SEALED BID - REQUEST FOR PROPOSALS # FOR THE SALE OF PROPERTY OWNED AND OPERATED BY DALLAS COUNTY SCHOOLS
|
|
- Beatrix Lang
- 6 years ago
- Views:
Transcription
1 DATE: October 25, 2016 SEALED BID - REQUEST FOR PROPOSALS # FOR THE SALE OF PROPERTY OWNED AND OPERATED BY DALLAS COUNTY SCHOOLS Website: CONTACT PERSON: Alan Hagy, at , or ahagy@dcschools.com Sealed bid submittals are due on or before Monday, November 14, 2016 at 3:00 PM. Sealed bid submittals must be delivered to Alan Hagy, Purchasing Manager, at Dallas County Schools, 5151 Samuell Blvd., Dallas, Please submit five (5) hard copies, addressed as detailed below. ed or faxed copies will not be accepted. Dallas County Schools Attn: Rick D. Sorrells, Ed.D. Superintendent 5151 Samuell Blvd. Dallas, TX NOTES TO ALL VENDORS/BIDDERS/DEVELOPERS ( BIDDER ): 1. Bidder must keep Dallas County Schools ( DCS ) advised of any changes in status. 2. All questions regarding this Request for Proposals must be in writing and be ed to Alan Hagy, at ahagy@dcschools.com. Questions by phone or ed to anyone else will not be considered. 3. Bidder must meet all applicable local, state, and federal rules and regulations. 4. Bidders must make entire submittal as sealed bid, including all attachments, and deliver to Alan Hagy, Purchasing Manager, as instructed above. 5. RFP, Addendums, Diagram(s) and other specifications will be posted on 6. The property and land for sale are located at 1710 North Beckley Avenue, Dallas, TX Proposal from Bidders should include the purchase price, expected timing of purchase, and possible leaseback for a specified amount of time, as well as information responsive to the evaluation criteria set out in section 4 below. All information related to these items should contain extensive details for consideration in the sale of the location. Page 1 of 23
2 8. The purpose of this (sealed bid) RFP is to entertain the sale of the property listed above. Dallas County Schools, a County School District, owns this property and is considering the sale of said property. Sale may or may not include a leaseback term. All details of the sale, possible leaseback, or other terms and conditions will be negotiated between Dallas County Schools and the selected Bidder. Submission of this proposal shall serve as evidence that the Bidder understands and agrees to all conditions of the Request for Proposals. ed or faxed proposals will not be considered. All Bidders must complete all attached forms. Failure to submit all required forms may result in disqualification of your proposal. NAME OF BIDDER PRINTED NAME OF REPRESENTATIVE PHYSICAL ADDRESS MAILING ADDRESS, IF DIFFERENT PHONE, CELL PHONE, & ADDRESS SIGNATURE OF REPRESENTATIVE DATE Page 2 of 23
3 1. Contract Documents: INSTRUCTIONS/GENERAL INFORMATION a. DCS expectations with respect to the performance by Bidder in connection with this sale of property are set out in the Contract Documents, which consist of this RFP, any subsequent related written correspondence, award letter(s), and any final contract negotiated by the parties. Bidders who fail to examine the Contract Documents do so at their own risk. 2. Preparation and Submission of Sealed Bid Proposal to Purchase Property: a. Any explanation desired by a Bidder regarding the meaning or interpretation of any portion of the Contract Documents must be requested in writing to the Purchasing Manager in a timely manner to allow for a reply to reach Bidder before the submission of their proposal. Oral explanations or instructions given before the award of the contracted sale will not be binding. Any information given to one Bidder will be furnished to all Bidders as an Addendum to the RFP, if such information is necessary to Bidders in submitting their proposals or if the lack of such information would be prejudicial to an uninformed Bidder. b. Submittals must be delivered in sealed bid packages to Alan Hagy, Purchasing Manager, at Dallas County Schools, 5151 Samuell Blvd., Dallas, Please submit five (5) sealed hard copies, addressed as follows: Dallas County Schools Attn: Rick D. Sorrells, Ed.D. Superintendent 5151 Samuell Blvd. Dallas, TX Sealed Bids are due on or before: Monday, November 14, 2016 at 3:00 PM. ed or faxed copies will not be accepted. Packages received after the time and date of the opening may not be considered and may be returned to Bidder. 3. Bidder Information: a. Each Bidder shall furnish the information required by the Contract Documents. b. The Bidder shall sign the proposal, all addenda, and the proposal sheet. The person signing the proposal must initial any erasures or other changes. Proposals signed by an agent must be accompanied by evidence of the agent s authority unless such evidence has been previously furnished to DCS. Page 3 of 23
4 c. Proposals submitted on forms other than the DCS forms or with different terms or provisions may be considered as non-responsive proposals. d. DCS expects that all proposals will remain valid for the term of this proposal. e. Reservations - DCS expressly reserves the right to: 4. Evaluation Criteria: i. Waive minor deviations from the specifications when it is determined that the benefit to DCS of the deviating proposal is a more favorable offer which meets all aspects of the specifications, and the overall proposal for sale of the property, and the overall deviation(s) are equal or greater than that of the conforming proposal. ii. Waive any defect, irregularity or informality in any proposal (sale) procedure. iii. Reject any or all offers. iv. Amend the RFP, via an addendum, prior to proposal opening date to extend or make changes to specification(s). v. Consider and accept an alternate proposal as provided herein when most advantageous to DCS. DCS shall evaluate responsive proposals as follows: 40% -- Price The minimum bid for the property is $2.0 million (appraised value of property determined by independent appraisers). 20% -- Bidder s experience and track record for developing and holding similar projects based on current City of Dallas zoning requirements. 20% -- Use of Site Development should be in keeping with the current zoning and usages approved by the City of Dallas. 10% -- Sale Date The intent is to sell the property for redevelopment; sale terms may revert to Dallas County Schools if development does not occur in a reasonable, negotiated period of time. 7% -- Other criteria and relevant factors, including responsiveness of proposal. 3% -- HUB Certification. Upon selection of Bidder and subsequent agreement of terms and conditions, the successful Bidder will submit a minimum deposit of ten (10%) percent of the total purchase price. Page 4 of 23
5 5. Specifications: Bidders are responsible for reviewing all documentation, for negotiations with the City of Dallas, as applicable, and for any other specifications required or requested for their purposes in the purchase and redevelopment of the property offered for sale by DCS. Bidders are expected to submit a proposal that considers and is responsive to the conditions, specifications, etc., as well as the evaluation criteria set out in the previous section. Any other factors that may be advantageous to the Bidder are to be negotiated by said Bidder and are not the responsibility of DCS. 6. Sale Term(s): Terms of sale to be negotiated with successful Bidder. 7. Price Increases: Price for the sale of the property is firm and any changes that may occur shall do so only through the negotiation process with both DCS and Bidder. 8. Purchase Price: Proposals must include the specific purchase price being offered for the DCS property. 9. General Information: Name of company: Address of principal location: Phone: Fax: Form of Business Organization: Responsible contact personnel: Name Phone: Name Phone: Name Phone: How many years has your company been in business in its current capacity? How many years has your organization been in business under its present name? Under what other or former names has your company operated? Page 5 of 23
