University of Missouri System Supply Chain

Size: px
Start display at page:

Download "University of Missouri System Supply Chain"

Transcription

1 University of Missouri System Supply Chain BID REQUEST NO.: WJ-K STRATEGIC SOURCING SPECIALIST: Wade A. Jadwin TITLE: COLLECTION AND DISPOSAL BY INCINERATION OF PHONE NO.: (573) INFECTIOUS/MEDICAL WASTES FROM ALL UMKC FACILITIES GENERATING INFECTIOUS/MEDICAL WASTES ISSUE DATE: April 6, RETURN BID NO LATER THAN: APRIL 28, 2016 AT 2:00 PM CENTRAL TIME MAILING INSTRUCTIONS: Print or type Bid Request No. and Return Due Date on the lower left hand corner of the envelope or package. Bids are to be contained in a sealed envelope and delivered to the following address by the return date and time noted above. FAXED OR ED BID RESPONSES WILL NOT BE CONSIDERED. RETURN BID TO: UM Supply Chain 1201 North State Street Suite G5C Rolla, MO You are invited to submit bids on the items or services specified. All bids must be made on this form and shall be subject to the terms and conditions on the reverse side hereof for furnishing items or services of the description listed below. Unless otherwise specified herein, all deliveries shall be made FOB DESTINATION with freight charges fully included and prepaid. The seller pays and bears the freight charges. In compliance with this bid request and subject to all of the terms and conditions thereon, bidder offers and agrees to furnish or deliver the items or perform the services upon which prices are quoted herein, such items or services to be provided within the number of days indicated after receipt by bidder of University Purchase Order. Only cash discounts having a period of thirty (30) days or more will be taken into account in determining the lowest bid. Discount time is compiled from day of delivery and acceptance of items or services or receipt of correct invoice, whichever is later. The bidder further agrees that the language of this bid document shall govern in the event of a conflict with his/her bid. The bidder further agrees that upon receipt of an authorized purchase order from the University of Missouri or when a Notice of Award is signed and issued by an authorized official of the University of Missouri, a binding contract shall exist between the bidder and The Curators of the University of Missouri. SIGNATURE REQUIRED DOING BUSINESS AS (DBA) NAME LEGAL NAME OF ENTITY/INDIVIDUAL FILED WITH IRS FOR THIS TAX ID NO. MAILING ADDRESS IRS FORM 1099 MAILING ADDRESS CITY, STATE, ZIP CODE CITY, STATE, ZIP CODE CONTACT PERSON ADDRESS PHONE NUMBER FAX NUMBER TAXPAYER ID NUMBER (TIN) VENDOR TAX FILING TYPE WITH IRS (CHECK ONE) TAXPAYER ID (TIN) TYPE (CHECK ONE) FEIN SSN VENDOR NUMBER (IF KNOWN) (NOTE: LLC IS NOT A VALID TAX FILING TYPE.) Corporation Individual State/Local Government Partnership Sole Proprietor Other AUTHORIZED SIGNATURE DATE PRINTED NAME TITLE

2 BID REQUEST AND BID CONDITIONS This Bid Request and Bid is made upon and subject to the following conditions, all of which are accepted by bidder. Upon acceptance by University, this Bid Request and Bid and the University Purchase Order issued thereon shall constitute the contract for furnishing the items described in the bid in strict conformity with the contract instruments. 1. No oral explanation in regard to the meaning of the specifications will be made, and no oral interpretation will be given before the award of the contract. If any person contemplating submitting a bid for this contract is in doubt as to the true meaning of any part of the specifications or any other proposed contract documents, he may submit to the University a written request for an interpretation thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation of the proposed documents will be made by addendum duly issued or delivered to each person receiving a set of such documents. The University will not be responsible for any other explanation or interpretations of the proposed documents. 2. The University reserves the right to reject any and all bids and to waive any informality in bids. 3. Whenever the name of a manufacturer or vendor is mentioned on the face hereon and words "or equal" do not follow, it shall be deemed that the words "or equal" shall follow such designation unless the context specifies "no substitution". University assumes that items bid as equal are equal. University reserves the right to return at the bidder's expense all items that are furnished which are not acceptable as equals to items specified by the Bid Request and Specifications, and vendor agrees to replace such items with satisfactory items at the original bid price. 4. All items bid shall be new unless otherwise specified by the University. 5. Bidder agrees to unconditionally guarantee all items bid upon against defects in material and workmanship for a period of one year from the date of acceptance by the University unless otherwise specified. 6. Unless it is so noted on the bid it will be deemed that the article furnished is that designated. If the vendor proposes to furnish an item of a different manufacturer or vendor other than the one specified on the face hereof, the manufacturer or vendor of the substituted items shall be noted and complete descriptive literature describing the items to be substituted must accompany the bid. 7. Materials and services furnished the University are not subject to either Federal Excise Taxes or the Missouri Sales Tax. Exemption certificates will be furnished on request. 8. Prices quoted are to be firm and final and prices shall be stated in units of quantity specified with packing and drayage charges included. 9. Shipments shall be marked as directed on the Purchase Order. 10. C.O.D. shipments will not be accepted. All shipping charges must be PREPAID. No packing or drayage charges will be allowed. 11. The University will not be responsible for articles or services furnished without a Purchase Order. 12. Risk of loss or damage to the goods prior to the time of their receipt and acceptance by the University is upon the vendor. 13. All invoices and correspondence shall show the Purchase Order Number. All invoices must be rendered in duplicate and contain full descriptive information on items or service furnished. Separate invoices shall be rendered for each order and forwarded to the University. 14. Vendor agrees to defend, protect and save the University harmless from all claims and actions arising out of patent infringement. 15. University reserves the right to cancel all or any part of orders if shipment is not made as promised. Vendor shall notify the University if shipment cannot be made as promised. Time of proposed delivery must be stated in definite terms in the space provided. 16. The bidder hereby guarantees that no article listed herein is adulterated or misbranded within the meaning of the Federal Food, Drug and Cosmetic Act or an article which may not, under the provisions of Federal Law, be introduced into interstate commerce. 17. Samples, when required, are to be furnished prior to the date specified for receipt of bids.

