REQUEST FOR PROPOSAL #201306

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL #201306"

Transcription

1 TOWN OF AMHERST Page 1 of 16 Vendor proposals will be accepted until: REQUEST FOR PROPOSAL # Thursday, March 28, 2013 at 12:30 pm Junior Golf Director Five (5)-sealed copies of the proposal are to be submitted to: Town of Amherst Purchasing Department 2 nd Floor 5583 Main Street Williamsville, New York Mark on lower left-hand corner of envelope: RFP # Golf Professional Instructional Services Due Date: 03/28/13 By 12:30 P.M. Submitted by: Following EXHIBITS are attached to and made a part of the bid specifications, and part of any agreement entered into pursuant to this Request for Proposal: X EXHIBIT "A" - Assignment of Public Contracts N/A EXHIBIT "D" - Bid Bond (Formal Bid) 5% X EXHIBIT "F" - Agreement Addendum X EXHIBIT "G" - Non-Collusive Bidding Certification N/A EXHIBIT "P" & EXHIBIT "PBI" - Performance Bond 100%

2 TOWN OF AMHERST Page 2 of 16 NOTICE TO BIDDERS Town of Amherst Purchasing Department RFP # Junior Golf Director Sealed proposals for the above mentioned project in the Town of Amherst, NY will be received by the Purchasing Department in the Municipal Building, 5583 Main Street, Williamsville, NY on or before 12:30 PM local time on March 28, Specifications may be obtained or examined at the Purchasing Office of the Town of Amherst between the hours of 8:00 AM and 4:00 PM from March 13, 2013 through March 27, 2013, excluding Saturdays, Sundays and Holidays. By Order of the Town Board Town of Amherst, New York

3 TOWN OF AMHERST Page 3 of 16 Golf Camp Director Services Town of Amherst Request for Proposals and Qualifications The Town of Amherst, New York desires to offer the highest quality golf instructional services to its patrons. The Town of Amherst is seeking a qualified, professional instructor and anticipates entering into a license agreement with a PGA Professional at the Audubon Golf Course to direct the Junior Camp Program and the Teen Camp Program. The position will be an independent contractor and not employees of Town of Amherst. A. GENERAL INFORMATION Amherst, an increasingly diverse community, is located in Western New York and is one of several inner-ring suburbs of the City of Buffalo. Although the region has experienced a population decline in the past three decades, Amherst has continued to grow. Its present population is 124,000 and projections prepared as part of the comprehensive plan indicated the community will grow by 11,000 to 22,000 people over the next 20 years. The Town has excellent community facilities and provides a wide range of high quality services for residents. Approximately 12 percent (4,000 acres) of the Town is designated for recreation and open space uses such as parks, recreation facilities, conservation areas, bikeways and trailways and golf courses. Amherst s designation as the Safest City in America for five of the last six years adds immeasurably to a superior quality of life for residents. B. DESCRIPTION OF FACILITIES The Audubon Golf Course is an 18 hole municipally owned public facility located at 500 Maple Road, Williamsville, New York, County of Erie. The Audubon Golf Course is approximately 142 acres is size and is located on a major thoroughfare contiguous to Interstate 290 near the Northtown Center at Amherst, the Audubon Recreation Complex, the State University of New York at Buffalo North Campus and a residential subdivision surrounding the Audubon Recreation Complex and the Amherst Pepsi Center. Audubon has a large, 30 station, self service practice range with a full teaching area consisting of a lesson tee, short game area and putting green. The Audubon Par 3 golf course is located directly across the street from the larger 18 hole course. The course has recently undergone improvements to install a new irrigation system and drainage, as well as new bunkers. Town of Amherst is the home course to 16 leagues and 5 high school golf teams, and has a junior golf program with over 160 members. In addition, the golf course hosts a variety of golf outings and special events. The course has averaged over 25,000 rounds per year over the last 5 years.

4 TOWN OF AMHERST Page 4 of 16 DESIRED QUALIFICATIONS 1. The ability to attract and relate to a diverse, high-volume client base. 2. A high level of skill in teaching golf with a focus on young adults. 3. Ten (10) years of similar experience. 4. Active PGA or LPGA Class A-1 or A-2 member in good standing. BUSINESS POTENTIAL This opportunity provides great potential to develop and operate a highly successful, independent golf instruction business. Town of Amherst has a long history of quality instruction, and demonstrated profitability for golf professionals. RANGE FEES AND GOLF CART USAGE Range fees, for the provision and collection of golf balls, and golf cart usage fees are included. REQUIRED ITEMS FOR SUBMISSION The following items must be submitted for consideration: 1. A letter of interest in providing professional golf leadership at the Town of Amherst Golf Course for Junior Camp and Teen Camp Director. 2. A proposal for a business arrangement between the golf professional and Town of Amherst for fee based on the golf camps and a detailed description of proposed revenue sharing. Revenue sharing proposals may include a guaranteed monthly payment, a percentage of camp fees, a flat fee or any combination of these. Proposals shall include a projected total annual payment to Town of Amherst. 3. A complete history of candidate s experience in golf instruction, and other qualifications including a description of the PGA class of membership and a PGA member education CPD profile which highlights professional development activities 4. A description in narrative form of candidate s method and philosophy of golf instruction, including areas of focus for beginning, intermediate and advanced levels. 5. A list of at least 5 references that can attest to the candidate s abilities and performance in golf instruction. The Town of Amherst may request additional information from any proposer at any time, and may waive any defects or requirements as the Town of Amherst in its discretion deems to be in its best interest. Nothing contained in this RFP will be deemed to create any right (whether property or other) in any party to have a contract awarded or to utilize any standard for award other than what the Town of Amherst deems to be in its best interest. The award of a contract will be made in the discretion of the Town of Amherst and may be made on factors other than cost. Notwithstanding anything to the contrary contained herein, no bidder, whether successful or not, will acquire any legally binding rights against any party including the Town of Amherst unless and until the bidder and the Town of Amherst formally execute an agreement that is satisfactory to the Town of Amherst in its discretion. For more information on Town of Amherst visit

5 TOWN OF AMHERST Page 5 of 16 Questions regarding this request for proposals and qualifications should be directed to: Eric W. Guzdek Town of Amherst Youth & Recreation Department 1615 Amherst Manor Drive Williamsville, New York (716) eguzdek@amherst.ny.us

6 TOWN OF AMHERST Page 6 of 16 Evaluation Criteria and Process The Town shall be the sole judge as to the merits of the proposal, and the resulting agreement. The Town s decision will be final. The Town s evaluation criteria will include, but shall not be limited to, considerations outlined above. Proposals will be reviewed by staff from the Town of Amherst and evaluated based on the format and content outlined in this proposal as follows: EVALUATION CRITERIA PERCENTAGE (WEIGHT) POINTS Qualifications and Experience 25 Understanding of Project Requirements 15 Total Cost 50 References 10 TOTAL EVALUATION 100