6 10. Claims and lawsuits (if answer is yes to any questions below, please attach details) Has your company ever failed to complete any work awarded to it? Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your management or company? Has your company filed any lawsuits or requested arbitration or mediation with regard to contracts or awards within the last fifteen years? Within the last fifteen years, has any manager or principal of your company ever been a manager or principal of another organization when it failed to complete a contract or award? Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your company? 11. Experience: Bidder shall provide a list of three (3) projects of similar type, size and complexity based on current City of Dallas zoning requirements. Provide the project/customer name, description of work, dollar value, public entity status, and the date(s) of the project below. Projects listed must have been performed within the last five (5) years. Please include additional information with proposal if available. Project Name Description of Work Dollar Value Public Entity (Yes or No) Date 12. References: Proposal shall provide up to six (6) references from company owners or management personnel from projects listed above. There must be at least one (1) reference for each project listed. 13. Certifications: Employees certifications pertaining to work are to be included in submittal. Page 6 of 23
7 14. Background information and Objectives: DCS has one of the largest transportation fleets in the United States. With a fleet of approximately 2,200 buses, DCS transports over 75,000 students to and from school every day, as well as providing transportation for school events, field trips, and special programs. In addition, DCS provides support services ranging from technology services to purchasing co-op opportunities to school districts and government agencies throughout the State of Texas. DCS desires to solicit bids for the purchase of the property located at 1710 North Beckley Avenue, Dallas, TX DCS is interested in a proposal that would not only secure the sale of the property, but that would be in keeping with the City of Dallas s current zoning requirements. DCS may require a leaseback option for a certain amount of time in order to secure office space for the administrative or functional offices and work/service areas currently located at the property. Page 7 of 23
8 STANDARD TERMS AND CONDITIONS These standard terms and conditions are requirements that are binding upon the Bidder submitting the sealed bid that is selected, based on the stated criteria, by Dallas County Schools Board of Trustees with the recommendation from the Dallas County Schools Superintendent. These standard terms and conditions form a part of all contract documents for the property sold. They communicate Dallas County Schools ( DCS or DCS ) expectations in regards to the Bidder s performance in connection with sale which will be considered through the sealed bid process. To the extent any terms and conditions in this sealed bid RFP conflict with DCS Policy Chapter 25 - Sale or Lease of Real Property, or state or federal law, including but not limited to Texas Education Code Chapter 11 and Texas Government Code Chapter 272, DCS Policy Chapter 25 and state and federal law supersedes these terms and conditions. I. CONTRACT 1. Final Contract: The final terms and conditions for this shall be set forth in a contract signed by the successful Bidder and the DCS Superintendent. Such contract expressly incorporates all terms and conditions set forth in this RFP. Any deviation(s) must be in a writing signed by the DCS Superintendent. 2. Payments: a. Successful Bidder shall submit payment(s) as specified in the final contract. All payments shall be due as agreed upon, and/or specified in the sale documents. b. If payment is permitted by mail, mail payment to: Dallas County Schools, Attn: Accounts Receivable, P.O. Box , Dallas, Texas Payment shall be due as specified in the final sale documents/instruments. II. BIDDER REQUIREMENTS 3. Purchase Price: a. The price to be paid by the Bidder shall be that contained in the sealed bid proposal, unless otherwise agreed to in writing by DCS. In the event Bidder breaches this warranty, DCS may, at its sole discretion, cancel this contract and Bidder shall forfeit any payment or down payment that has been submitted for consideration in the purchase negotiations. b. The Bidder warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for commission, percentage, brokerage, or contingent fee excepting bona fide employees of bona fide established commercial or selling agencies maintained by the Bidder for the purpose of securing business. For breach or violation of this Page 8 of 23
9 warranty, DCS shall have the right in addition to any other right or rights to cancel this contract without liability and to deduct from the contract price, or otherwise recover the full amount of such commission, percentage, and brokerage or contingent fee. 4. Advertising: Bidder shall not advertise or publish, without DCS s prior written consent, the fact that Bidder has entered into this contract, except to the extent necessary to comply with proper requests for information from an authorized representative of the federal, state or local government. Written requests from Bidder must be sent to the DCS Purchasing Department for approval or disapproval. 5. Indemnity: The Bidder shall, in connection with any contract awarded under this Request for Proposal and all purchases thereunder, hold harmless and indemnify DCS, its Board of Trustee officers, employees, and agents from and against any and all claims, liabilities, losses, judgments, expenses, and/or damages resulting from or attributable to any act or omission of the Bidder and its agents and employees, including for any acts constituting negligence. 6. Compliance with Law: Bidder shall, and shall cause its representatives and agents to, follow and abide by all applicable federal, state and local ordinances and laws relating to or regulating the sale of the property addressed under this Request for Proposal. 7. Warranty: Bidder warrants that no gifts or gratuities were or will be given to any of DCS s employees either directly or indirectly to obtain this contract. 8. Bidder Qualifications: Bidders shall be required to prove their qualifications concerning the following criteria: a. Financial capabilities. b. Bonding status. c. Ability to fulfill and abide by the terms and specifications. d. Quality and stability of product and sources. e. Bidder must provide copies of current certification and/or licenses, when applicable with proposal. 9. Proposal Evaluations: Proposals shall be evaluated in accordance with the weighted factors set forth in section 4 of the Instructions/General Information above. 10. Proposal Forms: a. Proposals included in this packet must be completed in their entirety and returned along with any and all other information requested. Page 9 of 23