3 18. In case of any doubt or difference of opinion as to the items to be furnished hereunder or the quality thereof, the decision of the UM Chief Procurement Officer shall be final and binding upon both parties. 19. The University reserves the right to award an order to the lowest aggregate bidder for all items or on an item basis, or a group of like items, whichever is found to be in the best interest of the University. If a split award is not acceptable to a bidder, it must be stated in the bid response. 20. In awarding the contract, the University may take into consideration the skill, facilities, capacity, experience, ability, responsibility, previous work, the financial standing of the bidder or bidders; the amount of other work being carried on by the bidder; the quality, efficiency, and construction of the equipment proposed to be furnished; the period of time within which the equipment is to be furnished and delivered; and the necessity of prompt delivery of the items herein described. The inability of any bidder to meet the requirement mentioned above may be cause for rejection of his bid. 21. In the event that time and materials are a portion of this bid, the University reserves the right to audit vendor's records concerning this bid. 22. All items or services to be furnished hereunder shall meet all applicable State and Federal requirements of the Occupational Safety and Health Standard. All alleged violations and deviations from said State and Federal regulations or standards of the items of services to be furnished hereunder, must be set forth on the Bid Form at the time of submission of the bid. Or if at any later date the items or services contained herein shall not meet all applicable state and federal requirements after the bidder is awarded the contract hereunder the bidder must notify the Campus Purchasing Manager, immediately by certified mail, return receipt requested. 23. The University serves from time to time as contractor for the United States Government. Accordingly, the provider of goods and/or services shall comply with federal laws, rules, and regulations applicable to subcontractors of government contracts including those relating to equal employment opportunity and affirmative action in the employment of minorities (Executive Order 11246), women (Executive Order 11375), persons with disabilities (29 USC 706 and Executive Order 11758), and certain veterans (38 USC 4212 formerly [2012]) contracting with business concerns with small disadvantaged business concerns (Publication L ). Contract clauses required by the Government in such circumstances are incorporated herein by reference. 24. The Curators of the University of Missouri have adopted a policy which is binding upon all employees and departments of the University, and which by contract shall be binding upon independent contractors and subcontractors with the University, whereby all other things being equal, and when the same can be secured without additional cost over foreign products, or products of other states, a preference shall be granted in all construction, repair and purchase contracts, to all products, commodities, materials, supplies and articles mined, grown, produced and manufactured in marketable quantity in the State of Missouri and to all firms, corporations or individuals doing business as Missouri, firms, corporations, or individuals. By virtue of the foregoing policy, preferences will be given to materials, products, supplies, or provisions, and all other articles produced, manufactured, mined or grown within the State of Missouri, and to all firms, corporations or individuals doing business as Missouri firms, corporations or individuals. Each bidder submitting a proposal agrees to comply with and be bound by the foregoing policy.

4 NOTICE TO BIDDERS University of Missouri Procurement Services requests bids for the COLLECTION AND DISPOSAL BY INCINERATION OF INFECTIOUS/MEDICAL WASTES FROM ALL UMKC FACILITIES GENERATING INFECTIOUS/MEDICAL WASTES - RFB # WJ-KC, which will be received by the undersigned at the University of Missouri System Supply Chain office, G5C Campus Support Facility, 1201 North State Street, Rolla, Missouri, until 2:00 pm, Central Time April 28, Bids will be opened and identified starting at 2:05 p.m., Central Time. Specifications and the conditions of bid together with the printed form on which bids must be made may be obtained from University of Missouri System Supply Chain at G5C Campus Support Facility, 1201 North State Street, Rolla, Missouri, , by phoning , or online at; The University reserves the right to waive any informalities in bids and to reject any or all bids. THE CURATORS OF THE UNIVERSITY OF MISSOURI By: Wade A. Jadwin, Strategic Sourcing Specialist University of Missouri System Supply Chain Dated: April 6, 2016

5 UNIVERSITY OF MISSOURI DETAILED SPECIFICATIONS AND SPECIAL CONDITIONS The University of Missouri System Supply Chain request bids for the Collection and Disposal by Incineration of Infectious/Medical Wastes from All UMKC Facilities Generating Infectious/Medical Wastes as listed in the specifications below. Your bid response must include a training/orientation session as an option. Also, all freight and shipping charges must be listed as separate line items in your response. AWARD: The University reserves the right to award an order to the lowest aggregate bidder for all items or on an item basis, or a group of like items, whichever is found to be in the best interest of the University. If a split award is not acceptable to a bidder, it must be stated in the bid response. Note: The University of Missouri reserves the right to negotiate best and final terms with the respondent selected. PRICE: Prices listed must be all inclusive, including but not limited to shipping/delivery costs to Columbia, Missouri. The University of Missouri is tax exempt. A tax exemption certificate will be supplied upon request. FREIGHT: All deliveries shall be made FOB Destination with all freight charges thereto fully included and prepaid. The seller bears and pays the freight charges. PAYMENT: All bids are to be submitted on the basis of payment by University check, terms Net 30. Payment shall be made within thirty (30) days after receipt of item, acceptance of item, and receipt of invoice, rendered in duplicate to the address listed on the purchase order. Acceptance of items will be upon verification that all items provided meet or exceed the specification of this bid. The University may withhold payment or make deductions as may be necessary to protect the University from loss or damage on account of defective work, claims, damages, or to pay for repair or correction of products/services furnished hereunder. Any different payment terms desired by bidder must be clearly stated and may or may not be accepted by the University. A payment schedule may be negotiated with the successful bidder. If prepayment is required, the Successful Bidder may be required to provide a performance bond or irrevocable letter of credit at no cost to the University for the full amount of prepayment. Invoices properly prepared and executed by the Contractor can be mailed to the University of Missouri, Accounting Services, Jesse Hall Room 00325, Columbia, Missouri Invoices can also be to umprocimagingvouche@umsystem.edu Our purchase orders are issued for 1 year at a time. Please use the current purchase order for each corresponding department.

6 ADDITIONAL TERMS: If Bidder has additional terms and condition which must be considered, a copy of the additional terms and conditions must be included with bid response. The terms and conditions must not be in conflict with any terms and conditions or specifications as listed in this request for bids. The request for bids is the controlling agreement with any additional terms submitted being supplementary. Terms submitted will be reviewed by the University s General Counsel. Both parties must reach agreement on terms and conditions prior to award of a contract. If both parties cannot reach mutual agreement upon terms and conditions, the response may be rejected and the award made to the next low bidder. AWARD: Award shall be made on an all or none basis to the lowest total bidder for all items combined. However, the University reserves the right to award an order to the lowest aggregate bidder for all items or on an item basis, or a group of like items, whichever is found to be in the best interest of the University. If a split award is not acceptable to a bidder, it must be stated in the bid response. All items to be as indicated or approved equal. QUESTIONS: Any clarifications or questions relating to this project must be submitted in written form by April 21, 2016 at 4:30 to Wade A. Jadwin jadwinw@mst.edu. All questions and associated answers will be placed into an addendum and posted to the University of Missouri Supply Chain web site. Any questions received after the above listed day and time will not be answered. ADDENDUMS: It is the responsibility of the bidder to check if an addendum(s) has been posted on the University of Missouri Supply Chain website bid page (see provided link below) while the bid is open. Failure to do so could result in an incomplete bid response being submitted.