7 TOWN OF AMHERST Page 7 of 16 INSTRUCTIONS TO RESPONDENTS 1. The response should be submitted following the outline format of the RFP (i.e. answer questions and submit requirements in the same order and under the same heading as the outline) or RFP will not be considered. RFP must be typed or printed in ink. Original autograph signatures in ink are required. Facsimile or rubber stamp signatures will not be accepted. 2. Late Proposals. Any responses received after the date and time prescribed will not be considered for contract award. 3. Emergency Closings. In the event the closing of certain Town facilities and/or operations and/or services due to any flood, fire, fire drill, power failure, uncontrolled weather conditions or other cause beyond the Town s control, only bids received in the Purchasing Department prior to the date and time or postmarked as of the date prescribed will be considered for contract award. 4. Any change in wording or interlineation by a respondent of the inquiry as published by Town of Amherst shall be reason to reject the proposal of such respondent, or in the event that such change in the RFP is not discovered prior to entering into a contract, to void any contract entered into pursuant to such RFP. 5. The Town of Amherst reserves the right to reject any and all responses, to accept either in whole or in part any one response or combination of responses, as may be provided in the RFP specifications, or to waive any informalities in responses. The Town of Amherst does not obligate itself to accept the lowest or any other proposal and has the right, within its sole and absolute discretion to reject any proposal. 6. For the purpose of determining which respondent is the lowest qualified responsible vendor, it shall be the obligation of all respondents to present information and documentation to the Town of Amherst to satisfy that the respondent possesses sufficient capital resources, skill, judgment and experience to perform the work or deliver the material, as per the RFP specifications. 7. Contract(s) or Purchase Order(s) will be awarded after due consideration of the suitability of goods and/or services proposed to satisfy these specifications, the total cost of such goods and/or services including all cost elements, and the timeliness of the agreed upon delivery date. 8. This EXECUTORY CLAUSE shall be a part of any agreement entered into pursuant to this bid: It is understood by the parties that this agreement shall be executory only to the extent of the monies available to the Town of Amherst and appropriated therefore, and no liability on account thereof shall be incurred by the Town beyond the monies available and appropriated for the purpose thereof. 9. Failure to perform or meet delivery schedule as per accepted response may result in legal action by the Town of Amherst to recover damages, both direct and consequential. 10. Prices shall be quoted F.O.B. Destination, delivered inside (The dock or inside office). "Tailgate delivery" will not be accepted unless specified by the Town of Amherst. 11. Collect transportation charges will not be paid by the Town of Amherst. All freight, cartage, rigging, postage or other transportation charges shall be prepaid and included. There will be no additional charges for delivery. 12. No taxes are to be billed to the Town of Amherst. Proposals shall not include any Federal, State, or local excise, sales, transportation, or other tax, unless Federal or State law specifically levies such tax

8 TOWN OF AMHERST Page 8 of 16 on purchases made by a political subdivision. The Town of Amherst Purchase Order is an exemption certificate. Any applicable taxes from which the Town of Amherst is not exempt shall be listed separately as cost elements, and added into the total net price. 13. The successful respondent shall comply with all laws, rules, regulations and ordinances of the Federal Government, the State of New York and any other political subdivision or regulatory body which may apply to its performance under this contract. 14. Gratuities, Illegal or Improper Schemes. The Town may terminate this agreement if it is determined that gratuities in the form of entertainment, gifts or otherwise were offered or given by a vendor, his agent or representative to any Town official or employee with a view towards securing favorable treatment with respect to the awarding of this bid or the performance of this agreement. The Town may also terminate this agreement if it is determined that the successful bidder engaged in any other illegal or improper scheme promotive of favoritism or unfairness incidental to the bidding process or the performance of this agreement. In the event that it is determined that said improper or illegal acts occurred, the Town shall be entitled to terminate this agreement and/or exercise any other remedy available to it under existing law. 15. Insurance shall be procured by the successful respondent before commencing work and no later than 14 days after notice of award, and maintained without interruption for the duration of the Contract, in the types of coverages and amounts specified in the agreement addendum, unless otherwise stipulated in these RFP Specifications. If the insurance is not provided in acceptable form within this period of time, then the Director of Purchasing may declare the vendor non-responsive and award the contract to the next responsible vendor. 16. Any cash discount which is part of bid will be considered as a reduction in the bid prices in determining the award of the bid. Date of invoice must not precede date of delivery. The Town of Amherst policy is to pay all claims in a timely manner within the specified time. However, if for some reason payment is delayed, the Town will take the discount when payment is made. The Town will not pay any interest charges, nor refund discount amounts taken after the discount period. If this is unsatisfactory, please quote net. 17. Changes in work. The Town may, as the need arises, through the Director of Purchasing, order changes in the work through additions, deletions, or modifications without invalidating the contract. Compensation, as it may be affected by any change, shall be adjusted by agreement between the contractor and the Town through the Director of Purchasing. 18. Responses offering material other than that of specified manufacturer or trade name will be considered unless stated otherwise. The use of the name of a particular manufacturer, trade name, or brand in describing an item does not restrict a respondent to that manufacturer or specific article. However, the substituted article on which a proposal is submitted must be of such character or quality that it would serve the purpose for which it is to be used equally as well as the manufacturer or brand specified and are subject to the prior written approval of Director of Purchasing. Proposals will be accepted in accordance with specifications on file or approved equal. 19. If material or services other than those specified in this RFP document are offered, the respondent must so state and furnish as part of the response the following information: a) Complete description of the item offered, and detailed explanation of the differences between the item specified and the item offered. If, in the opinion of the Director of Purchasing, sufficient detail is not presented as a part of the sealed RFP to permit definitive evaluation of any substitute item, the proposal will not be considered. b) Descriptive literature or item offered, for evaluation. c) List of other installations using the item or service offered.