10 b. Proposals must show the full name and address of the Bidder. Failure to manually sign proposal will disqualify it. III. TERMINATION & DEFAULT 11. Gratuities: DCS may, by written notice to the Bidder, cancel this contract without liability if it is determined by DCS that gratuities, in the form of entertainment, gifts, economic opportunity, future employment, loan, gratuity, special discount, trip, favor, service or otherwise, were offered or given by the Bidder, or any agent, or representative of the Bidder, to any officer or employee of DCS with a view toward securing a contract or securing favorable treatment with respect to the awarding or amending or the making or any determinations with respect to the performing of such a contract. 12. Cancellation: DCS shall have the right to cancel for default, all or any part of the undelivered portion of the contract if Bidder breaches any of the terms hereof, including warranties of Bidder or if the Bidder becomes insolvent or commits acts of bankruptcy. Such right of cancellation is in addition to and not in lieu of any other remedies, which DCS may have in law or equity. 13. Termination: The agreed upon contract of sale may be terminated in whole or in part by DCS for any reason upon thirty (30) days advance notice. Such right of termination is in addition to and not in lieu of DCS s other rights of cancellation set forth herein. 14. Force Majeure: Neither party shall be deemed in violation of the contract if either is prevented from performing any of the obligations hereunder by reason of, for or through strikes, stoppage of labor, riot, flood, storm, invasion, insurrection, accident, order of court, judge or civil authority, government regulation, an act of God, or any cause reasonably beyond the party s control and not attributable to its neglect. In the event of such an occurrence, the time for performance of such obligations or duty shall be suspended until such time that such disability to perform, for which the party is not responsible or circumstance beyond its control, shall be removed. The party claiming the suspension shall give written notice of such impediment or delay in performance to the other party within ten (10) days of the knowledge of such occurrence. Each party shall make all reasonable efforts to mitigate the effects of any suspension. 15. Penalties for Non-Performance: If, at any time, the Bidder fails to fulfill or abide by the terms, conditions, or specifications of the contract, DCS reserves the right to: a. Cancel the contract within thirty (30) days written notification of intent; or b. Re-propose the contract due to change in price or any variation from specifications. Page 10 of 23
11 IV. MISCELLANEOUS CONTRACT TERMS 16. Assignment & Binding Effect: No right or interest in this contract shall be assigned or delegation of any obligation made by Bidder without the written permission of the DCS. Any attempted assignment or delegation by Bidder shall be wholly void and totally ineffective for all purposes unless made in conformity with this paragraph. Bidder understands and agrees that in the event that all or substantially all of its assets are acquired by another entity, that it or its successor in interest will remain obligated to fulfill the terms and conditions of this RFP. 17. Waiver: By submitting a proposal, each Bidder agrees to waive any claim it has or may have against DCS arising out of or in connection with the administration, evaluation, or recommendation of any proposal, including: waiver of any requirements under the proposal or Contract Documents; acceptance or rejection of any proposal(s); and award of the contract. 18. Modifications: This contract can be modified or rescinded only by a writing signed by both parties to the contract or their duly authorized agents. Any and/or all contract changes must be made through the Purchasing Department and signed by the DCS Superintendent. 19. Interpretation Parole Evidence: This writing is intended by the parties as a final expression of their agreement and is intended also as a complete and exclusive statement of the terms of their agreement. No course of prior dealings between the parties and no usage of the trade shall be relevant to supplement or explain any term used in this RFP. Acceptance or acquiescence in a course of performance rendered under this RFP shall not be relevant to determine the meaning of this RFP even though the accepting or acquiescing party has knowledge of the performance and opportunity for objection. 20. Applicable Law: This RFP shall be governed by Texas law. 21. Venue: Both parties agree that venue for any litigation arising from this contract shall lie in a state or federal court in Dallas County, Texas. 22. Prohibition Against Personal Interest in Contracts: Bidder and applicable DCS officials and employees shall comply with Texas Local Government Code Chapters 171 and 176, as applicable. 23. Governmental Immunity: This RFP and all transactions hereunder are expressly made subject to DCS s governmental immunity under the Texas Civil Practice and Remedies Code and all applicable state and federal law. The parties hereto expressly agree that no provision of this agreement is in any way intended to constitute a waiver of any immunities from suit or from liability that DCS has by operation of law. Page 11 of 23
12 PROPOSAL FORMS MUST BE RETURNED TO DCS WITH PROPOSAL TO BE CONSIDERED. PROPOSALS SUBMITTED WITHOUT THIS FORM WILL BE CONSIDERED NULL AND VOID, AND THEREFORE UNACCEPTABLE PROPOSAL ACKNOWLEDGMENT FORM: "The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this proposal in collusion with any other Bidder or developer, and that the contents of this proposal as to prices, terms or conditions of said proposal have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of business prior to the official opening of this proposal." Bidder Street Address City, State, ZIP Phone Fax Number Signature of Company Official Authorizing This Purchase of Property Name of Company Official (Please Print) Title Date Page 12 of 23
13 MUST BE RETURNED TO DCS WITH PROPOSAL TO BE CONSIDERED. PROPOSALS SUBMITTED WITHOUT THIS FORM WILL BE CONSIDERED NULL AND VOID AND THEREFORE UNACCEPTABLE. Felony Conviction Notification State of Texas Legislative Senate Bill No. 1, Section , Notification of Criminal History, Subsection (a), states a person or business entity that enters into a contract with a school district must give advance notice to the district if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony. Subsection (b) states a school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract. This Notice Is Not Required of a Publicly Held Corporation I, the undersigned agent for the firm named below, certify that the information concerning notification of felony convictions has been reviewed by me and the following information furnished is true to the best of my knowledge. Bidder Name Authorized Company Official s Name (Printed) Signature of Company Official Select One: My firm is a publicly held corporation; therefore, this reporting requirement is not applicable. My firm is not owned or operated by anyone who has been convicted of a felony. My firm is owned or operated by the following individual(s) who has/have been convicted of a felony: Name of Felon(s): Page 13 of 23
14 Details of Conviction(s): (additional sheets may be attached) Signature of Company Official: Page 14 of 23
15 NON-COLLUSION DISCLOSURE I am an authorized agent or officer of the Bidder submitting this proposal, and I have full knowledge of the relations of the Bidder with the other firms in this same line of business, and the Bidder is not a member of any trust, pool, or combination to control the price of supplies, materials and/or services bid on, or to influence any person to bid or not to bid thereon. I further affirm that the Bidder has not given, offered to give, nor intends to give at any time hereafter any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor, or service to a public servant in connection with the submitted proposal. Bidder s Name Authorized Company Official s Name and Title (Printed) Signature of Company Official Date: Page 15 of 23
16 Page 16 of 23
17 Page 17 of 23
18 Page 18 of 23
19 Page 19 of 23
20 Page 20 of 23
21 Page 21 of 23
22 Page 22 of 23
23 Page 23 of 23
This is NOT AN ORDER, it is an invitation for a competitive sealed proposal.