7 UNIVERSITY OF MISSOURI DETAILED SPECIFICATIONS AND SPECIAL CONDITIONS The University of Missouri System Supply Chain seeks bids for the COLLECTION AND DISPOSAL BY INCINERATION OF INFECTIOUS/MEDICAL WASTES FROM ALL UNIVERSITY OF MISSOURI- KANSAS CITY (UMKC) FACILITIES GENERATING INFECTIOUS/MEDICAL WASTES for the period of July 1, 2016 through June 30, 2017 with the option to renew for three (3) additional one (1) periods on July 1, 2017, July 1, 2018, and July 1, 2019 upon mutual agreement of both parties. BACKGROUND INFORMATION The University of Missouri-Kansas City generates infectious/medical wastes at various facilities at both the Hospital Hill Campus and Volker Campus. In order to comply with state regulations established by the Missouri Department of Natural Resources (MoDNR) and the Missouri Department of Health (MDOH) it is the intent of UMKC to contract with a single company to provide all the services needed to effectively manage infectious/medical wastes. COOPERATIVE PURCHASE The University of Missouri consists of campuses and facilities in four (4) Missouri cities, Columbia, Kansas City, St. Louis, and Rolla. This bid and any resulting contract is to be available to those locations as well if they choose. UMKC is the host agency of this purchasing agreement which will allow its other locations to make purchases at UMKC s accepted bid price(s). By submitting an Offer, the Contractor agrees to make the same bid terms and price, exclusive of freight and transportation fees, available to those agencies, notwithstanding that additional quoting may be necessary for their additional needs. The host agency will in no way whatsoever incur any liability in relation to specifications, delivery, payment, or any other aspect of purchases by those agencies. SCOPE OF WORK All of the materials and services specified in the section must be provided as part of the charges specified in the bid. No additional charges for services of materials will paid for any of these items unless those additional charges are included in the bid and specified by generation units of either weight/pounds or volume/gallons. 1. CONTAINERS The bidder must offer various capacity collection containers with biohazard labels on each container. Refer to the Cost Reduction Opportunities section on page 3 of the Bid Form of this Bid. Each bidder should note the dimensions and approximate capacity of each container they offer in this table. The bidder must provide appropriate plastic liners for all containers including, but not limited to, cardboard boxes and plastic tubs. Plastic tubs of at least 32 gallon capacity must be available for use as part of this contract service.

8 2. COLLECTION OF CONTAINERS The bidder must be able to pick up containers and replace them either at multiple locations where wastes are generated within the buildings or at a single location in each building as is determined to be most convenient by the generators in each UMKC facility. 3. TRAINING A. Each bidder must specify actions required of our generators related to the containers, such as closure and sealing boxes. B. Each bidder must specify conditions or circumstances that will prevent them from accepting a container for disposal. C. Each bidder must specify their standard pick up schedules available at no additional cost. At a minimum, bi-weekly pick-ups must be available. D. Special pick-ups and pick up schedules requiring more frequent service than offered by standard pick up schedules, available on special request, must be specified by the bidder. Refer to the table required for completion at the end of the section of the specification. The bidder must specify the lead time required for such requests and additional charges related to such a pick up based on the increased frequency of service and per unit of container volume of container weight. E. If emergency pick-ups are available, an emergency pick up is defined as one completed within 4 hours of receiving the request, the bidder must specify the volume or container weight. Successful contractor shall provide awareness training to laboratory personnel in biological/infectious waste management; handling, sorting, storage and disposal, at no cost to the University. This training will be requested at the university s discretion so we may make it available to current and new staff. 4. TRANSPORTATION The bidder must be able to provide transportation of filled containers from the point(s) specified by UMKC for pick up in each of its facilities. This includes the movement of the containers to the incineration facility, unloading of the vehicle at the incineration facility, and handling as necessary to complete disposal by incineration. The bidder must provide in their bid copies of licenses and or permits confirming that both their vehicles and drivers are in full compliance with regulations in each state through which wastes generated at UMKC will be transported. Failure to provide such documentation is sufficient reason to eliminate a bid from further consideration. Any shipping manifests generated or completed related to infectious/medical wastes must be forwarded to UMKC prior to or along with invoices for services.

9 5. INCINERATION Each bidder must specify the name of the owner, name of the operator, and address of each facility they intend to use for incineration of infectious/medical wastes generated at UMKC. Copies of licenses and or permits confirming the incineration facility is in full compliance with applicable local, state, or federal regulations must be included in the bid package. NOTE: NO OTHER MEANS OF DISPOSITION WILL BE ACCEPTABLE. VENDORS MAY NO USE ANY OTHER INCINERATION FACILITIES OTHER THAN THOSE SPECIFIED IN THEIR BID WITHOUT RECEIVING IN ADVANCE WRITTEN APPROVAL FROM UMKC PURCHASING AND ENVIRONMENT HEALTH & SAFETY. 6. SHIPPING MANIFESTS AND INVOICES Completed shipping manifests, pick up receipts, invoices or other documentation related to the infectious/medical waste disposal from any UMKC facility must be sent to each individual unit specified in the purchase order. A. Invoices for payment of services rendered by the vendor must be specified as to the actual operating unit at UMKC who is the generator by an acceptable designation or abbreviation. The successful bidder must be able to submit an invoice to ENVIRONMENTAL HEALTH & SAFETY with multiple generators specified, total quantities assigned to each and charges associated with services for each generator. B. The bidder must specify how destruction will be certified, by use of the completed shipping manifest or separate certificate of destruction. Using the documentation specified by the bidder, destruction of each load of infectious/medical waste must be certified as destroyed by incineration within 5 working days of the day of pick up. 7. REGULATORY VIOLATIONS Each bidder must submit a listing of all regulatory violations for which they have received a citation within the last five (5) years; any citations received at any time that are currently in the settlement process and have not yet been settled by agreement with the regulatory agency or judicial mandate; and any settlement agreements or judicial decisions executed during the last five (5) years regardless of the date of the initial citation. The bidder must provide this information for their facilities and operational staff which will serve UMKC as part of the infectious/medical wastes incineration and the facilities and operational staff of any subcontractors they may use as a part of the services provided through this bid.

10 8. SPECIFICATIONS OF SUBCONTRACTORS Each bidder must specify any and all subcontractors they intend to use or may need to use as a part of this bid. Failure to list a subcontractor found later to be provided services as part of this bid may result in cancellation of the contract at the discretion of UMKC. SUBCONTRACTORS INTENDED FOR USE COMPANY NAME ADDRESS TELEPHONE NUMBER 9. DESIGNATED UMKC CONTACT PERSON FOR SERVICES UMKC designates Bill Leutzinger, Director of ENVIRONMENTAL HEALTH & SAFETY, as the individual staff member to coordinate the services specified in this bid. Special pick-ups or emergency pick-ups of infectious/medical waste must be initiated or authorized by the Director, ENVIRONMENTAL FOR HEALTH & SAFETY. UMKC personnel at generation points or facilities are not authorized to request any services not arranged or authorized by UMKC ENVIRONMENTAL HEALTH & SAFETY. 10. REQUIREMENTS The University will not be required to purchase the estimated amount, but the successful bidder shall furnish and deliver the items listed below in shipments as requested by University of Missouri System Supply Chain or their authorized representative, at the prices set forth in his bid regardless of whether the amount is more or less than the amount indicated below. The quantities listed are for informational purposes only and do not represent a guarantee as to actual quantities to be purchased. 11. EVALUATION OF BIDS Bids will be evaluated on an all or none basis, with the award of the contract for services based on the most responsive and lowest total dollar cost for services as projected by UMKC for the period, completed in full compliance with bid specifications, applicable regulations and or appropriate standards. UMKC reserves full authority to determine whether or not the proposal of a bidder fully complies with bid specifications, applicable regulations and or appropriate standards.