9 TOWN OF AMHERST Page 9 of Any additional information which the respondent desires to add to the response shall be attached to and submitted with the formal sealed RFP on a separate sheet of paper. 21. Workmanship must meet with the approval of the Director of Purchasing, and shall be first class in every respect without exception and shall be equal to the best modern practices. Materials furnished are to be new and unused. All materials furnished or work performed are to be guaranteed free from defects. Anything found defective or not meeting specifications, no matter in what state of completion, may be rejected and shall be made good by the contractor at his own expense. 22. Contractor shall Clean up and remove all debris and rubbish resulting from the work and leave the premises broom clean to the approval of the department head. 23. This RFP is firm and irrevocable for a period of 45 days from the date and time of the RFP opening. If a contract is not awarded within the 45 day period, a vendor to whom the RFP has not been awarded, may withdraw its proposal by serving written notice of his intention to do so upon the Town of Amherst, Purchasing Department. 24. Prices charged to the Town of Amherst are to be no higher than those offered to any other governmental or commercial consumer. If a bidder has a New York State or a Federal GSA contract for any of the items covered in this bid or any similar items, he shall so indicate that he has said contract on these bid papers and automatically supply a copy of this contract within five days after notification of award. 25. Price is Firm. The unit prices bid shall remain firm, and any other charges bid shall also remain firm, for delivery of the equipment, material, work, or services described in this bid. No cost increase shall be charged for any reason whatsoever. 26. Extension of price protection. Any contract entered into pursuant to this RFP to supply the Town of Amherst requirements of goods and/or services for a definite period of time as stated in the attached specifications may be extended for not more than two successive periods of equal length at the same bid price upon the mutual agreement of the successful respondent and the Town of Amherst. All extensions shall be submitted in writing and shall have prior approval by the Town of Amherst, Director of Purchasing. 27. In executing this proposal, the respondent affirms that all of the requirements of the specifications are understood and accepted by the respondent, and that the prices quoted include all required materials and services. The undersigned has checked all of the RFP figures, and understands that the Town of Amherst will not be responsible for any errors or omissions on the part of the undersigned in preparing this proposal. Mistakes or errors in the estimates, calculations or preparation of the RFP shall not be grounds for the withdrawal or correction of the RFP. In case of error in extension of prices in the proposal, the unit price will govern. 28. The undersigned shall be fully accountable for performance under this proposal, or any contract entered into pursuant to this proposal, and agrees that the signer, or officer/s, will answer under oath all questions relevant to the performance thereof and to any transaction, act or omission had, done or omitted in connection therewith if called before any court with jurisdiction. 29. Termination of Agreement: a. This agreement may be terminated by either party upon seven (7) days written notice, should the other party fail substantially to perform in accordance with its terms, through no fault of the party initiating the termination.

10 TOWN OF AMHERST Page 10 of 16 b. At its option, the Town of Amherst may at any time for any reason terminate this agreement and the Contractor shall immediately cease all work under the agreement upon receipt of written notice of such termination from the Town of Amherst. c. In the event of termination for any reason other than the fault of the Contractor, the Contractor shall be paid the amount due to date of termination, and all reasonable expenses caused by such termination.

11 TOWN OF AMHERST Page 11 of The successful vendor to whom the RFP is awarded shall defend, hold harmless, and indemnify the Town of Amherst, its affiliates, its agents and employees from and against all claims, damages, losses, including reasonable attorney s fees and litigation expenses, and/or causes of action arising out of or resulting from such vendor's performance pursuant to this RFP. 31. STATUS AS AN INDEPENDENT CONTRACTOR: The successful Bidder to whom the bid is awarded and the Town agree that the Bidder and its officers, employees, agents, contractors, subcontractors and/or consultants are independent contractors and not employees of the Town or any department, agency or unit thereof. In accordance with their status as independent contractors, the Bidder covenants and agrees that neither the Bidder nor any of its officers, employees, agents, contractors, subcontractors and/or consultants will hold themselves out as, or claim to be, officers or employees of the Town or any department, agency or unit thereof. 32. Governed by New York law. This Agreement shall be construed and enforced in accordance with the laws of the State of New York. In addition, the parties hereby agree that for any cause of action arising out of this Agreement shall be brought in the County of Erie. (Rev. 1/09) FIRM NAME ADDRESS STATE ZIP AUTHORIZED SIGNATURE TITLE DATE

12 TOWN OF AMHERST Page 12 of 16 To facilitate correct drawing and execution of contract, bidder shall supply full information concerning legal status: FIRM NAME ADDRESS OF PRINCIPAL OFFICE: STREET CITY STATE ZIP AREA CODE PHONE Check one: CORPORATION PARTNERSHIP INDIVIDUAL INCORPORATED UNDER THE LAWS OF THE STATE OF If foreign corporation, state if authorized to do business in the State of New York: YES NO TRADE NAMES: ADDRESS OF LOCAL OFFICE: STREET CITY STATE ZIP AREA CODE PHONE NAMES AND ADDRESSES OF PARTNERS:

13 TOWN OF AMHERST Page 13 of 16 EXHIBIT "A" Town of Amherst Purchasing Department ASSIGNMENT OF PUBLIC CONTRACTS GENERAL MUNICIPAL LAW - Section 109: 1. A clause shall be inserted in all specifications of contracts hereafter made or awarded by an officer, board or agency of a political subdivision, or any district therein, prohibiting any contractor, to whom any contract shall be let, granted or awarded, as required by law, from assigning, transferring, conveying, subletting or otherwise disposing of the same, or of his right, title or interest therein, or his power to execute such contract, to any other person or corporation without the previous consent in writing of the officer, board or agency awarding the contract. 2. If any contractor, to whom any contract is let, granted, or awarded, as required by law, by any officer, board or agency of a political subdivision, or of any district therein, without the previous written consent specified in subdivision one (1) of this section, assign, transfer, convey, sublet or otherwise dispose of such contract, or his right, title or interest therein, or his power to execute such contract to any other person or corporation, the officer, board or agency which let, made, granted or awarded such contract shall revoke and annul such contract, and the political subdivision or district therein, as the case may be, and such officer, board or agency shall be relieved and discharged from all liability and obligations growing out of such contract to such contractor, and to the person or corporation to which such contract shall have been assigned, transferred, conveyed, sublet or otherwise disposed of, and such contractor, and his assignee, transferee or sublessee shall forfeit and lose all monies, theretofore earned under such contract, except so much as may be required to pay his employees. The provisions of this section shall not hinder, prevent or affect any assignment by any such contractor for the benefit of his creditors made pursuant to the laws of the State. NO ASSIGNMENT OF ANY AGREEMENT pursuant to this bid shall be made without specific prior approval, in writing, by the Town of Amherst Director of Purchasing. (Rev. 1/2009)

14 TOWN OF AMHERST Page 14 of 16 EXHIBIT "G" Town of Amherst Purchasing Department NON-COLLUSIVE BIDDING CERTIFICATION By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of his knowledge and belief: (1) the prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor; (2) unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor; and (3) no attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. NOTICE (Penal Law, Section ) IT IS A CRIME, PUNISHABLE AS A CLASS A MISDEMEANOR UNDER THE LAWS OF THE STATE OF NEW YORK, FOR A PERSON, IN AND BY A WRITTEN INSTRUMENT, TO KNOWINGLY MAKE A FALSE STATEMENT, OR TO MAKE A FALSE STATEMENT, OR TO MAKE A STATEMENT WHICH SUCH PERSON DOES NOT BELIEVE TO BE TRUE. BID NOT ACCEPTABLE WITHOUT FOLLOWING CERTIFICATION: Affirmed under penalty of perjury this day of, 20 TERMS DELIVERY DATE AT DESTINATION FIRM NAME ADDRESS AUTHORIZED SIGNATURE TYPED NAME OF AUTHORIZED SIGNATURE TITLE TELEPHONE NO. ZIP

