Grand Lake, a Colorado municipal corporation

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

CITY OF BIRMINGHAM, MICHIGAN REQUEST FOR PROPOSALS (RFP) WIRELESS NETWORK

CITY OF BIRMINGHAM, MICHIGAN REQUEST FOR PROPOSALS (RFP) WIRELESS NETWORK CITY OF BIRMINGHAM 151 MARTIN STREET, BIRMINGHAM, MICHIGAN 48009 POST OFFICE BOX 3001, BIRMINGHAM, MICHIGAN 48012 Phone (248) 644-1800/ Fax (248) 644-5614 CITY OF BIRMINGHAM, MICHIGAN REQUEST FOR PROPOSALS

More information

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL Request for Proposals (RFP) SAU #44 and the Nottingham School District REQUEST FOR PROPOSAL ( RFP ) RFP NOTT 05-17 INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL SAU #44 and the Nottingham School District

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

EQUIPMENT WITH OPERATOR P R O P O S A L F O R M. Due Date: April 21, :00 am. MITN Code: 97535

EQUIPMENT WITH OPERATOR P R O P O S A L F O R M. Due Date: April 21, :00 am. MITN Code: 97535 EQUIPMENT WITH OPERATOR P R O P O S A L F O R M Due Date: April 21, 2016-9:00 am MITN Code: 97535 To: Grand Traverse County Road Commissioners 1881 LaFranier Road Traverse City MI 49696 The undersigned

More information

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS

RECITALS. 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 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

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave)

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave) COUNTY OF SAGINAW Request for Proposal Saginaw Spirit Locker Suite Renovations and Addition The DOW (303 Johnson Street, Saginaw) Pre-Proposal/Site Tour Tuesday, November 22, 2016 @ 10:00am The Dow-Lobby

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

GRAND VALLEY STATE UNIVERSITY GENERAL CONDITIONS FOR RFP INDEX GENERAL CONDITIONS

GRAND VALLEY STATE UNIVERSITY GENERAL CONDITIONS FOR RFP INDEX GENERAL CONDITIONS GRAND VALLEY STATE UNIVERSITY GENERAL CONDITIONS FOR RFP 214-22 INDEX GENERAL CONDITIONS 1. DEFINITIONS 2. EXECUTION, CORRELATION, INTENT AND INTERPRETATIONS OF DOCUMENTS 3. TIME 4. PERMITS, FEES, NOTICES

More information

CITY OF GREENVILLE Danish Festival City

CITY OF GREENVILLE Danish Festival City REQUEST FOR QUOTE GREENVILLE CITY HALL EXECUTIVE OFFICE Work-center PROJECT The City of Greenville is requesting bids for the purchase and installation of one work-center in the City Hall building. Base

More information

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season Posting Date: January 8, 2014 Response Deadline: January 29, 2014 3:00 p.m.central Standard Time (CST) To: Raymond

More information

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-2 2 7-7 0 0 0 F A X 2 2 9-2 2 7-3 2 4 3 w w w. t h o m a s v i l l e. o r g REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES Proposals

More information

S T A T E O F M I C H I G A N BOARD OF COMMISSIONERS OF THE COUNTY OF ALLEGAN. June 26, 2014

S T A T E O F M I C H I G A N BOARD OF COMMISSIONERS OF THE COUNTY OF ALLEGAN. June 26, 2014 S T A T E O F M I C H I G A N BOARD OF COMMISSIONERS OF THE COUNTY OF ALLEGAN June 26, 2014 ADMINISTRATION AUTHORIZE COUNTY ADMINISTRATOR NEGOTIATE A NEW MEDICAL EXAMINER SERVICES CONTRACT WITH WESTERN

More information

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL LIQUID CALCIUM CHLORIDE Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY 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 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

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL CONTRACTOR 17GRAVEL2 PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL Furnish, Haul and Spread processed road gravel (22-A Modified or 21AA) at various locations in

More information

Town 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. 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 information

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

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

More information

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

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

More information

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

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

REQUEST FOR PROPOSALS TELEPHONE SYSTEM REQUEST FOR PROPOSALS TELEPHONE SYSTEM 360 Main St. Delta, Colorado 81416 Phone (970) 874-7903 Fax (970) 874-6931 www.cityofdelta.net Issue Date: November 30, 2018 Contact: Glen L. Black Submission Deadline:

More information

GENERAL SPECIFICIATIONS TABLE OF CONTENTS

GENERAL SPECIFICIATIONS TABLE OF CONTENTS GENERAL SPECIFICIATIONS TABLE OF CONTENTS GS.1 CONTROL OF WORK 2 GS.2 CONTRACT DRAWINGS AND SPECIFICATIONS 2 GS.3 BID SCHEDULE FORM 2 GS.4 AWARD OF CONTRACT 2 GS.5 PERMITS AND RIGHTS-OF-WAY 3 GS.6 PROSECUTION

More information

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018 NAME OF CONTRACTOR: PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS & CITY OF ALLEGAN MARCH 21, 2018 BOARD OF COUNTY ROAD COMMISSIONERS OF ALLEGAN COUNTY, MICHIGAN 1308 Lincoln Road,

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

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc. AGENDA ITEM 1 H Consent Item MEMORANDUM DATE: May 4, 2017 TO: FROM: SUBJECT: El Dorado County Transit Authority Mindy Jackson, Executive Director Award Construction Contract for Capital Improvement Plan

More information

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA City of Redmond, Washington Purchasing Division, M/S: 3SFN 15670 NE 85th Street PO Box 97010 Redmond, WA 98073-9710 Request for Proposal The City of Redmond is interested in seeking proposals from qualified

More information

Notice to Bidders. Bid # : 22A/23A GRAVEL - COMPACTED IN PLACE

Notice to Bidders. Bid # : 22A/23A GRAVEL - COMPACTED IN PLACE Notice to Bidders Sealed proposals will be received by the Kalamazoo County Road Commission (KCRC), at its offices at 3801 East Kilgore Road, Kalamazoo, Michigan 49001, until Monday, March 3, 2014 at 9:00

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 Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

City 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 information

Bid # B GSSI StructureScan Mini 3D Ground Penetrating Radar System Michigan Department of Transportation.