11 12. INSURANCE HAZARDOUS WASTE DISPOSAL CONTRACTOR/HAULER (High Risk) The Contractor shall provide insurance coverage as follows by a carrier with A.M. Best minimum rating of A- IX: Coverage Workers Compensation Statutory Employers Liability $500,000 Auto Liability (To included Owned, Hired, and Non-owned) Minimum Limits $1,000,000 Combined Single Limit, Per Occurrence and $2,000,000 Aggregate Commercial General Liability (Commercial Form MUST include: Premises & Operations, Contractual, and Products/completed Operations Exposure) Occurrence coverage is required. Pollution Liability (suppliers & transport of radioactive materials) $5,000,000 Combined Single Limit, Per Occurrence and $10,000,000 Aggregate $10,000,000 Combined Single Limit, per Occurrence and Aggregate Contract Language The Curators of the University of Missouri, its officers, employees and agents are to be Additional Insured with respect to the project to which these insurance requirements pertain. A certificate of insurance evidencing all coverage required is to be provided at least 10 days prior to the inception date of the contract between the contractor and the University. The University must receive at least 30 days advance notice in the event of policy cancellation or material change to the policy. The University reserves the right to require higher limits on any contract provided notice of such requirement is stated in the request for proposals for such contract. Failure to maintain the required insurance in force may be cause for contract termination. In the event the Contractor fails to maintain and keep in force the required insurance, the University shall have the right to cancel and terminate the contract without notice. The insurance required by the provisions of this article is required in the public interest and the University does not assume any liability for acts of the Contractor, any Subcontractor, or their employees in the performance of the contract. Indemnification The Contractor agrees to defend, indemnify, and save harmless The Curators of the University of Missouri, their Officers, Agents, Employees and Volunteers, from and against all loss or expense from any cause of action arising from the Contractor s operations. The contractor agrees to

12 investigate, handle, respond to and provide defense for and defend against any such liability, claims, and demands at the sole expense of the Contractor, or at the option of the University, agrees to pay to or reimburse the University for the defense costs incurred by the University in connection with any such liability claims, or demands. The parties hereto understand and agree that the University is relying on, and does not waive or intend to waive by any provision of this Contract, any monetary limitations or any other rights, immunities, and protections provided by the State of Missouri, as from time to time amended, or otherwise available to the University, or its officers, employees, agents or volunteers. Performance Bonds 13. PERFORMANCE BOND The Contractor shall execute a Performance Bond and a Payment Bond as prepared by the University, each in an amount equal to one hundred percent (100%) of the contract and as a security for the payment of all Subcontractors and Suppliers. The bond shall be in effect through completion of the contract. We require bonds issued by a surety licensed in the State of Missouri, with a Best s rating of no less than A-/XI. The surety on such bond shall be a duly authorized surety company satisfactory to the University. Form of performance bond to be used is on file in the Office of the Manager of Procurement Services, University of Missouri-Kansas City. A. The successful respondent shall furnish, at his/her or its cost, to the University no later than the time at which the executed contract documents are returned, a properly certified copy of the current Certificate of Authority to transact business in the State of Missouri of the surety company which proposes to execute the performance bond required by the contract documents, such certificate to remain on file with the University. No performance bond will be approved by the University until such certificate is furnished, unless there already is on file with the University such a current certificate of such Surety Company, in which event no additional certificate will be required during the period of time for which such current certificate will be required during the period of time for which such current certificate remains in effect.

13 PRICE PAGE ITEMIZED COST: UMKC s historical usage of containers averages about 2,000 containers per year, with an estimated usage of 2500 lbs/month. Each bidder must specify the cost for the services specified for each type or size of container used for collection and disposal. Itemized expenses specified must include all costs for services and materials by container size. Where the bidder offers a reduction in cost for services when a set number of containers or total weight or volume of infectious/medical wastes is generated and picked up during a particular period; the bidder must specify the time periods, number of containers, volumes or weights at which the reduced costs become effective. The bidder must note whether facilities/locations or only the total quantity picked up at a single UMKC facility/location during the specified period. BID QUOTE FORM Estimated Monthly Quantity Container Capacity Price Per Container Price Breaks LB. /GAL. Container Max Weight Limits $/LB.>MAX 200 containers 28 gal. box Cost reduction opportunities: Since UMKC is only currently using the 28 gallon containers, please provide pricing for other standard sized containers, and indicate when a cost reduction occurs based on volume or weight totals. The University of Missouri is attempting to ensure that we are receiving the absolute lowest bid on the actual items we are purchasing. Effective immediately, without exception, all vendors submitting proposals/bids must show the shipping (freight costs) as a separate line item on your proposals/bids and invoices. If you are including the shipping cost in the product unit cost, please deduct the amount

14 you are adding for shipping and show it as a separate line item. Freight terms are to be FOB Destination. Freight: $ It is understood and agreed that all prices given herein include all taxes payable by virtue of the furnishing and delivering of the item(s) included within this bid. The prices quoted should be the final cost to the University for each Category listed. PLEASE FOLLOW THE BID RESPONSE INSTRUCTIONS. THIS IS SEALED BID EVENT. BIDS THAT ARE SENT VIA OR FACSIMLE WILL NOT BE CONSIDERED

BID REQUEST AND BID CONDITIONS This Bid Request and Bid is made upon and subject to the following conditions, all of which are accepted by bidder.

BID REQUEST AND BID CONDITIONS This Bid Request and Bid is made upon and subject to the following conditions, all of which are accepted by bidder. BID REQUEST NO.: 15-0502-RD-U STRATEGIC SOURCING SPECIALIST: Rochelle Duncan TITLE: Cloud-Based Project Management PHONE NO.: (573) 882-0898 ( PM-Lite ) Software ISSUE DATE: May 21, 2015 E-MAIL: duncanrl@missouri.edu

More information

REQUEST FOR PROPOSALS for INSURANCE BROKERAGE SERVICES

REQUEST FOR PROPOSALS for INSURANCE BROKERAGE SERVICES REQUEST FOR PROPOSALS for INSURANCE BROKERAGE SERVICES February 1, 2012 through January 31, 2017 (Proposals due 4:00 PM on October 13, 2011) FOR THE CURATORS OF THE UNIVERSITY OF MISSOURI Prepared By:

More information

University of Missouri Procurement Services

University of Missouri Procurement Services University of Missouri Procurement Services BID REQUEST NO.: 16-6008-JS-A STRATEGIC SOURCING SPECIALIST: James E. Shatto TITLE: Lawn Care and Snow Removal PHONE NO.: 816-235-1397 At MO Tech Park Ft Leonard

More information

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE ) PROPOSAL DOCUMENT CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVEBEVERLY HILLS, CALIFORNIA 90210(310) 285-2440 LEGAL NOTICE - PROPOSALS WANTED Sealed proposals are requested on the list

More information

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule

More information

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 REQUEST FOR QUOTATION Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 3:00 PM (EDST) on May 1, 2014,

More information

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM 200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM

More information

IEC Electronics Terms and Conditions

IEC Electronics Terms and Conditions IEC Electronics Terms and Conditions 1. General: This Purchase Order is placed subject to these terms and conditions including those within the Purchase Order. The terms of any proposal referred to in

More information

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing CITY OF DEARBORN ADVERTISEMENT FOR NATURAL GAS PROVIDER TO THE CITY OF DEARBORN, MICHIGAN Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing Agent, 2951 Greenfield, Dearborn,

More information

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 REQUEST FOR QUOTATION Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 4:00 PM (EDST) on September 2,