15 TOWN OF AMHERST Page 15 of 16 Addendum to Contract EXHIBIT F Notwithstanding any other provision in this Agreement, the following clauses shall be controlling. Should any other provision conflict with the clauses in this Addendum the provisions in this Addendum are to be enforceable and the conflicting provision shall be considered null and void. No rules, requirements or customs of any society or association of professional Contractors or any similar association shall affect this Agreement in any way whatsoever or be binding upon the Town of Amherst (hereinafter Town ). Contractor shall indemnify and hold the Town, its officers, agents, and employees, harmless from any and all liability, demands, claims, or expenses, awards or judgments imposed upon the Town, its officers, agents, and/or employees, arising from the negligence, active or passive, of Contractor, its officers, agents, subcontractors, and/or employees. Contractor shall not commence work under this Agreement until it has obtained all insurance required under this paragraph and such insurance has been approved by the Town. (a) Compensation Insurance: Contractor shall take out and maintain during the life of this Agreement, Workers Compensation Insurance for its employees to be assigned to the work hereto under. (b) General Liability, Professional (if applicable) Liability and Property Damage Insurance: Contractor shall take out and maintain during the life of this Agreement, such general liability and property damage insurance as shall protect it from claims for damages for personal injury, including accidental death, as well as from claims for property damage, which may arise from operations under this Agreement. The amounts of such insurance shall be as follows: General and professional (if applicable) liability insurance in an amount not less than $1,000, per occurrence for bodily injury and property damage including wrongful death, and $2,000, aggregate. Contractor shall ensure all its subcontractors, if any, have obtained all the above insurances. Contractor shall furnish the above insurances, including subcontractors insurances, to the Town and shall also name the Town as a primary additional insured in said policies. (c) Any accident shall be reported to the Office of the Town Attorney as soon as possible and not later than twenty-four (24) hours from the time of such accident. A detailed written report must be submitted to the Town of Amherst as soon thereafter as possible and not later than three (3) days after the date of such accident. No Assignment: In accordance with the provisions of Section 109 of the General Municipal Law, the Contractor is hereby prohibited from assigning, transferring, conveying, subletting or otherwise disposing of this agreement, or of its right, title or interest in this agreement, or its power to execute this Agreement, to any other person or corporation without the previous consent in writing of the Town. Required Provisions of Law: Each and every provision of law and clause required by law to be inserted in this Agreement shall be deemed to have been inserted herein. If any such provision is not inserted through mistake or otherwise, then upon the application of either party, this Agreement shall be physically amended forthwith to make such insertion. In particular, the Contractor shall, among other things, fully comply with:

16 TOWN OF AMHERST Page 16 of 16 (a) Article 8 of the NYS Labor Law for public work contracts and Article 9 of the Labor Law regarding prevailing wage for Building Service employees. (b) Labor Law section 220-e and Executive Law sections and the Civil Rights Law relating to prohibition against discrimination and equal opportunity. (c) Affirmative action as required by the Labor Law. (d) Prevention of dust hazard required by Labor Law section 222-a. (e) Preference in employment of persons required by Labor Law section 222. (f) Eight-hour workday as required by Labor Law section 220(2). (g) Chapter 32 of the Town of Amherst: Minority Women and Business Utilization Commitment. (h) Chapter 163 of the Town of Amherst: Registration of Sex Offenders. The Contractor, in accordance with its status as an independent Contractor or, covenants and agrees that it will conduct itself consistent with such status. It will neither hold itself out as. nor claim to be, an officer or employee of the Town by reason hereof, make any claim, demand or application to or for any right or privilege applicable to an officer or employee of the Town, including, but not limited to: workers compensation coverage, unemployment insurance benefits, Social Security coverage, or retirement membership or credit. Waiver: No waiver of any breach of any condition of the Agreement shall be binding unless in writing and signed by the party waiving said breach. No such waiver shall in any way affect any other term or condition of this Agreement or constitute a cause or excuse for a repetition of such or any other breach unless the waiver shall include the same. This Agreement shall be governed by, and interpreted according to the laws of the State of New York. Any and all legal action necessary to enforce the agreement will be held in Erie County, New York. The Contractor shall not discriminate on the basis of race, color, national origin or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 40 CFR Part 33 in the award and administration of contracts awarded under EPA financial assistance agreements. Failure by the Contractor to carry out these requirements is a material breach of this contract which may result in the termination of this contract or other legally available remedies. Authority for execution on behalf of Town: The Supervisor has executed this Agreement pursuant to a Resolution adopted by the Town Board of the Town of Amherst, at a meeting thereof held on Barry A. Weinstein, M.D., the Supervisor whose signature appears hereafter, is duly authorized and empowered to execute this instrument and enter into such an agreement on behalf of the Town. This instrument shall be executed in duplicate. At least one (1) copy shall be permanently filed, after execution thereof, in the office of the Town Clerk of the Town of Amherst Agreed to and Accepted by: Print Name of Company Agreed to and Accepted by: Town of Amherst By: Signature By: Barry A. Weinstein, Supervisor Printed name Date: Date:

REINFORCED CONCRETE PIPE ROUND (CLASS III & IV) ELLIPTICAL (CLASS III & IV)

REINFORCED CONCRETE PIPE ROUND (CLASS III & IV) ELLIPTICAL (CLASS III & IV) MINIMUM SPECIFICATIONS AND BID FORMS FOR REINFORCED CONCRETE PIPE ROUND (CLASS III & IV) ELLIPTICAL (CLASS III & IV) FOR CATTARAUGUS COUNTY DEPARTMENT OF PUBLIC WORKS HIGHWAY DIVISION OFFICE OF THE CLERK

More information

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 dstevens@oswegocounty.com Daniel Stevens Tamara Allen Purchasing

More information

CITY 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: 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 information

PRECAST CONCRETE BOX CULVERT FOR DAYTON CULVERT No. 11

PRECAST CONCRETE BOX CULVERT FOR DAYTON CULVERT No. 11 MINIMUM SPECIFICATIONS FOR PRECAST CONCRETE BOX CULVERT FOR DAYTON CULVERT No. 11 FOR CATTARAUGUS COUNTY DEPARTMENT OF PUBLIC WORKS HIGHWAY DIVISION OFFICE OF THE CLERK CATTARAUGUS COUNTY LEGISLATURE 303