Bid # B GSSI StructureScan Mini 3D Ground Penetrating Radar System Michigan Department of Transportation. Bid #0591150113B0000457 GSSI StructureScan Mini 3D Ground Penetrating Radar System Michigan Department of Transportation Bid Instructions Bidders are reminded that the sole point of contact concerning

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

HCAOG CONSULTANT SERVICES CONTRACT FOR PREPARATION OF THE

HCAOG CONSULTANT SERVICES CONTRACT FOR PREPARATION OF THE HCAOG CONSULTANT SERVICES CONTRACT FOR PREPARATION OF THE This is a contract, entered into on, in Eureka, California, between the HUMBOLDT COUNTY ASSOCIATION OF GOVERNMENTS, hereinafter called HCAOG, and,

More information

CITIES OF BOYNE CITY AND CHARLEVOIX. INVITATION TO BID Pavement Marking Services

CITIES OF BOYNE CITY AND CHARLEVOIX. INVITATION TO BID Pavement Marking Services CITIES OF BOYNE CITY AND CHARLEVOIX INVITATION TO BID Pavement Marking Services Sealed bids are now being accepted by the Cities of Boyne City and Charlevoix for Pavement Marking of Roadways and Parking

More information

CITY 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 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 information

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018 REQUEST FOR PROPOSAL (RFP) #18-049-53 LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018 RESPONSE DEADLINE: JANUARY 16, 2019 3:00 P.M. CENTRAL STANDARD TIME (CST) TO: KIRSTEN BURMEISTER,

More 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

OUTAGAMIE COUNTY ASPHALTIC CONCRETE MATERIALS

OUTAGAMIE COUNTY ASPHALTIC CONCRETE MATERIALS OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR ASPHALTIC CONCRETE MATERIALS FOR HIGHWAY DEPARTMENT DUE BY: March 29, 2017 at 10:00 AM 1.0 Specifications The Highway Department is requesting proposals for asphaltic

More information

City of Loveland, Ohio

City of Loveland, Ohio City of Loveland, Ohio Request for Proposal (RFP) Information Technology (IT) Managed Services Provider Proposals are due by 4:30 PM, November 1, 2017 The City of Loveland is inviting qualified Information

More information

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

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

More information

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For Iredell County BID AND PROJECT REQUIREMENTS AND CONTRACT For MISC. BUILDING IMPROVEMENTS Iredell County Solid Waste 354 Twin Oaks Road Statesville, NC 28625 I N F O R M A L B I D I N V I T A T I O N #16-750-IC-03

More information

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES Cecil County Government Purchasing Department Bid #13-13 SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE

More information

Apollo Engineering, LLC S. West Bayshore Rd. Suite 10 Traverse City, MI (231) Office

Apollo Engineering, LLC S. West Bayshore Rd. Suite 10 Traverse City, MI (231) Office REQUEST FOR PROPOSAL BOILER REPLACEMENT INSTALLATION AT Lincoln Elementary School 810 E. 5th Avenue Sault Ste. Marie, Michigan 49783 Washington Elementary 1200 Ryan Avenue Sault Ste. Marie, MI 49783 Soo

More information

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B Sealed bids will be received by the Gratiot Community Airport at the City of Alma municipal office at 525 East Superior Street, P.O.

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More 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

West Hartford Housing Authority Request for Proposals (RFP) HQS Services

West Hartford Housing Authority Request for Proposals (RFP) HQS Services I. INTRODUCTION The West Hartford Housing Authority (WHHA) is seeking proposals from qualified Housing Quality Standard inspection firms (Proposers) to perform HQS inspections of its Housing Choice Vouchers

More information

SARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY

SARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY SARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY RESOLUTION APPROVING AGREEMENT WITH HDR FOR ENGINEERING SERVICES RELATED TO THE SOUTHERN SARPY COUNTY WASTEWATER TREATMENT STUDY PHASE 2B WHEREAS, Sarpy

More information

SPECIAL CONDITIONS: Description:

SPECIAL CONDITIONS: Description: SPECIAL CONDITIONS: Description: The Brandywine Red Clay Alliance (BRC) is accepting bids for the Pickering Court Stormwater Basin Repair and Retrofit Project. The project area is located on private property

More information

Invitation To Bid. for

Invitation To Bid. for Charter Township of Canton Invitation To Bid for WIRELESS INTERCOM HEADSET SYSTEM Contact: Deputy Director of Fire Christopher Stoecklein Phone: 734 394-5455 E-mail: christopher.stoecklein@canton-mi.org

More information

Telemetry Upgrade Project: Phase-3

Telemetry 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 information

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

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

More information

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 CRACK FILLING PROGRAM

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 CRACK FILLING PROGRAM SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 CRACK FILLING PROGRAM Sealed bids will be received at the office of the Shiawassee County Road Commission at 701 W. Corunna Avenue, Corunna, Michigan

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

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