More information

PURCHASE ORDER TERMS AND CONDITIONS

PURCHASE ORDER TERMS AND CONDITIONS PURCHASE ORDER TERMS AND CONDITIONS This purchase order is subject to the following terms and conditions. The terms and conditions herein set forth constitute an offer by Purchaser and may be accepted

More information

BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM

BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 May 5, 2014 NOTICE TO BIDDERS LAUNDERING, PRESSING & DRY CLEANING

More information

RFQ No. 4856B-0-2016/MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM

RFQ No. 4856B-0-2016/MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM REQUEST FOR QUOTATION City of Norfolk (Please include your company name and address below) Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM Mail or fax reply to: Office of the Purchasing Agent Attn:

More information

Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence

Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence Sealed request for quotes will be received by Brian Tocheri, CAO/Clerk at 341 10 th St. Hanover, Ontario, N4N 1P5 until 2:00 pm,

More information

Purchase Order Terms and Conditions Beloit College

Purchase Order Terms and Conditions Beloit College Purchase Order Terms and Conditions Beloit College Accounting Office 608-363-2205 (Tim Miles Controller) 608-363-2206 (Deb Sperry Accounts Payable) 608-363-2897 (fax) The purpose of these terms and conditions

More information

DISTRIBUTOR AGREEMENT

DISTRIBUTOR AGREEMENT DISTRIBUTOR AGREEMENT This Distributor Agreement (the "Agreement") is entered into as of, 20 ("Effective Date"), by Absoft Corporation ("Absoft"), 2781 Bond Street, Rochester Hills, Michigan 48309, U.S.A.,

More information

MAJOR EQUIPMENT PURCHASE CONTRACT

MAJOR EQUIPMENT PURCHASE CONTRACT MAJOR EQUIPMENT PURCHASE CONTRACT CONSUMERS ENERGY COMPANY ONE ENERGY PLAZA JACKSON, MI 49201 ( Buyer ) ( Seller ) Date:, 20 Subject to the provisions of this Major Equipment Purchase Contract ( Contract

More information

Terms and Conditions for Purchase Orders for Recycling Materials

Terms and Conditions for Purchase Orders for Recycling Materials Terms and Conditions for Purchase Orders for Recycling Materials This Agreement is made by and between AEROJET-GENERAL CORPORATION, an Ohio corporation with a place of business at Rancho Cordova, California

More information

#5 Independent Contractor Form - With Insurance With Bonds

#5 Independent Contractor Form - With Insurance With Bonds #5 Independent Contractor Form - With Insurance With Bonds Proposed use: Contracts for smaller projects not involving street construction but important enough to require performance and require an avenue

More information

Page 1 of 12 Document Effective Date Solicitation Terms & Conditions 08/08/2008 Purchase Order Terms and Conditions 01/01/2009 Special Provisions 01/01/2009 STATE OF COLORADO SOLICITATION INSTRUCTIONS/

More information

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No. MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.] THIS CONTRACT (the Contract ) is made as of the day

More information

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS BID PACKAGE CITY OF BEVERLY HILLS INFORMATION TECHNOLOGY DEPARTMENT 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED Sealed proposals are requested on the list of materials,

More information

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Purchasing Technician, Greenville Utilities

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Purchasing Technician, Greenville Utilities ADVERTISEMENT FOR BIDS Quotes will be received in the Office of the Purchasing Technician, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 4:00 PM (EDST) on

More information

REQUEST FOR PROPOSAL FURNISHING, DELIVERY, AND INSTALLATION POLICE RECORDS MANAGEMENT SYSTEM JOLIET JUNIOR COLLEGE OPENING DATE: MARCH 25, 2008

REQUEST FOR PROPOSAL FURNISHING, DELIVERY, AND INSTALLATION POLICE RECORDS MANAGEMENT SYSTEM JOLIET JUNIOR COLLEGE OPENING DATE: MARCH 25, 2008 REQUEST FOR PROPOSAL FOR FURNISHING, DELIVERY, AND INSTALLATION OF POLICE RECORDS MANAGEMENT SYSTEM FOR JOLIET JUNIOR COLLEGE OPENING DATE: MARCH 25, 2008 TIME: 2:00 PM, CDT Dated: 3/07/08 1 INTRODUCTION

More information

Request for Quotation

Request for Quotation City of Richmond Business and Financial Services Department Request for Quotation Bidders are requested to respond to this Quotation call as instructed subject to the provisions contained herein. Name

More information

INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000

INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000 Page 1 of 9 DOCUMENT 00850 INDEMNIFICATION AND INSURANCE REQUIREMENTS EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000 Indemnity The Contractor shall indemnify, defend, and hold

More information

GENERAL TERMS & CONDITIONS OF QUOTE

GENERAL TERMS & CONDITIONS OF QUOTE Quote #: MS-77-6 (WCSD) is soliciting for formal quotes for certain PRODUCTS identified on the QUOTE PRICE SCHEDULE/SPECIFICATION SHEET included in accordance with all defined terms and conditions in this

More information

BROKER CARRIER AGREEMENT. THIS AGREEMENT is made and entered into on, 200, by and between REED FREIGHT SERVICES, INC. ( BROKER ) and ("CARRIER").

BROKER CARRIER AGREEMENT. THIS AGREEMENT is made and entered into on, 200, by and between REED FREIGHT SERVICES, INC. ( BROKER ) and (CARRIER). BROKER CARRIER AGREEMENT THIS AGREEMENT is made and entered into on, 200, by and between REED FREIGHT SERVICES, INC. ( BROKER ) and ("CARRIER"). I. Recitals A. BROKER is a licensed transportation broker

More information

PURCHASE ORDER TERMS AND CONDITIONS

PURCHASE ORDER TERMS AND CONDITIONS PURCHASE ORDER TERMS AND CONDITIONS 1. DEFINITIONS: In these Terms and Conditions and all documents related to the Purchase Order: Purchaser means the entity issuing the Purchase Order as identified on

More information

CONSULTANT AGREEMENT

CONSULTANT AGREEMENT Douglas County School District Re.1 Castle Rock, Colorado CONSULTANT AGREEMENT This agreement, dated effective as of is made and entered into by and between the Douglas County School District Re.1, Douglas

More information

INDEPENDENT CONTRACTOR SERVICES AGREEMENT

INDEPENDENT CONTRACTOR SERVICES AGREEMENT INDEPENDENT CONTRACTOR SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 2010, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal corporation, whose

More information

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000 INSURANCE REQUIREMENTS F CONSTRUCTION CONTRACTS ABOVE $30,000 Indemnity To the fullest extent allowed by law, the Contractor shall indemnify, defend, and hold harmless the County of Santa Clara (hereinafter

More information

Request for Quotation

Request for Quotation City of Richmond Business and Financial Services Department Request for Quotation Supply and Delivery of NETWORK SWITCHES Bidders are requested to respond to this Quotation call as instructed subject to

More information

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS NAME OF CONTRACTOR: RESPONSIBLE PRINCIPAL OF CONTRACTOR:, Vendor