More information

VILLAGE OF ALLEGANY SIDEWALK BID NOTICE TO CONTRACTORS

VILLAGE OF ALLEGANY SIDEWALK BID NOTICE TO CONTRACTORS VILLAGE OF ALLEGANY SIDEWALK BID NOTICE TO CONTRACTORS SEALED PROPOSALS for Proposed Sidewalk construction at various locations throughout the Village of Allegany, NY will be received at the office of

More information

THE 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 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 information

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

Request 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 information

City of Beacon Beacon, New York 12508

City of Beacon Beacon, New York 12508 City of Beacon Beacon, New York 12508 Dear Sirs: Notice is hereby given that sealed proposals are sought and requested for the following: BID OPENING INFORMATION Name: Park Pavilion Bid #: 080117 Date:

More information

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COUNTY OF OSWEGO PURCHASING DEPARTMENT COUNTY OF OSWEGO PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com Daniel Stevens, Purchasing Director May 18, 2017

More information

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

QUOTE 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 information

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

QUOTE 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 information

ABC 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 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 information

Tulsa Community College

Tulsa 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 information

City 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 (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 information

INVITATION TO BID INSTRUCTIONS TO BIDDERS

INVITATION 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 information

STANDARD TERMS AND CONDITIONS FOR TENDERS, PROPOSALS, CONTRACTS AND QUOTATIONS

STANDARD TERMS AND CONDITIONS FOR TENDERS, PROPOSALS, CONTRACTS AND QUOTATIONS STANDARD TERMS AND CONDITIONS FOR TENDERS, PROPOSALS, CONTRACTS AND QUOTATIONS City of Thunder Bay Supply Management Division Page 1 of 6 SCOPE The following Standard Terms and Conditions for Tenders,

More information

ATTENTION ALL BIDDERS

ATTENTION 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 information

SUBDIVISION IMPROVEMENT AGREEMENT. (Date of Subdivision Map Recordation: )

SUBDIVISION IMPROVEMENT AGREEMENT. (Date of Subdivision Map Recordation: ) SUBDIVISION IMPROVEMENT AGREEMENT Tract Map No.: (Date of Subdivision Map Recordation: ) THIS AGREEMENT is between the City of Fontana, a municipal corporation, County of San Bernardino, State of California

More information

Bid #15-15 Goodyear Tires

Bid #15-15 Goodyear Tires April 10. 2015 LEGAL NOTICE Sealed Bids will be received by the Oswego County Purchasing Department, 46 East Bridge Street, Oswego, New York until 2:00 p.m., Tuesday, May 5. 2015 for the Purchase of: GOODYEAR

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA 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 information

City of Mexico Beach Replacement of Fire Department Roofing Shingles

City of Mexico Beach Replacement of Fire Department Roofing Shingles City of Mexico Beach Replacement of Fire Department Roofing Shingles 2018 BID INFORMATION, REQUIREMENTS, INSTRUCTIONS AND SPECIFICATIONS BID INFORMATION BIDS DUE BY: Thursday, April 19 th, 2018 at 2:00

More information

MASTER PURCHASE AGREEMENT

MASTER PURCHASE AGREEMENT MASTER PURCHASE AGREEMENT This Master Purchase Agreement dated as of January 6, 2003 is by and between the County of Allegheny ( County ) and Zep Manufacturing Company, a division of Acuity Specialty Products

More information

OSWEGO COUNTY PURCHASING DEPARTMENT

OSWEGO COUNTY PURCHASING DEPARTMENT OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com/admin-purchasing.shtml Philip R. Church, Director January

More information

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT TO IB PAGE TO: Clerk of the Board INLAND VALLEY DEVELOPMENT AGENCY 1601 E. Third Street San Bernardino, CA 92408 BID: Pursuant to your published Notice

More information

City of Malibu Request for Proposals (RFP) for Government Relations and Lobbying Services

City of Malibu Request for Proposals (RFP) for Government Relations and Lobbying Services City of Malibu Request for Proposals (RFP) for Government Relations and Lobbying Services INTRODUCTION The City of Malibu (City) is requesting proposals from firms to provide contracting services for government

More information

Request for Quotation Q. Steamboat Springs Emergency Solar Tower Phones

Request 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 information

Home Foundation Subcontractor Services Agreement

Home 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 information

TERMS AND CONDITIONS OF THE INVITATION TO BID

TERMS 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 information

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES DATE: 10/11/2013 ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES The Arlington Heights Park District shall receive written quotes for Flora and Commemorative Bronze Signs at Arlington Heights Park

More information

Authorizing the City Manager to execute an Agreement between the City of Columbia and Passport Parking

Authorizing 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 information

ATTENTION ALL BIDDERS

ATTENTION 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 information

SAMPLE DOCUMENT FOR FORMATTING ILLUSTRATION ONLY JOINT VENTURE AGREEMENT

SAMPLE DOCUMENT FOR FORMATTING ILLUSTRATION ONLY JOINT VENTURE AGREEMENT SAMPLE DOCUMENT FOR FORMATTING ILLUSTRATION ONLY JOINT VENTURE AGREEMENT This agreement made as of the day of,. BETWEEN: AND The above parties, sometimes hereinafter referred to collectively as the Parties

More information

Sunnyside Valley Irrigation District

Sunnyside 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 information

PRECAST CONCRETE BOX CULVERT FOR NAPOLI CULVERT No. 6

PRECAST CONCRETE BOX CULVERT FOR NAPOLI CULVERT No. 6 MINIMUM SPECIFICATIONS FOR PRECAST CONCRETE BOX CULVERT FOR NAPOLI CULVERT No. 6 FOR CATTARAUGUS COUNTY DEPARTMENT OF PUBLIC WORKS HIGHWAY DIVISION OFFICE OF THE CLERK CATTARAUGUS COUNTY LEGISLATURE 303

More information

NASSAU COMMUNITY COLLEGE

NASSAU COMMUNITY COLLEGE NASSAU COMMUNITY COLLEGE of the County of Nassau State of New York Office of Procurement, Garden City, NY 11530 PHONE: (516) 572-7300 FAX (516) 572-7618 WWW.NCC.EDU REQUEST FOR PROPOSALS (RFP) RFP No.:

More information

Invitation for Informal Bid (IFIB) Summary. 3. Exhibit A Proposal / Bid Forms.. 7. Agreement. 12. Payment Bond 14. Performance Bond 17

Invitation for Informal Bid (IFIB) Summary. 3. Exhibit A Proposal / Bid Forms.. 7. Agreement. 12. Payment Bond 14. Performance Bond 17 TABLE OF CONTENTS Invitation for Informal Bid (IFIB) Summary. 3 Exhibit A Proposal / Bid Forms.. 7 Agreement. 12 Payment Bond 14 Performance Bond 17-2 - INVITATION FOR INFORMAL BID (IFIB) SUMMARY NOTICE