9701 S. JACKSON RD. PHARR, TX 78577 This is NOT AN ORDER, it is an invitation for a competitive sealed proposal. PROPOSAL RECEIVING DATE: June 14, 2018 TIME: 9:00a.m. PROPOSAL OPENING DATE: June 14, 2018
More informationTulsa Community College
Tulsa Community College Request for Proposal For Banking Services Project #: RFP-17001-BC RFP Issue Date: October 14, 2016 Proposal Due Date/Time: October 28, 2016 2:00 PM CST Submit Proposals to: Tulsa
More informationRFP # OFFICE SUPPLIES PROPOSAL OPENING DATE: July 16, 2015
9701 S. JACKSON RD. PHARR, TX 78577 This is NOT AN ORDER, it is an invitation for a proposal. PROPOSAL RECEIVING DATE: July 16, 2015 PROPOSAL OPENING DATE: July 16, 2015 TIME: 9:00a.m. TIME: 2:00p.m. Dear
More informationMesquite Independent School District
Mesquite Independent School District Request For Proposal for: SALE OF SURPLUS IMACS (October 2017) Proposal # 2018-002 Proposal Due: Thursday, October 12, 2017, No Later Than: 2:00 P.M. Place: MISD Purchasing
More informationREQUEST FOR PROPOSAL Enterprise Asset Management System
City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Enterprise Asset Management System Issue Date: Thursday April 9, 2015 Bid Number: 15 019 Agent/Contact:
More informationMesquite Independent School District
SOLICITATION NUMBER: RFP No. 2018-031 SOLICITATION NAME: Sale of Surplus IMacs, Laptops,Tablets and Desktops BIDS DUE: Monday, April 19, 2018 No Later Than: 2:00PM SUBMIT BIDS TO: Attn: Purchasing Department
More informationCITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350
CITY OF PROSSER REQUEST FOR PROPOSAL To Provide On Call Electrical Services Located at: 601 7 TH STREET PROSSER, WASHINGTON 99350 Instructions To Contractors, Pricing Forms, Business Questionnaire, Agreement,
More informationNon-Recourse Dealer Agreement
This Non-Recourse Dealer Agreement ( Agreement ) is entered into between Freedom Truck Finance, LLC ( FTF ), a Texas limited liability corporation, and the undersigned dealership ( Dealer ) effective as
More informationQUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner
QUOTE DOCUMENTS FOR KING PARKING EXPANSION 1849 Forest Avenue Des Moines, Iowa QUOTE # Q6747 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, Iowa 50316 DES MOINES PUBLIC
More informationAGREEMENT OF SALE BY AND BETWEEN THE PHILADELPHIA PARKING AUTHORITY AND.
AGREEMENT OF SALE BY AND BETWEEN THE PHILADELPHIA PARKING AUTHORITY AND. PPA Contract No. THIS AGREEMENT effective as of day of, 2012 by and between The Philadelphia Parking Authority, an agency of the
More informationREQUEST FOR STATEMENTS OF QUALIFICATIONS TO PROVIDE CERTAIN INFORMATION TECHNOLOGY DESIGN, HOSTING & MAINTENANCE SERVICES (RFQ # ) ISSUED BY
REQUEST FOR STATEMENTS OF QUALIFICATIONS TO PROVIDE CERTAIN INFORMATION TECHNOLOGY DESIGN, HOSTING & MAINTENANCE SERVICES (RFQ #2018-03) ISSUED BY NASSAU COUNTY INDUSTRIAL DEVELOPMENT AGENCY I. Overview
More informationATTENTION ALL BIDDERS
ETOWAH COUNTY COMMISSION 800 Forrest Avenue, Gadsden, AL 35901 REQUEST FOR BID ATTENTION ALL BIDDERS YOU MUST MARK ON THE ENVELOPE: BID NO. FY 2016-2017-18 AGGREGATE The Etowah County Commission is soliciting
More informationQUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088
QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT 3010 center Street Des Moines, Iowa 50312 QUOTE # Q7088 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, IA 50316 DES
More informationLancaster Independent School District
Lancaster Independent School District Marcy Moran 422 S. Centre Avenue Executive Director for Finance and Purchasing Lancaster, Texas 75146 Voice: (972) 218-1400 Fax: (972) 218-1401 Email: marcymoran@lancasterisd.org
More informationSAN ANTONIO WATER SYSTEM SERVICES AGREEMENT AGREEMENT FOR. THIS IS A SERVICE AGREEMENT (this Agreement ) by and between
SAN ANTONIO WATER SYSTEM SERVICES AGREEMENT AGREEMENT FOR THIS IS A SERVICE AGREEMENT (this Agreement ) by and between (the Contractor ), and San Antonio Water System, municipally-owned utility of the
More informationRequest For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall
Request For Proposals 2018-1 202 Hwy 124 E ADA Door Opener Hallsville City Hall The City of Hallsville, Missouri (the City ) seeks bids from qualified contractors for all materials and labor to install
More informationSunnyside Valley Irrigation District
2019 Perforated HDPE Pipe Bid Package Sealed bids will be received until 11:00 am. January 4th, 2019 at Field Office 1105 Yakima Valley Hwy. P.O. Box 239 Sunnyside, WA 98944 509-837-6980 Project Contact:
More informationATTENTION ALL BIDDERS
ETOWAH COUNTY COMMISSION 800 Forrest Avenue, Gadsden, AL 35901 REQUEST FOR BID ATTENTION ALL BIDDERS YOU MUST MARK ON THE ENVELOPE: BID NO. FY 2018-2019-05 UNFINISHED TRAFFIC SIGNS AND POSTS The Etowah
More informationCITY OF APOPKA BID NAME: SURPLUS SALE BID NUMBER: # BID DEPOSIT REQUIRED: BID CLOSING DATE: July 9, 2018 BID CLOSING TIME: 10:00 A.M.