More information

Subcontractor Insurance & Licensing Requirements Please provide the items below

Subcontractor Insurance & Licensing Requirements Please provide the items below Subcontractor Insurance & Licensing Requirements Please provide the items below Commercial General Liability Limits of Insurance $2 Million dollars General Aggregate (Per Project) $2 Million dollars Product/Completed

More information

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

Request For Price. Work Schedule The project shall commence within a reasonable time of the request. Request For Price The Town of Somers is soliciting two (2) year contract proposals for emergency and non-emergency plumbing work at the following locations in Somers, New York 10589: Somers Town House,

More information

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS Contracting for Independent Contractor services with the University of Utah may require completion of the following: Employee/Independent

More information

NATIONAL CONTRACTORS INSURANCE COMPANY, INC., A RISK RETENTION GROUP SUBSCRIPTION AND SHAREHOLDERS AGREEMENT

NATIONAL CONTRACTORS INSURANCE COMPANY, INC., A RISK RETENTION GROUP SUBSCRIPTION AND SHAREHOLDERS AGREEMENT 1 NATIONAL CONTRACTORS INSURANCE COMPANY, INC., A RISK RETENTION GROUP NOTICE SUBSCRIPTION AND SHAREHOLDERS AGREEMENT This policy is issued by your risk retention group. Your risk retention group may not

More information

The University of Procurement Services Department, N.S.F.A.A.F.A.F.F.F.F.F.F.A.F.F.A.

The University of Procurement Services Department, N.S.F.A.A.F.A.F.F.F.F.F.F.A.F.F.A. MONTCLAIR STATE UNIVERSITY STANDARD CONTRACT TERMS AND CONDITIONS I. The contractor certifies that it understands and agrees that the following terms and conditions (collectively the "University s Standard

More information

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: MARTIN COUNTY BOARD OF COUNTY COMMISSIONERS, a political subdivision

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Interim Director REQUEST FOR E-QUOTE NUMBER: 12CT86224YA PROJECT TITLE: Maintenance contract for MicroStation Software for Water

More information

Insurance Producer Agreement

Insurance Producer Agreement Insurance Producer Agreement Section 1 - Producer s Authority The Producer shall periodically submit risks to the Company for its consideration as authorized by the Company. These risks shall be located

More information

Flexible Circuits Inc. Purchase Order Standard Terms and Conditions

Flexible Circuits Inc. Purchase Order Standard Terms and Conditions Flexible Circuits Inc. Purchase Order Standard Terms and Conditions 1. Acceptance- This writing, together with any attachments incorporated herein, constitutes the final, complete, and exclusive contract

More information

To: From: Patricia Baskerville, PCS Email: Email: patricia.baskerville@jfs.ohio.gov Phone: (000) Date: June 12, 2015 Pages: 10

To: From: Patricia Baskerville, PCS Email: Email: patricia.baskerville@jfs.ohio.gov Phone: (000) Date: June 12, 2015 Pages: 10 Armond Budish Cuyahoga County Executive Cuyahoga County Division of Senior and Adult Services To: From: Patricia Baskerville, PCS Email: Email: patricia.baskerville@jfs.ohio.gov Phone: (000) Date: June

More information

Springdale Public Works Department Specifications and Bid Document Roof Repair on Sign Shop Building at Public Works November 2015 1.

Springdale Public Works Department Specifications and Bid Document Roof Repair on Sign Shop Building at Public Works November 2015 1. Page 1 of 8 1. INTRODUCTION 1.1 INTRODUCTION This is a Request for Bid (RFB). The format of this document must be followed throughout. 1.2 GENERAL INFORMATION Where the term City is used in the Request

More information

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016 1. Bid Delivery Instructions for State Procurement: Fax quotations may be submitted either: Via fax to: (225) 342-9756 OR Delivered by hand or courier service to: Office of State Procurement Claiborne

More information

BUYING AGENCY AGREEMENT

BUYING AGENCY AGREEMENT THIS AGREEMENT ( Agreement ) is made this day of, 20xx, by and between, with its principal place of business at referred to hereinafter as Buyer, and, with its principal office at, hereinafter referred

More information

UM Insurance Language Guide Standard Clauses and Insurance Language

UM Insurance Language Guide Standard Clauses and Insurance Language UM Insurance Language Guide Standard Clauses and Insurance Language May 2015 University of Missouri Risk & Insurance Management Table of Contents Key Components Checklist... 3 Red Flags for Insurance Language...

More information

ATTENTION CARRIER! PLEASE FAX THIS COMPLETED FORM ALONG WITH THE FOLLOWING DOCUMENTS TO 315-622-5281

ATTENTION CARRIER! PLEASE FAX THIS COMPLETED FORM ALONG WITH THE FOLLOWING DOCUMENTS TO 315-622-5281 ATTENTION CARRIER! Carrier Name: PLEASE FAX THIS COMPLETED FORM ALONG WITH THE FOLLOWING DOCUMENTS TO 315-622-5281 Signed Breakaway Transport Broker/Carrier Agreement Workman s Compensation letter Copy

More information

OUR COMPANY SOLICITATION FOR BIDS and CONTRACT FOR SERVICE. (Project)

OUR COMPANY SOLICITATION FOR BIDS and CONTRACT FOR SERVICE. (Project) OUR COMPANY SOLICITATION FOR BIDS and CONTRACT FOR SERVICE (Project) PART I GENERAL TERMS AND CONDITIONS 1. REQUIREMENTS 1.1. Pricing will be per unit shown and charges will be totaled in the extension

More information

PRODUCT SALES AGREEMENT

PRODUCT SALES AGREEMENT PRODUCT SALES AGREEMENT This Product Sales Agreement (this Agreement ) is made as of the day of, 201, by and between Georgia Tech Applied Research Corporation, a Georgia non-profit corporation ( Seller

More information

TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM

TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM BID NUMBER: 12-07 BID OPENING: 2:30 P.M. October 27, 2011 LOCATION: Purchasing Office, Groton Town Hall ADDRESS: 45 Fort Hill Road, Groton, CT 06340

More information

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS Jail Boiler Replacement Project For the Facilities Management Department PROPOSALS DUE: 2:00 p.m., Thursday, November 20, 2014 1 P age P:\Jail Boiler Replacement

More information

Terms and Conditions. 3012436v2 12285.01010

Terms and Conditions. 3012436v2 12285.01010 Terms and Conditions ACCEPTANCE. Except as otherwise agreed in a written agreement signed by both parties, these Terms and Conditions will govern Buyer s purchase order. BI Technologies acceptance of Buyer

More information

NORTHEAST UTILITIES SERVICE COMPANY PURCHASING DEPARTMENT E-BUSINESS TRADING PARTNER AGREEMENT

NORTHEAST UTILITIES SERVICE COMPANY PURCHASING DEPARTMENT E-BUSINESS TRADING PARTNER AGREEMENT NORTHEAST UTILITIES SERVICE COMPANY PURCHASING DEPARTMENT E-BUSINESS TRADING PARTNER AGREEMENT 1. SCOPE: This Trading Partner Agreement, dated as of, ( Agreement ) governs the exchange of business documents

More information

BROKER AND CARRIER AGREEMENT

BROKER AND CARRIER AGREEMENT P.O. Box 889 394 NE Hemlock Redmond, OR 97756 BROKER AND CARRIER AGREEMENT All loads tendered by Central Oregon Truck Company ("Broker") and accepted for transportation by third party carriers ("Carrier")