More information

REQUEST FOR PROPOSAL Youth Sports Officiating Services

REQUEST FOR PROPOSAL Youth Sports Officiating Services REQUEST FOR PROPOSAL 2018 Youth Sports Officiating Services SUBMITTAL DEADLINE 3:00pm on February 5, 2018 Any questions regarding this submission of the Request for Proposal shall be submitted to the City

More information

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY 2019 CALENDAR YEAR

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY 2019 CALENDAR YEAR INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY 2019 CALENDAR YEAR MUNICIPAL PROSECUTOR The Borough of Lavallette, located on a barrier

More information

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PURCHASE ORDER TERMS & CONDITIONS

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PURCHASE ORDER TERMS & CONDITIONS STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PURCHASE ORDER TERMS & CONDITIONS 375-040-55 Page 1 of 7 1. SERVICES AND PERFORMANCE Purchase Order No.: Appropriation Bill Number(s) / Line Item Number(s)

More information

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY BOROUGH AUDITOR

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY BOROUGH AUDITOR INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY 2019 CALENDAR YEAR BOROUGH AUDITOR The Borough of Lavallette, located on a barrier

More information

DEPARTMENT OF PUBLIC WORKS. Road Division ADDENDUM #1 COUNTY OF MERCED DEPARTMENT OF PUBLIC WORKS REQUEST FOR PROPOSAL:

DEPARTMENT OF PUBLIC WORKS. Road Division ADDENDUM #1 COUNTY OF MERCED DEPARTMENT OF PUBLIC WORKS REQUEST FOR PROPOSAL: DEPARTMENT OF PUBLIC WORKS Road Division Dana S. Hertfelder Director 345 West 7th Street Merced, CA 95340 Phone: (209) 385-7601 Fax: (209) 722-7690 www.co.merced.ca.us Equal Opportunity Employer ADDENDUM

More information

RETRO REFLECTIVE GLASS BEADS

RETRO REFLECTIVE GLASS BEADS RETRO REFLECTIVE GLASS BEADS The Reno-Tahoe Airport Authority Purchasing and Materials Management Division is currently accepting sealed bids for retro reflective glass beads, Invitation to Bid Number

More information

DISTRIBUTOR AGREEMENT

DISTRIBUTOR AGREEMENT DISTRIBUTOR AGREEMENT THIS AGREEMENT is made this day of, 19, by and between [Name of Company], with its principal place of business located at [Address] (the "Company") and [Name of Distributor], [Address]

More information

BID ON LIQUID CHLORINE & SODIUM HYPOCHLORITE

BID ON LIQUID CHLORINE & SODIUM HYPOCHLORITE Book No. BID ON LIQUID CHLORINE & SODIUM HYPOCHLORITE SUBMITTED BY: City of Oneida 109 North Main Street Oneida NY 13421 TABLE OF CONTENTS PAGE ADVERTISEMENT - INVITATION TO BID A - 1 INSTRUCTIONS TO BIDDERS

More information

ROGERS CORPORATION - TERMS AND CONDITIONS OF PURCHASE

ROGERS CORPORATION - TERMS AND CONDITIONS OF PURCHASE ROGERS CORPORATION - TERMS AND CONDITIONS OF PURCHASE THE FOLLOWING TERMS AND CONDITIONS, AND THOSE SPECIFIED ON THE FACE OF THIS PURCHASE ORDER, SHALL EXCLUSIVELY GOVERN THE PURCHASE OF ALL MATERIALS

More information

CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid

CHARLESTON 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 information

BID ON ALUMINUM SULFATE

BID ON ALUMINUM SULFATE Book No. BID ON ALUMINUM SULFATE SUBMITTED BY: City of Oneida 109 North Main Street Oneida NY 13421 TABLE OF CONTENTS PAGE ADVERTISEMENT - INVITATION TO BID A - 1 INSTRUCTIONS TO BIDDERS B - 1,2 PROPOSAL

More information

PROPOSAL SUBMISSION AGREEMENT

PROPOSAL 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 information

CONTRACT. by and between. County Land Reutilization Corporation. and. Court Community Service

CONTRACT. by and between. County Land Reutilization Corporation. and. Court Community Service Form XIII-5 CONTRACT by and between County Land Reutilization Corporation and Court Community Service THIS AGREEMENT (the Contract ), dated and effective, 20 (the Effective Date ), is made and entered

More information

FACILITY-USE LICENSE AGREEMENT

FACILITY-USE LICENSE AGREEMENT FACILITY-USE LICENSE AGREEMENT This Facility-Use License Agreement is made and entered into this day of, 20, by and between the Board of Trustees of Southern Illinois University Governing Southern Illinois

More information

CONTRACT FOR ROOF REMOVAL AND REPLACEMENT - Milford Middle School

CONTRACT FOR ROOF REMOVAL AND REPLACEMENT - Milford Middle School CONTRACT FOR ROOF REMOVAL AND REPLACEMENT - Milford Middle School THIS AGREEMENT made this day of, 2013 between the Milford School District, a New Hampshire school district having a usual place of business

More information

Request for Proposal. Physical Security Professional Review. ASIS Chapter Calgary / Southern Alberta

Request for Proposal. Physical Security Professional Review. ASIS Chapter Calgary / Southern Alberta Request for Proposal Physical Security Professional Review ASIS Chapter 162 - Calgary / Southern Alberta August 2013 Table of Contents 1. Project Scope... 4 1.1 Introduction... 4 1.2 Purpose... 4 1.3 Project

More information

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

REQUEST 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 information

LAND IMPROVEMENT AGREEMENT

LAND IMPROVEMENT AGREEMENT LAND IMPROVEMENT AGREEMENT PM # ASP # DR # ADDRESS # THIS AGREEMENT made and entered into this day of, 20, by and between the City of Fontana, hereinafter call City and hereinafter called Applicant. WITNESSETH:

More information

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA Request for Proposal (RFP) For Patrol Rifles Bid Proposals due no later than 4:00 PM, Wednesday, August 20, 2014 at the County Council

More information

LISTING AGREEMENT STANDARD TERMS AND CONDITIONS Date: March 1, 2016

LISTING AGREEMENT STANDARD TERMS AND CONDITIONS Date: March 1, 2016 LISTING AGREEMENT STANDARD TERMS AND CONDITIONS Date: March 1, 2016 ARTICLE 1 Definition 1.1 Definitions. In this Agreement, the following words shall have the following meanings: Agreement means this