CITY OF APOPKA PURCHASING DIVISION BID NAME: SURPLUS SALE BID NUMBER: #2018-18 BID DEPOSIT REQUIRED: No REFER ALL QUESTIONS REGARDING THIS BID TO: PURCHASING DIVISION EMAIL: Purchase@apopka.net BID CLOSING
More informationREQUEST FOR INFORMATION First Steps Branding & Logo Laramie County Library System
REQUEST FOR INFORMATION First Steps Branding & Logo Laramie County Library System The Laramie County Library System (LCLS) is interested in outsourcing the creation of a logo and branding for the First
More informationCOLLEGE OF THE SEQUOIAS COMMUNITY COLLEGE DISTRICT Board of Trustees Meeting June 8, 2015
COLLEGE OF THE SEQUOIAS COMMUNITY COLLEGE DISTRICT Board of Trustees Meeting June 8, 2015 CONSENT CALENDAR 6 Weapons Firing Range License Agreement between College of the Sequoias Public Safety Training
More informationSOUTHERN CALIFORNIA EDISON COMPANY ENERGY SERVICE PROVIDER SERVICE AGREEMENT
Agreement Number: This Energy Service Provider Service Agreement (this Agreement ) is made and entered into as of this day of,, by and between ( ESP ), a organized and existing under the laws of the state
More informationConsultant Allies Terms and Conditions
This Consultant Allies Member Agreement (this Agreement ) constitutes a binding legal contract between you, the Member ( Member or You ), and Consultant Allies, LLC, ( Consultant Allies ), which owns and
More informationMUNICIPALITY OF NORRISTOWN REQUEST FOR PROPOSALS: To Provide Business Privilege Tax Audit Services for the Municipality of Norristown
MUNICIPAL COUNCIL Sonya D. Sanders President Derrick D. Perry, Vice President Heather Lewis, District 2 Valerie Scott Cooper, District 3 Hakim Jones, District 4 Olivia Brady, At Large Crandall O. Jones
More informationSALE OF GRU MILLHOPPER ELECTRIC SYSTEMS CONTROL PROPERTY LOCATED AT 4322 N.W. 53 RD AVENUE, GAINESVILLE, FLORIDA
GAINESVILLE REGIONAL UTILITIES CITY OF GAINESVILLE, FLORIDA Invitation to Bid No. 2011-103 Issue Date: February 28, 2012 Non Mandatory Site Visit Dates and Times: March 14, 2012 @ 9:00-9:50a; 10:00-10:50a
More informationTERMS AND CONDITIONS OF THE INVITATION TO BID
TERMS AND CONDITIONS OF THE INVITATION TO BID 1. PREPARATION OF BID. a) Bidders are expected to examine the drawings, specifications, and all instructions. Failure to do so shall be at the bidder=s risk.
More informationCONSULTANT AGREEMENT
CONSULTANT AGREEMENT This Agreement is made and entered into as of by and between SOUTH TEXAS COLLEGE P.O. BOX 9701 MCALLEN, TEXAS, 78502 hereinafter referred to as STC AND (Individual or Entity name)
More informationPROPOSAL SUBMISSION AGREEMENT
PROPOSAL SUBMISSION AGREEMENT THIS PROPOSAL SUBMISSION AGREEMENT (this Agreement ) is made and entered into effective on, 2014 (the Effective Date ), by, a ( Bidder ), in favor of Entergy Arkansas, Inc.
More information1992 GMC Sonoma 2WD Truck with Utility Cap for Sale on the campus of Potomac State College RFSB # V
PROCUREMENT, CONTRACTING AND PAYMENT SERVICES REQUEST FOR SURPLUS BIDS (RFSB) Issued November 14, 2014 1992 GMC Sonoma 2WD Truck with Utility Cap for Sale on the campus of Potomac State College RFSB #90003366V
More informationCITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING
CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING September 12, 2018 REQUEST FOR PROPOSALS For Road Striping City of Spring Hill, Tennessee Sealed Proposals will be received
More informationICB System Standard Terms and Conditions
ICB System Standard Terms and Conditions Effective: February 12, 2007 U.S. Customs and Border Protection requires that international carriers, including participants in the Automated Manifest System (as
More informationINDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Name: Individual: Business: (mark one)
INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Part One: University Information ( University or KSU) Contracting University Department/Office: Contracting
More informationNOTICE TO VENDORS CONTRACT NO IB
Food Service Department Darin Crawford, Food Service Director DATE: March 16, 2015 SUBJECT: PAPER BOXES FOR FOOD SERVICE NOTICE TO VENDORS Cypress-Fairbanks Independent School District invites your firm
More informationCHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid
CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid 2015-021 January 28, 2015 1 BID FORM... 3 METHOD OF AWARD... 3 INTRODUCTION... 5 SPECIFICATIONS... 5 BID OPENING INFORMATION:... 5 WRITTEN
More informationABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS
ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS 1. PREPARATION OF BID FORM: The District invites proposals on the form(s) enclosed to be submitted
More informationSaddles for Sale RFSB # N
PROCUREMENT, CONTRACTING AND PAYMENT SERVICES REQUEST FOR SURPLUS BIDS (RFSB) Issued: June 15, 2016 Saddles for Sale RFSB #90003634N West Virginia University Board of Governors on behalf of West Virginia
More informationINVITATION FOR BID Annual Water Meter Purchase
Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 INVITATION FOR BID Annual Water Meter Purchase Issue Date: February 16, 2017 Bid Number: 17-006 Agent/Contact: David Bries Submissions
More informationATTENTION ALL BIDDERS
ETOWAH COUNTY COMMISSION 800 Forrest Avenue, Gadsden, AL 35901 REQUEST FOR BID ATTENTION ALL BIDDERS YOU MUST MARK ON THE ENVELOPE: The Etowah County Commission is soliciting sealed bids for the above
More informationASSOCIATION OF UNIVERSITIES FOR RESEARCH IN ASTRONOMY, INC. FIXED PRICE PROFESSIONAL SERVICES AGREEMENT NO. Recitals:
ASSOCIATION OF UNIVERSITIES FOR RESEARCH IN ASTRONOMY, INC. FIXED PRICE PROFESSIONAL SERVICES AGREEMENT NO. THIS FIXED PRICE PROFESSIONAL SERVICES AGREEMENT NO. is made effective this day of, 2017 by and
More informationREQUEST FOR PROPOSAL Police Department Roof System Renovation
City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Police Department Roof System Renovation Issue Date: Thursday September 18, 2014 Bid Number:
More informationStandard Terms and Conditions for Sale of Goods
Standard Terms and Conditions for Sale of Goods These Standard Terms and Conditions for the Sale of Goods (the Terms ) are applicable to all quotes, bids and sales of products and goods (the Goods ) by
More informationCity of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona (520) Fax (520)
City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona 85635 (520) 458-3315 Fax (520) 452-7025 NOTICE OF REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS NUMBER: PROPOSAL
More informationPURCHASE CONTRACT , 2015
DWK PURCHASE CONTRACT $ 2015 REFUNDING CERTIFICATES OF PARTICIPATION Evidencing Direct, Undivided Fractional Interest of the Owners thereof in Lease Payments to be Made by the CORONADO UNIFIED SCHOOL DISTRICT,
More informationSAMPLE PROPERTY AND LIABILITY INSURANCE BROKER SERVICES AGREEMENT BETWEEN SPOKANE AIRPORT AND
SAMPLE PROPERTY AND LIABILITY INSURANCE BROKER SERVICES AGREEMENT BETWEEN SPOKANE AIRPORT AND TABLE OF CONTENTS 1. TERM... 1 2. SCOPE OF WORK... 2 3. COMPENSATION... 2 4. AGREEMENT DOCUMENTS... 2 5. BROKER'S
More informationINDEPENDENT CONTRACTOR AGREEMENT
INDEPENDENT CONTRACTOR AGREEMENT This Independent Contractor Agreement (this Agreement ), effective as of, 2017 (the Effective Date ), is by and between, a New York corporation having a principal place
More informationREQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL/ENGINEERING SERVICES FOR SHERMAN INDEPENDENT SCHOOL DISTRICT
REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL/ENGINEERING SERVICES FOR SHERMAN INDEPENDENT SCHOOL DISTRICT The Sherman Independent School District ( SISD ) is seeking the professional services of
More informationVERIZON SELECT SERVICES INC. Page 1 SECTION 1 - TELECOMMUNICATIONS SERVICES AGREEMENT
VERIZON SELECT SERVICES INC. Page 1 SECTION 1 - TELECOMMUNICATIONS SERVICES AGREEMENT THIS AGREEMENT IS MADE BETWEEN: Customer Name: Contact Name: Address: Main Billing Tel. No: Verizon Select Services
More informationPines Engineering division Ajax Tocco Magnethermic Corporation. TERMS AND CONDITIONS OF SALE
Pines Engineering division Ajax Tocco Magnethermic Corporation. TERMS AND CONDITIONS OF SALE 1. PAYMENT TERMS: Terms of payment, unless otherwise specified on the front of this invoice, are: for machines
More informationPROMIS Rapid Electronic Filing System Submitter License Agreement
PROMIS Rapid Electronic Filing System Submitter License Agreement 94 McFarland Boulevard This Submitter License Agreement (Agreement) is made between Syscon, Inc, an Alabama corporation, with corporate
More informationGAINESVILLE COINS, LLC STORAGE AGREEMENT
GAINESVILLE COINS, LLC STORAGE AGREEMENT THIS GAINESVILLE COINS, LLC STORAGE AGREEMENT (the or this "Agreement") is made and entered into by and between GAINESVILLE COINS, LLC a Florida limited liability
More informationSTANDARD TERMS AND CONDITIONS ACKNOWLEDGEMENT DELUXE PLASTICS
STANDARD TERMS AND CONDITIONS ACKNOWLEDGEMENT DELUXE PLASTICS 1. Acceptance. This acknowledgment shall operate as Deluxe Plastics ( Deluxe ) acceptance of Buyer s purchase order, but such acceptance is
More informationAffordable Housing Program Direct Subsidy Agreement Homeownership Set-Aside Program
Affordable Housing Program Direct Subsidy Agreement Homeownership Set-Aside Program This Affordable Housing Program Direct Subsidy Agreement Homeownership Set-Aside Program (this Agreement ), effective
More informationAGREEMENT FOR DEVELOPMENT AND TAX ABATEMENT IN REINVESTMENT ZONE NUMBER ONE (1) FOR COMMERCIAL INDUSTRIAL TAX ABATEMENT, BRAZOS COUNTY, TEXAS
AGREEMENT FOR DEVELOPMENT AND TAX ABATEMENT IN REINVESTMENT ZONE NUMBER ONE (1) FOR COMMERCIAL INDUSTRIAL TAX ABATEMENT, BRAZOS COUNTY, TEXAS STATE OF TEXAS COUNTY OF BRAZOS This Agreement for Development
More informationATTENTION ALL BIDDERS
ETOWAH COUNTY COMMISSION 800 Forrest Avenue, Gadsden, AL 35901 REQUEST FOR BID ATTENTION ALL BIDDERS YOU MUST MARK ON THE ENVELOPE: BID NO. FY 2018-2019-06 INMATE UNIFORMS The Etowah County Commission
More informationTENDER AGENCY AGREEMENT
TENDER AGENCY AGREEMENT This Tender Agent Agreement (this "Agreement") is made and entered into as of August 1, 2008, by and between the City of Arlington, Texas (the "City") and Wells Fargo Bank, National
More informationEXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT VIRGINIA DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VA ATTN: [ ]
EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT IRREVOCABLE STANDBY DESIGN-BUILD LETTER OF CREDIT ISSUER PLACE FOR PRESENTATION OF DRAFT APPLICANT BENEFICIARY [ ] [Name and address of banking institution
More informationAMENDMENT TO SHARED SERVICE CENTER COOPERATIVE OF NORTH TEXAS INTERLOCAL AGREEMENT
AMENDMENT TO SHARED SERVICE CENTER COOPERATIVE OF NORTH TEXAS INTERLOCAL AGREEMENT THIS AMENDMENT IS ENTERED INTO BY AND BETWEEN the North Central Texas Council of Governments ( NCTCOG ), City of Arlington,
More informationPCM Initialization Kit LEASE AGREEMENT
PCM Initialization Kit LEASE AGREEMENT I. OWNER AND LESSOR INFORMATION Lessee identified in Section II below ( Lessee ) is entering into this Lease Agreement with Snap-on Equipment Solutions, a Division
More informationFLORIDA DEPARTMENT OF TRANSPORTATION
FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 1 DATE: 5/4/2010 RE: BID/RFP #: RFP-DOT-09/10-9041-LG BID/RFP TITLE: Custodial Services for the Haydon Burns Building and Other FDOT Facilities in Tallahassee
More informationECONOMIC DEVELOPMENT AGREEMENT
ECONOMIC DEVELOPMENT AGREEMENT THIS Economic Development Agreement ( Agreement ) is made and entered into by and between the City of Forney, Texas, a Texas home-rule municipal corporation (the City ),
More informationINVITATION TO BID INSTRUCTIONS TO BIDDERS
Exhibit A INVITATION TO BID INSTRUCTIONS TO BIDDERS Scope: A contract will be awarded with the requirement to supply, IT SAN Hard Drives and Support to the Susquehanna Area Regional Airport Authority (S.A.R.A.A.).