More information

BID INVITATION FOR: CALL RECORDING SOLUTION

BID INVITATION FOR: CALL RECORDING SOLUTION State of New Hampshire Date: 10/3/2008 Division of Plant and Property Management Bureau of Purchase and Property Bid No.: 141-09 25 Capitol Street, State House Annex Concord, NH 03301-6398 Date of Bid

More information

LEARNING CENTER WELCOME VIDEO

LEARNING CENTER WELCOME VIDEO REQUEST FOR QUOTATIONS (RFQ) LEARNING CENTER WELCOME VIDEO Solicitation No. 16-033 32-505 Harry Oliver Trail Thousand Palms, CA 92276 ATTN: Contracts Assistant Phone: (760) 343-3456 Fax: (760) 343-3845

More information

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

Retaining Wall Replacement at the Currituck County Veterans Memorial Park CONTRACT DOCUMENTS FOR Retaining Wall Replacement at the Currituck County Veterans Memorial Park Coinjock, NC May 24, 2016 NOTICE TO BIDDERS Bids will be received until 4:00 pm on June 17, 2016 at the

More information

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor Department of Public Services REQUEST FOR QUOTES FOR On-Call Plumbing Contractor November 2013 One Detjen Drive Crestwood, Missouri 63126 314-729-4720 Fax 314-729-4729 http://www.ci.crestwood.mo.us 1 Request

More information

Quantity U/M Description Unit Price Quantity U/M Description Unit Price 8 ½ sack concrete with air; no fly ash. section 613 Missouri Standard

Quantity U/M Description Unit Price Quantity U/M Description Unit Price 8 ½ sack concrete with air; no fly ash. section 613 Missouri Standard THIS IS NOT AN ORDER DATE: MARCH 18, 2008 F.O.B. REQUIREMENTS: DESTINATION MISSOURI DEPARTMENT OF TRANSPORTATION 3602 NORTH BELT HIGHWAY BUYER: ST. JOSEPH, MISSOURI 64506 1399 REQUEST FOR QUOTATION QUOTATION

More information

REQUEST FOR PROPOSAL. Insurance Broker Services. Property Liability Casualty Fleet Workers Compensation

REQUEST FOR PROPOSAL. Insurance Broker Services. Property Liability Casualty Fleet Workers Compensation 925 Felix Street St. Joseph, MO 64501 Telephone: 816-671-4000 Fax: 816-671-4469 REQUEST FOR PROPOSAL Insurance Broker Services Property Liability Casualty Fleet Workers Compensation CONTACT: RESPONSE DUE:

More information

Purchase Order Addendum

Purchase Order Addendum [STANDARD TERMS AND CONDITIONS] Purchase Order Addendum This purchase order addendum sets forth the terms and conditions under which an offer is issued to the Seller by the Board of Regents of the University

More information

PHOTOGRAPHY/VIDEO SERVICES AGREEMENT

PHOTOGRAPHY/VIDEO SERVICES AGREEMENT PHOTOGRAPHY/VIDEO SERVICES AGREEMENT This Agreement is entered into as of the day of, 201_, between, Villanova University ( Villanova ) and, ( Photographer ). 1. Services. (a) Description and Requirements.

More information

TOWN OF SCITUATE MASSACHUSETTS

TOWN OF SCITUATE MASSACHUSETTS TOWN OF SCITUATE MASSACHUSETTS REQUEST FOR SERVICES Marketing Services for Town of Scituate Economic Development Commission NOVEMBER 2014 GENERAL INFORMATION The Town of Scituate, acting through its Economic

More information

AGREEMENT FOR PROFESSIONAL SERVICES

AGREEMENT FOR PROFESSIONAL SERVICES AGREEMENT FOR PROFESSIONAL SERVICES This Agreement is made this day of 20, by and between Long Island University ( University ), an educational institution incorporated and doing business under the laws

More information

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE This Agreement is made as of, 20 (the Effective Date ), by and

More information

INFORMATION FOR VENDORS CITY OF ALLENTOWN PENNSYLVANIA

INFORMATION FOR VENDORS CITY OF ALLENTOWN PENNSYLVANIA INFORMATION FOR VENDORS CITY OF ALLENTOWN PENNSYLVANIA BETH ANN STROHL PURCHASING AGENT JUDY SNYDER BUYER MARGARET WELLS BUYER KEITH PUDLINER PURCHASING CLERK City of Allentown Purchasing Office 435 Hamilton

More information

SECTION 3 AWARD AND EXECUTION OF CONTRACT

SECTION 3 AWARD AND EXECUTION OF CONTRACT SECTION 3 AWARD AND EXECUTION OF CONTRACT 3.01 CONSIDERATION OF BIDS: After the Proposals are opened and read, the approximate estimated quantity of each item multiplied by the unit price bid for that

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16RD101910B PROJECT TITLE: Motorola Radio Batteries Sheriff Department DUE DATE: 3/14/2016 WILL

More information

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION

More information

MASTER TRANSPORTATION CONTRACT

MASTER TRANSPORTATION CONTRACT MASTER TRANSPORTATION CONTRACT This Master Transportation Contract (hereinafter Agreement ), effective as of, (Effective Date) is made by and between Dutch Maid Logistics, Inc. (hereinafter referred to

More information

AGREEMENT. Solicitor Without Per Diem Compensation

AGREEMENT. Solicitor Without Per Diem Compensation Solicitor Without Per Diem Compensation AGREEMENT Products underwritten by: American General Life Insurance Company Houston, Texas The United States Life Insurance Company in the City of New York New York,

More information

TERMS AND CONDITIONS

TERMS AND CONDITIONS TERMS AND CONDITIONS 1. Definitions. Buyer means the person, corporation or other entity purchasing Products from Seller. Products means all goods and materials to be provided pursuant to this Sales Acknowledgment.

More information

The AIA B 141-1997 Standard Form of Agreement between the Owner and Architect is hereby amended as follows:

The AIA B 141-1997 Standard Form of Agreement between the Owner and Architect is hereby amended as follows: AMENDMENT A to AIA B 141-1997 between the Owner, Colorado College, and Architect (Firm s name) with Standard Form of Architect s Services made as of (Contract date). PROJECT: (Project name) The numbering

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Purchasing Director REQUEST FOR E-QUOTE NUMBER: 15RD99627B PROJECT TITLE: Barracuda Web App Firewall 460Vx Support and Licenses Information

More information

SECTION 2 THE BOEING COMPANY GENERAL PROVISIONS FIXED PRICE SERVICES CONTRACT GP2

SECTION 2 THE BOEING COMPANY GENERAL PROVISIONS FIXED PRICE SERVICES CONTRACT GP2 SECTION 2 THE BOEING COMPANY GENERAL PROVISIONS FIXED PRICE SERVICES CONTRACT GP2 SECTION 2 TABLE OF CONTENTS THE BOEING COMPANY GENERAL PROVISIONS FIXED PRICE SERVICES CONTRACT - GP2 1. FORMATION OF CONTRACT.