More information

INVITATION TO BID INSTRUCTIONS TO BIDDERS

INVITATION TO BID INSTRUCTIONS TO BIDDERS INVITATION TO BID INSTRUCTIONS TO BIDDERS Scope: A contract will be awarded with the requirement to supply, Sodium Acetate or Sodium Formate based solid deicing product to the Susquehanna Area Regional

More information

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014 Bid Addendum #1 Bid # 13/14-01FA: Issued March 19, 2014 *This addendum forms a part of the Agreement documents and modifies the original bid documents. The following revisions, clarifications, deletions

More information

GENERAL APPLICATION AND AGREEMENT OF INDEMNITY CONTRACTORS FORM

GENERAL APPLICATION AND AGREEMENT OF INDEMNITY CONTRACTORS FORM MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. P.O. Box 14498, Des Moines, iowa 50306-3498 Phone (800) 678-8171 FAX (515) 243-3854 GENERAL APPLICATION AND AGREEMENT OF INDEMNITY CONTRACTORS

More information

SERVICE AGREEMENT XX-XXXX-XXX-XX

SERVICE AGREEMENT XX-XXXX-XXX-XX SERVICE AGREEMENT XX-XXXX-XXX-XX This Service Agreement ( Agreement ) in entered into by and between Missouri Foundation for Health ( Foundation ) and ( Contractor ). WHEREAS, Foundation desires the services

More information

Rutherford County Board of Education

Rutherford County Board of Education Rutherford County Board of Education Bill C. Spurlock, Director of Schools 2240 Southpark Drive Murfreesboro, TN 37128 (615) 893-5812 phone (615) 904-3766 Fax The Rutherford County Board of Education requests

More information

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS SECTION 00200 INSTRUCTIONS TO BIDDERS PARAGRAPH TITLE PAGE NO. 1. FORMAT 3 2. SPECIFICATION LANGUAGE 3 3. GENERAL DESCRIPTION OF THE PROJECT 3 4. QUALIFICATION OF CONTRACTORS 3 5. DOCUMENT INTERPRETATION

More information

MEMORANDUM OF AGREEMENT by and between THE CITY OF BOISE CITY and [SELECTED APPLICANT]

MEMORANDUM OF AGREEMENT by and between THE CITY OF BOISE CITY and [SELECTED APPLICANT] MEMORANDUM OF AGREEMENT by and between THE CITY OF BOISE CITY and [SELECTED APPLICANT] THIS MEMORANDUM OF AGREEMENT (the Agreement ) is made and entered into this day of, 201, by and between the city of

More information

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS Date Issued: September 28, 2018 Bid Number: 19-20, 19-21 and 19-22 The City of Sikeston is soliciting bids for the demolition and disposal of 315

More information

SCOTT 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 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 information

Subscriber Registration Agreement. Signing up is as easy as 1, 2, 3...

Subscriber Registration Agreement. Signing up is as easy as 1, 2, 3... Subscriber Registration Agreement You must be a registered user to access certain e-government services through Alabama Interactive. Alabama Interactive, Inc 100 North Union Street Suite 630 Montgomery,

More information

DESIGN - BUILD PROPOSAL OF

DESIGN - BUILD PROPOSAL OF DESIGN - BUILD PROPOSAL OF (Proposer's Firm Name) (Prequalified Name, if Applicable) (Proposing Firm's Physical Address - City - State -- Zip) F.E.I.D. No. Telephone No. FAX No. Email Address for constructing

More information

AGREEMENT FOR PROFESSIONAL SERVICES Contract No.

AGREEMENT FOR PROFESSIONAL SERVICES Contract No. AGREEMENT FOR PROFESSIONAL SERVICES Contract No. This AGREEMENT FOR PROFESSIONAL SERVICES ( AGREEMENT ) is made and entered into effective as of the day of, 20, by and between the CITY OF ALHAMBRA, a charter

More information

General Terms of Contract

General 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 information

2 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)

2 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 information

AGREEMENT FOR PROFESSIONAL SERVICES

AGREEMENT FOR PROFESSIONAL SERVICES AGREEMENT FOR PROFESSIONAL SERVICES This Agreement is made and entered into as of [date] by and between the City of Malibu (hereinafter referred to as the "City"), and (hereinafter referred to as "Consultant").

More information

PURCHASE ORDER TERMS AND CONDITIONS

PURCHASE 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 information

(01/31/13) Principal Name /PIA No. PAYMENT AND INDEMNITY AGREEMENT No.

(01/31/13) Principal Name /PIA No. PAYMENT AND INDEMNITY AGREEMENT No. PAYMENT AND INDEMNITY AGREEMENT No. THIS PAYMENT AND INDEMNITY AGREEMENT (as amended and supplemented, this Agreement ) is executed by each of the undersigned on behalf of each Principal (as defined below)

More information

PENN CAMBRIA SCHOOL DISTRICT 201 6th Street, Cresson, Pennsylvania DIESEL FUEL BID. Instructions/Specifications/Bid Form

PENN CAMBRIA SCHOOL DISTRICT 201 6th Street, Cresson, Pennsylvania DIESEL FUEL BID. Instructions/Specifications/Bid Form To assure the Board of Directors that all bidders are being offered an equal opportunity to bid and that all bidders are bidding on equal materials and conditions, the following must be adhered to. Any

More information

Deadline to receive Sealed Bids is Thursday, September 21, 2017 at 9:00 a.m. EST.

Deadline to receive Sealed Bids is Thursday, September 21, 2017 at 9:00 a.m. EST. (ADVERTISEMENT) OWNER: Middle Kentucky CAP, Inc. 171 Howell Heights Jackson, KY 41339 INVITATION FOR BID (IFB) Middle Kentucky CAP is seeking sealed bids for blacktop paving. installation to _171 Howell

More information

Diesel Engine Replacement for. Gillig Low Floor Buses

Diesel Engine Replacement for. Gillig Low Floor Buses JACKSON AREA TRANSPORTATION AUTHORITY INVITATION FOR BID (IFB 2016-01) Diesel Engine Replacement for Gillig Low Floor Buses Issue date: January 13, 2017 Bid due date and time: February 10, 2017 by 3 P.M.

More information

CITY 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 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 information

[JURISDICTION] S AMENDMENTS TO AIA DOCUMENT A201, GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION EDITION

[JURISDICTION] S AMENDMENTS TO AIA DOCUMENT A201, GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION EDITION [JURISDICTION] S AMENDMENTS TO AIA DOCUMENT A201, GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION - 1997 EDITION This document modifies portions of the General Conditions of the Contract for Construction

More information

PRECIOUS METALS STORAGE AGREEMENT

PRECIOUS METALS STORAGE AGREEMENT PRECIOUS METALS STORAGE AGREEMENT This PRECIOUS METALS STORAGE AGREEMENT (this Agreement ) is dated as of, 201_, by and between TRANSCONTINENTAL DEPOSITORY SERVICES, LLC, a Delaware limited liability company

More information

CITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE. BID No

CITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE. BID No CITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE BID No. 2017-07 See, Attached List of City Owned Surplus Real Estate which is Available Bid Opening Date: January 26, 2018 at 2:00

More information

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No.