More informationARTICLES AND DESCRIPTION. specified) from the day set for submission of bids. When no bid is returned, the vendor is removed from our vendor list.
NORTHSIDE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 607 Richland Hills Drive, Suite 700 San Antonio, Texas 78245 (210) 397-8707 Please BID the following no later than 2:00pm CDT, September 20,
More informationEQUIPMENT LEASE ORIGINATION AGREEMENT
EQUIPMENT LEASE ORIGINATION AGREEMENT THIS EQUIPMENT LEASE ORIGINATION AGREEMENT (this "Agreement") is made as of this [ ] day of [ ] by and between Ascentium Capital LLC, a Delaware limited liability
More informationCROWNCAB OWNER/OPERATOR AGREEMENT
Family owned and operated since 1974 CROWNCAB OWNER/OPERATOR AGREEMENT THIS AGREEMENT made this day of, 20, by and between Reed s Incorporated, a Virginia corporation, hereinafter referred to as Crown
More informationSouthwest Virginia Regional Jail Authority
REQUEST FOR PROPOSAL CORRECTIONAL OFFICER UNIFORMS PAGE 1 Southwest Virginia Regional Jail Authority RFP Correctional Officer Uniforms Due Date: June 26, 2013 REQUEST FOR PROPOSAL CORRECTIONAL OFFICER
More informationPROFESSIONAL SERVICES CONTRACT GENERAL SERVICES BETWEEN COPPER VALLEY ELECTRIC ASSOCIATION, INC. AND
PROFESSIONAL SERVICES CONTRACT GENERAL SERVICES BETWEEN COPPER VALLEY ELECTRIC ASSOCIATION, INC. AND Contract Number Draft CVEA Professional Services Agreement INDEX SECTION 1. SCOPE OF SERVICES...1 SECTION
More informationCITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M.
CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER 10-01-02 OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M. The Request for Proposal and related documents may be
More informationCONSIGNMENT AGREEMENT The Golden Closet 7243 Coldwater Canyon Avenue North Hollywood, CA 91605
CONSIGNMENT AGREEMENT The Golden Closet 7243 Coldwater Canyon Avenue North Hollywood, CA 91605 Date of Agreement: Name of Consignor: This Consignment Agreement sets forth the terms of the agreement between
More informationSUPPLY AGREEMENT TERMS AND CONDITIONS OF PURCHASE (INFLIGHT SERVICES) SELLER IS ADVISED TO READ THESE TERMS & CONDITIONS CAREFULLY
SUPPLY AGREEMENT TERMS AND CONDITIONS OF PURCHASE (INFLIGHT SERVICES) SELLER IS ADVISED TO READ THESE TERMS & CONDITIONS CAREFULLY THIS SUPPLY AGREEMENT (the Agreement ) is made on the applicable dates
More informationBUSINESS PROPOSAL FORM 1 PROPOSAL TRANSMITTAL LETTER. (To be typed on Proposer s Letterhead)
BUSINESS PROPOSAL FORM 1 PROPOSAL TRANSMITTAL LETTER (To be typed on Proposer s Letterhead) John Dettle Engineering Manager Public Works Department City of Torrance 20500 Madrona Avenue Torrance, CA 90503
More informationTHE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES
THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO 63144 REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES 2013-2014 THIS IS NOT AN ORDER 1 CITY OF BRENTWOOD NOTICE FOR PROPOSAL City of Brentwood
More informationPurchase Agreement TERMS AND CONDITIONS PRICES PAYMENT AND PAYMENT TERMS. Bright Ideas. Better Solutions. Benchmark is Branch Automation.
Purchase Agreement The following terms and conditions shall apply to the sale of goods or products ( goods or products ) associated with your invoice: TERMS AND CONDITIONS The obligations and rights of
More informationSUPPLEMENTAL AGREEMENT TO PROVIDE CONSOLIDATED BILLING SERVICE FOR COMPETITIVE ENERGY SUPPLIER
579 Tenney Mountain Highway Plymouth, NH 03264-3154 www.nhec.coop 603-536-1800 / 800-698-2007 SUPPLEMENTAL AGREEMENT TO PROVIDE CONSOLIDATED BILLING SERVICE FOR COMPETITIVE ENERGY SUPPLIER This agreement
More informationAuthorizing the City Manager to execute an Agreement between the City of Columbia and Passport Parking
RESOLUTION NO.: R-2015-004 Authorizing the City Manager to execute an Agreement between the City of Columbia and Passport Parking BE IT RESOLVED by the Mayor and City Council this_ day of, 2015, that the
More informationTAX ABATEMENT AGREEMENT
TAX ABATEMENT AGREEMENT This Tax Abatement Agreement (this "Agreement") is made by and between the City of Angleton, Texas a municipal corporation and home-rule city (the "City"), and Country Village Care,
More information2 each $ Total Bidder to specify Make/Model/Year of Mower (Z-Turn) 1 each $ Total Bidder to specify Make/Model/Year of Mower (1600 Turbo)
INVITATION TO BID CITY OF CHEYENNE, WYOMING PURCHASING DIVISION ROOM 307 MUNICIPAL BUILDING 2101 O NEIL AVENUE, CHEYENNE, WY82001 PHONE: (307) 637-6345 (This is not an order) BID OPENING DATA BID NUMBER:
More informationBOND PURCHASE CONTRACT
Jones Hall Draft 7/14/05 BOND PURCHASE CONTRACT $ CITY OF PIEDMONT Limited Obligation Improvement Bonds Wildwood/Crocker Avenues Undergrounding Assessment District, Series 2005-A, 2005 City of Piedmont
More informationRequest for Proposal
Request for Proposal Bottled Water 2016 RFP No. 16-21.1 Issue Date: Tuesday, August 30, 2016 The Philadelphia Parking Authority is seeking proposals from qualified vendors to provide bottled water under
More informationREQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK
REQUEST FOR PROPOSALS RFP 11-13 SEASONAL ARTIFICIAL ICE SKATING RINK Page 2 of 13 REQUEST FOR PROPOSALS (RFP) 11-13 SEASONAL ARTIFICIAL ICE SKATING RINK Sealed Proposals for Purchasing RFP 11-13 Seasonal
More informationTML MultiState IEBP Executive Director EXECUTIVE SEARCH FIRM SERVICES Request for Qualifications
TML MultiState IEBP Executive Director EXECUTIVE SEARCH FIRM SERVICES Request for Qualifications For more information contact: Daniel E. Migura Jr. Phone: 512-719-6557 1821 Rutherford Lane, Suite #300
More informationRegion 8 TIPS Food Purchasing Cooperative General PROPOSAL DUE: MAY 13, 2014
General PROPOSAL DUE: MAY 13, 2014 April 15, 2014 REGION 8 TIPS Food Cooperative To Vendor Addressed: Region 8 TIPS Food Purchasing Co-op referred to as REG8 TIPS FPC, invites your competitive sealed proposal.