More information

Document B105 TM. Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project

Document B105 TM. Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project Document B105 TM 2007 Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project AGREEMENT made as of the day of in the year (In words, indicate day, month and

More information

SAMPLE SERVICES CONTRACT

SAMPLE SERVICES CONTRACT SAMPLE SERVICES CONTRACT The parties to this contract are the SAN DIEGO COUNTY WATER AUTHORITY, a county water authority, (the Water Authority) and, [a / an], having its principal place of business at

More information

DUE DATE: August 23, 2011-2:00 p.m.

DUE DATE: August 23, 2011-2:00 p.m. REQUEST FOR PROPOSALS CREDIT CARD MERCHANT SERVICES RFP 11-08 DUE DATE: August 23, 2011-2:00 p.m. CITY OF LEAGUE CITY 300 W Walker League City, TX 77573 281-554-1001 www.leaguecity.com 1 TERMS AND CONDITIONS

More information

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES THIS AGREEMENT is made as of December 1, 2003, by and between the San Francisquito Creek Joint Powers Authority, a body corporate and politic

More information

TOWN OF GROTON INVITATION TO BID INTERNET FIREWALL

TOWN OF GROTON INVITATION TO BID INTERNET FIREWALL TOWN OF GROTON INVITATION TO BID INTERNET FIREWALL BID NUMBER: 16-11 BID OPENING: 2:30 P.M. September 22, 2015 LOCATION: Purchasing Office, Groton Town Hall ADDRESS: 45 Fort Hill Road, Groton, CT 06340

More information

WASTE SERVICES & DISPOSAL AGREEMENT. By: By: Name: Name: Title: Title:

WASTE SERVICES & DISPOSAL AGREEMENT. By: By: Name: Name: Title: Title: WASTE SERVICES & DISPOSAL AGREEMENT COMPANY: CUSTOMER: By: By: Name: Name: Date Date Title: Title: Effective Date of Agreement: Initial Term: Contract No. This Waste & Disposal Services Agreement, consisting

More information

REQUEST FOR INFORMATION

REQUEST FOR INFORMATION Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR INFORMATION EMERGENCY MITIGATION AND RESTORATION SERVICES RFI # 09-10 ISSUE DATE: November 17, 2009 DUE DATE: OPEN

More information

Standard conditions of purchase

Standard conditions of purchase Standard conditions of purchase 1 OFFER AND ACCEPTANCE 2 PROPERTY, RISK & DELIVERY 3 PRICES & RATES The Supplier shall provide all Goods and Services in accordance with the terms and conditions set out

More information

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009 DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2008 Achievement of Excellence in Procurement Award National Purchasing Institute Jerome Noble, Director REQUEST FOR QUOTE NUMBER: 09RD65575YB

More information

UNIVERSITY OF CALIFORNIA, REQUEST FOR PROPOSAL # UCM1019DG

UNIVERSITY OF CALIFORNIA, REQUEST FOR PROPOSAL # UCM1019DG UNIVERSITY OF CALIFORNIA BERKELEY DAVIS IRVINE LOS ANGELES MERCED RIVERSIDE SAN DIEGO SAN FRANCISCO SANTA BARBARA SANTA CRUZ UNIVERSITY OF CALIFORNIA, MERCED 5200 LAKE ROAD MERCED, CALIFORNIA 95343 (209)

More information

AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD

AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD JANUARY 1, 2014 TO DECEMBER 31, 2015 AGREEMENT THIS AGREEMENT, is made and entered into

More information

AGREEMENT BETWEEN THE COUNTY OF TEHAMA AND TAX SALE SERVICES OF CALIFORNIA, LLC

AGREEMENT BETWEEN THE COUNTY OF TEHAMA AND TAX SALE SERVICES OF CALIFORNIA, LLC AGREEMENT BETWEEN THE COUNTY OF TEHAMA AND TAX SALE SERVICES OF CALIFORNIA, LLC This agreement is entered into between the Tehama County Tax Collector, ( County ) and Tax Sale Services of California, LLC.

More information

PURCHASE TERMS & CONDITIONS North America Greene, Tweed & Co. (Houston, Texas)

PURCHASE TERMS & CONDITIONS North America Greene, Tweed & Co. (Houston, Texas) PURCHASE TERMS & CONDITIONS North America (Houston, Texas) 1. Acceptance. Any acceptance of any offer by the seller (ʺSellerʺ) is limited to acceptance by Seller of all the additional and different terms

More information

Credit Packet Instructions

Credit Packet Instructions Credit Packet Instructions Southern Materials Company would like to thank you for your interest in doing business with us. We will do everything we can to deliver quality products and services to help

More information

Please fax the following required paperwork to (501) 955-4998

Please fax the following required paperwork to (501) 955-4998 Dear Carrier, Thank you for your interest in becoming a carrier for Maverick Logistics, LLC. We offer excellent opportunities through competitive rates, prompt settlements, and an experienced staff. To

More information

BROKER/CO-BROKER INTERMODAL TRANSPORTATION AGREEMENT

BROKER/CO-BROKER INTERMODAL TRANSPORTATION AGREEMENT BROKER/CO-BROKER INTERMODAL TRANSPORTATION AGREEMENT THIS BROKER/CO-BROKER INTERMODAL TRANSPORTATION AGREEMENT ( Agreement ) is made and intended to be effective this day of, 20 by and between, having

More information

City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308

City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308 City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308 PURPOSE: The purpose for this specification is to establish a 36 month service contract for maintenance and

More information

TERMS AND CONDITIONS HHC 110-29 (R Dec 90) NEW YORK CITY HEALTH AND HOSPITALS CORPORATION 125 Worth Street New York, New York 10013

TERMS AND CONDITIONS HHC 110-29 (R Dec 90) NEW YORK CITY HEALTH AND HOSPITALS CORPORATION 125 Worth Street New York, New York 10013 Bid No. Page No. of TERMS AND CONDITIONS HHC 110-29 (R Dec 90) NEW YORK CITY HEALTH AND HOSPITALS CORPORATION 125 Worth Street New York, New York 10013 All quotations are subject to the following terms

More information

COUNTY OF TANEY, MISSOURI

COUNTY OF TANEY, MISSOURI COUNTY OF TANEY, MISSOURI REQUEST FOR BID For WORKERS COMPENSATION INSURANCE Taney County, Missouri RFB# 201202-168 Workers Compensation Insurance Release Date: February 25, 2012 Submittal Deadline: March

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION Nutrition Services Solicitation Number: QT1604 Description: Kitchen Appliances for Nutrition Services Date: September 30, 2015 SUBMIT OFFER BY: October 14, 2015 by 2:00 PM PROCUREMENT

More information

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1 388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation

More information

Request for Proposal S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE

Request for Proposal S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE Request for Proposal Proposal For: Mailing Services Proposal Number: 09-16-15 Proposal Release Date: August 5, 2015 Proposal Due Date: August 21,

More information

Attachment A Terms and Conditions

Attachment A Terms and Conditions Bidder: BID DELIVERY INSTRUCTIONS FOR STATE PROCUREMENT: BIDDERS ARE HEREBY ADVISED THAT THE U.S. POSTAL SERVICE DOES NOT MAKE DELIVERIES TO OUR PHYSICAL LOCATION: BIDS MAY BE MAILED THROUGH THE U.S. POSTAL

More information