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No. SPECIFICATIONS Renovations and Additions to the Coffee Springs Senior Center Coffee Springs, Alabama G Mark Pepe Architect 307 West Adams Street Dothan, Alabama 36303 (334) 712-9721 (334) 699-2028 Facsimile

More information

TOURISM PROMOTION AGREEMENT

TOURISM PROMOTION AGREEMENT TOURISM PROMOTION AGREEMENT Event Name THIS AGREEMENT is made and entered into as of the day of, 20 ( Effective Date ), by and between Pinellas County, a political subdivision of the State of Florida (

More information

Effective 08/01/2005 1/6

Effective 08/01/2005 1/6 STANDARD CLAUSES FOR ROCKLAND COUNTY PURCHASE ORDERS The parties to the attached purchase order, or other agreement of any kind (hereinafter, "the contract" or "this contract") agree to be bound by the

More information

POLE ATTACHMENT LICENSE AGREEMENT SKAMANIA COUNTY PUD

POLE ATTACHMENT LICENSE AGREEMENT SKAMANIA COUNTY PUD POLE ATTACHMENT LICENSE AGREEMENT SKAMANIA COUNTY PUD PARTIES: PUBLIC UTILITY DISTRICT No. 1 of SKAMANIA COUNTY, WASHINGTON, a Washington municipal corporation, hereinafter called PUD, and [Name] a [State

More information

GENERAL TERMS AND CONDITIONS FOR THE SALE OF GOODS

GENERAL TERMS AND CONDITIONS FOR THE SALE OF GOODS GENERAL TERMS AND CONDITIONS FOR THE SALE OF GOODS 1. Applicability. (a) These terms and conditions of sale (these "Terms") are the only terms which govern the sale of the goods ("Goods") by Tecogen Inc.

More information

SAN 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 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 information

PORTLAND STATE UNIVERSITY REQUEST FOR QUOTATIONS #21841 Avaya Telephone Sets

PORTLAND 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 information

802-18Q. Defibrillator. Due: 06/15/2018 2:00 p.m. MST

802-18Q. Defibrillator. Due: 06/15/2018 2:00 p.m. MST 802-18Q Defibrillator Due: 06/15/2018 2:00 p.m. MST Buyer: CMC Purchasing Department 802 Grand Avenue / Glenwood Springs, CO 81601 / bids@coloradomtn.edu Section I: Introduction Colorado Mountain College

More information

ASC Model Contract. NOW, THEREFORE, in consideration of the mutual covenants and conditions herein contained, the parties agree as follows:

ASC Model Contract. NOW, THEREFORE, in consideration of the mutual covenants and conditions herein contained, the parties agree as follows: ASC Model Contract AGREEMENT made this day of 20, by and between STATE UNIVERSITY OF NEW YORK, a corporation organized and existing under the laws of the State of New York, with its principal office located

More information

Request for Proposal DOCUMENT SCANNING FOR LUZERNE COUNTY CHILDREN & YOUTH REF #82917RFPSO LUZERNE COUNTY PENNSYLVANIA

Request for Proposal DOCUMENT SCANNING FOR LUZERNE COUNTY CHILDREN & YOUTH REF #82917RFPSO LUZERNE COUNTY PENNSYLVANIA Request for Proposal DOCUMENT SCANNING FOR LUZERNE COUNTY CHILDREN & YOUTH REF #82917RFPSO LUZERNE COUNTY PENNSYLVANIA DUE DATE: October 12, 2017 at 4:00PM EST Luzerne County Purchasing Department Attention:

More information

REQUEST FOR QUALIFICATIONS FOR PEER REVIEW AND ON-CALL CONSULTING ENGINEER SERVICES FOR PLANNING & DEVELOPMENT

REQUEST FOR QUALIFICATIONS FOR PEER REVIEW AND ON-CALL CONSULTING ENGINEER SERVICES FOR PLANNING & DEVELOPMENT REQUEST FOR QUALIFICATIONS FOR PEER REVIEW AND ON-CALL CONSULTING ENGINEER SERVICES FOR PLANNING & DEVELOPMENT TOWN OF COVENTRY, RHODE ISLAND Department of Planning & Development 1670 Flat River Road Coventry,

More information

ICON DRILLING PURCHASE ORDER TERMS & CONDITIONS

ICON DRILLING PURCHASE ORDER TERMS & CONDITIONS ICON DRILLING ABN 75 067 226 484 PURCHASE ORDER TERMS & CONDITIONS Acceptance of this offer is subject to the terms and conditions of this Agreement. Acceptance of materials, work or services, payment

More information

AGREEMENT OF SALE BY AND BETWEEN THE PHILADELPHIA PARKING AUTHORITY AND.

AGREEMENT 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 information

REQUEST FOR PROPOSAL Police Department Roof System Renovation

REQUEST 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 information

GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE. between the City of and

GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE. between the City of and GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE between the City of and [Insert Vendor's Co. Name] THIS AGREEMENT is made by and between the City of, a Washington municipal corporation (hereinafter

More information

SELECTED INVESTMENT ADVISOR AGREEMENT PREFERRED APARTMENT COMMUNITIES, INC.

SELECTED INVESTMENT ADVISOR AGREEMENT PREFERRED APARTMENT COMMUNITIES, INC. SELECTED INVESTMENT ADVISOR AGREEMENT PREFERRED APARTMENT COMMUNITIES, INC. THIS SELECTED INVESTMENT ADVISOR AGREEMENT is made and entered into as of the date indicated on Exhibit A attached hereto (this

More information

Trócaire General Terms and Conditions for Procurement

Trócaire General Terms and Conditions for Procurement Trócaire General Terms and Conditions for Procurement Version 1 February 2014 1. Contractors Obligations 1.1 The Contractor undertakes to perform its obligations arising from this Agreement with due care,

More information

SUPPLY 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 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 information

Invitation to Submit Tenders

Invitation to Submit Tenders 1 You are invited to submit a tender for: Roadside Mowing Contract Invitation to Submit Tenders To submit a tender, complete the attached Contract for Roadside Mowing and submit it to the Birch Hills County

More information

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT NAIROBI CITY COUNTY ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT FOR THE SUPPLY AND DELIVERY OF ONE (1) NO. 18M 3 (20 TON) POTHOLE PATCHING TRUCK FOR THE ROADS, PUBLIC WORKS & TRANSPORT SECTOR

More information