More informationCity of Hyattsville RFP
Date July 30, 2018 RFP#ADM073018 City of Hyattsville RFP Election Services and Equipment City of Hyattsville 4310 Gallatin Street Hyattsville, MD 20781 City of Hyattsville Office of the City Clerk Table
More informationREQUEST FOR PROPOSALS FOR INDEPENDENT ENGINEER SERVICES FOR POST CLOSURE CARE AT ORDOT CLOSURE FACILITY PROJECT NO.: RECEIVER-RFP ADDENDUM NO.
REQUEST FOR PROPOSALS FOR INDEPENDENT ENGINEER SERVICES FOR POST CLOSURE CARE AT ORDOT CLOSURE FACILITY PROJECT NO.: RECEIVER-RFP001-19 ADDENDUM NO. 2 JANUARY 7, 2019 ALL BIDDERS MUST ACKNOWLEDGE RECEIPT
More informationModel Commercial Paper Dealer Agreement
Model Commercial Paper Dealer Agreement [4(2) Program; Guaranteed] Among:, as Issuer,, as Guarantor and, as Dealer Concerning Notes to be issued pursuant to an Issuing and Paying Agency Agreement dated
More informationPORTLAND STATE UNIVERSITY REQUEST FOR QUOTATIONS #21841 Avaya Telephone Sets
PORTLAND STATE UNIVERSITY REQUEST FOR QUOTATIONS #21841 Avaya Telephone Sets Portland State University (PSU) Purchasing Rules, Policies and Guidelines allows PSU departments to use an Informal Procurement
More informationTown of Templeton, Massachusetts Invitation for Bids Bulk Salt/Rock Salt
TOWN OF TEMPLETON BOARD OF SELECTMEN 160 Patriots Road ~ P.O. Box 620 EAST TEMPLETON, MASSACHUSETTS 01438 TEL: (978) 894-2755 Town of Templeton, Massachusetts Invitation for Bids Bulk Salt/Rock Salt The
More informationPURCHASE ORDER TERMS AND CONDITIONS
PURCHASE ORDER TERMS AND CONDITIONS 1. SERVICES & DELIVERABLES. Seller agrees to provide to CORTEC PRECISION SHEETMETAL (or its subsidiaries, if such subsidiaries are designated as the contracting parties
More informationINVITATION FOR BID Bid #1012 Ambulance Graphics
INVITATION FOR BID Bid #1012 Ambulance Graphics St. Charles County Ambulance District ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376
More informationBOROUGH OF HOPATCONG REQUEST FOR PROPOSALS PROFESSIONAL SERVICES
REQUEST FOR PROPOSALS PROFESSIONAL SERVICES MUNICIPAL PROSECUTOR, TAX MAP REVISION and G.I.S SERVICES, RISK MANAGER, LAND SURVEYOR, LAND USE ATTORNEY, MUNICIPAL PLANNER, MUNICIPAL ENGINEERS, MUNICIPAL
More informationArchitectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.
REQUEST FOR PROPOSAL ARCHITECTURAL SERVICES Proposals will be received by the City of Topeka, Kansas at the Contracts & Procurement Office until 2:00 PM, local time March 14, 2008 for the purpose of furnishing
More informationMETER DATA MANAGEMENT SERVICES AGREEMENT BETWEEN AMEREN SERVICES COMPANY AND
METER DATA MANAGEMENT SERVICES AGREEMENT BETWEEN AMEREN SERVICES COMPANY AND THIS METER DATA MANAGEMENT SERVICES AGREEMENT (this Agreement ) is entered into this day of, (the Effective Date ), by and between,
More informationAgent/Agency Agreement
Agent/Agency Agreement This Agent/Agency Agreement ( Agreement ) between CareConnect Insurance Company Inc. and ( CCIC ) and ( Agent ) sets forth the terms and conditions under which Agent may sell health
More informationSCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL. Issued: June 2, 2017
SCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL Issued: June 2, 2017 Proposals Due: Thursday, June 22, 2017 SCOTT COUNTY CDA, Shakopee,
More informationModel Commercial Paper Dealer Agreement
Model Commercial Paper Dealer Agreement [4(2) Program] Between:, as Issuer and, as Dealer Concerning Notes to be issued pursuant to an Issuing and Paying Agency Agreement dated as of between the Issuer
More informationRequest for Quotation Q. Steamboat Springs Emergency Solar Tower Phones
Request for Quotation 792-18Q Steamboat Springs Emergency Solar Tower Phones Due: April 6, 2018 2:00 p.m. Mountain Time Buyer: Colorado Mountain College Purchasing Department 802 Grand Avenue Glenwood
More informationHome Foundation Subcontractor Services Agreement
Home Foundation Subcontractor Services Agreement This Packet Includes: 1. General Information 2. Instructions and Checklist 3. Step-by-Step Instructions 4. Home Foundation Subcontractor Services Agreement
More informationGeneral Terms of Contract
APPENDIX III General Terms of Contract GENERAL CONDITIONS OF CONTRACT 1. GENERAL PROVISIONS 1. 1 Definitions Unless the context otherwise requires, the following terms whenever used in this Contract have
More informationSEI Biobased Participant Agreement
SEI Biobased Participant Agreement This Biobased Participant Agreement ( Agreement ) effective (the Effective Date), between The Safety Equipment Institute ( SEI ), a nonprofit corporation, having its
More informationLEASE AGREEMENT. WHEREAS, the Association is a community association serving the community of River Bend (the Community ); and
LEASE AGREEMENT THIS LEASE AGREEMENT (the Lease Agreement ) is made and entered into as of the day of, 2018, by and between RIVER BEND COMMUNITY DEVELOPMENT DISTRICT (the District ) and RIVER BEND OF HILLSBOROUGH
More informationDEALER AGREEMENT. Dealer-agreement Page 1 of 9 Initial:
DEALER AGREEMENT This Dealer Agreement ( Agreement ) is made as of the Effective Date set forth on the signature page attached hereto by and between Wimberley, Inc., a Virginia corporation ( Wimberley
More information