(SEE ATTACHED FOR CONDITIONS AND INSTRUCTIONS)

Size: px
Start display at page:

Download "(SEE ATTACHED FOR CONDITIONS AND INSTRUCTIONS)"

Transcription

1 BID FORM MISSOURI DEPARTMENT OF TRANSPORTATION GENERAL SERVICES 830 MoDOT DRIVE P.O. BOX 270 JEFFERSON CITY, MO SEALED BIDS, SUBJECT TO THE ATTACHED CONDITIONS WILL BE RECEIVED AT THIS OFFICE UNTIL REQUEST NO. IFB DATE January 24, 2005 PAGE NO. 1 NO. OF PAGES 20 QUOTATIONS TO BE BASED ON THE RATES AS NOTED ON THE ATTACHED DOCUMENTS 3:00 P.M. Local Time, February 14, 2005 Various Locations Around the State AND THEN PUBLICLY OPENED AND READ FOR FURNISHING THE FOLLOWING SUPPLIES OR SERVICES. SIGN AND RETURN BEFORE TIME SET FOR OPENING. BUYER: FRANKIE J. RYAN BUYER TELEPHONE: SUPPLIES OR SERVICES Missouri Department of Transportation s Pre Employment/Post Offer Physicals See attached Specifications, Pricing Page, Attachment A Seasonal Maintenance Worker/ Maintenance Crew Worker Job Specific Protocols, Attachment B Certificate of Examination, Attachment C MoDOT Health History, Attachment D MoDOT Physical Examination Form, Attachment E Range of Motion Form, and the Standard and Special Terms and conditions. NOTE TO VENDOR The Offeror must be in compliance with the laws regarding conducting business in the Sate of Missouri. The Offeror should review the insurance requirements listed in the attached Terms and Conditions. The Offeror should submit a copy of the insurance certificate issued to the vendor by the insurance provider along with all other documentation required to be submitted as part of this solicitation. No contract work will be requested of a vendor until all documentation, and insurance certificates, have been submitted, verified, and approved by the MHTC or its designee. (SEE ATTACHED FOR CONDITIONS AND INSTRUCTIONS) In compliance with the above invitation for bids, and subject to all conditions thereof, the undersigned Offeror agrees to furnish and deliver any or all the items on which prices were quoted within the time frame specified by MoDOT s designee and agreed to by the Offeror. Date: Telephone No.: Fax No.: Federal I.D. No. Form E 103 (Rev ) Firm Name: Address: By (Signature): Type/Print Name Title:

2 PREFERENCE IN PURCHASING PRODUCTS DATE: The Offerors attention is directed to Section RSMo 2000 which gives preference to Missouri corporations, firms, and individuals when letting contracts or purchasing products. Bids received will be evaluated on the basis of this legislation. All vendors submitting a bid must furnish ALL information requested below. FOR CORPORATIONS: State in which incorporated: FOR OTHERS: State of domicile: FOR ALL VENDORS: List address of Missouri offices or places of business: THIS SECTION MUST BE COMPLETED AND SIGNED: FIRM NAME: ADDRESS: CITY: STATE: ZIP: BY (signature required): Federal Tax I.D. #: if no Federal Tax I.D. # list Social Security #: NOTE: For bid/quotation to be considered, the Preference in Purchasing Products form must be on file in the General Services (Procurement) Division and must be dated in the current calendar year. IFB Page 2 of 20

3 MISSOURI DEPARTMENT OF TRANSPORTATION SPECIFICATIONS Pre Employment / Post Offer Physicals IFB GENERAL The Missouri Highways and Transportation Commission (hereinafter referred to as MHTC) intends to secure contracts with multiple service vendors for Pre Employment / Post Offer Physicals for MHTC job applicants. The original and three (3) copies of your sealed written offer must be received on or before 3:00 p.m., Local Time, February 14, 2005, at the office of: Frankie Ryan Missouri Department of Transportation General Services Procurement 830 MoDOT Drive; P.O. Box 270 Jefferson City, MO All documents must be sealed and should be clearly marked "Offer for Pre Employment/Post Offer Medical Examination Services. MoDOT intends to enter into one (1) year contracts with multiple vendors located throughout the state for preemployment/post offer physical examination services. PRE EMPLOYMENT/POST OFFER PHYSICAL EXAMINATION HISTORY In 1992, the Commission authorized the development of physical standards for nineteen (19) physically demanding job titles. The resulting job specific physical standards were incorporated into nineteen (19) different pre employment/post offer medical examinations. Since then, that number has increased to forty five (45) different job specific physical standards. Applicants are given a conditional offer of employment pending the passing of their job specific medical examination. GENERAL REQUIREMENTS The contractor shall provide all health care professionals, services, equipment and supplies for the purpose of providing pre employment/post offer medical evaluations based on MoDOT job specific protocols. Please refer to Attachment A Seasonal Maintenance Worker/Maintenance Crew Worker Job Specific Protocols as an example of MoDOT s job specific protocols. The contractor shall coordinate its services with MoDOT's Office of Risk Management. The contractor must cooperate in periodic and/or random audits which may be required and authorized by MoDOT, the State Auditor's Office, or any other party authorized by MoDOT. The contractor will be given reasonable notification (at least one week before the audit). The contractor shall participate in audits at no additional charge to MoDOT. The contractor shall agree and understand that MoDOT intends to utilize the contractor s services for preemployment/post offer physical examinations based on the geographic location of the job applicant s home address. Please see the section below titled Contract Award and Use of Contracted Services for additional information. IFB Page 3 of 20

4 The contractor must monitor the quality of service provided through the contractor s location(s) and must take necessary steps to ensure that only MoDOT approved services are being performed by the contractor. All contractors must agree to follow established guidelines and procedures and use customized forms, as developed by MoDOT. Such guidelines and procedures shall include, but not be limited to: o o o o Offer specified hours of availability for physical exams and medical evaluations. Provide services within three (3) working days of MoDOT s request. Provide uniform reporting of pre employment/post offer results. These include, but may not be limited to, Attachment B "Certificate of Examination"; Attachment C "MoDOT Health History", Attachment D "MoDOT Physical Examination", Attachment E Range of Motion Form and all other medical documentation associated with the physical examination, e.g.: lab tests, hearing tests, pulmonary function, etc. Provide any other form of communication as deemed beneficial by MoDOT in order to perform services outlined in this solicitation. All providers should be either board certified/board eligible or have at least 3 years of experience in occupational medicine. The contractor shall not use or disclose, at any time during or after the termination of this contract, any information discovered or developed without the express written consent of MoDOT. Any and all reports related to this contract shall be submitted to MoDOT through the Central Office Risk Management Division and the District Human Resources Managers. In addition, Attachment B "Certificate of Examination" shall be faxed to the appropriate District or the Central Office Human Resources Division. SPECIAL REQUIREMENTS The contractor must provide pre employment/post offer physical examinations to MoDOT applicant s on an as needed basis. See Attachment D MoDOT Physical Examination for an example of the document to be used to record the examination. All contractors must also be able to provide drug collection in accordance with Department of Health and Human Services (DHHS) guidelines for Federal Department of Transportation (DOT) required pre employment/post offer testing. The contractor shall provide the physical examination services for MoDOT s job applicants who are located in various regional areas of the State of Missouri. Please refer to Attachment A Seasonal Maintenance Worker/Maintenance Crew Worker Job Specific Protocols, Attachment B "Certificate of Examination" and Attachment C "MoDOT Health History, for information regarding the services to be provided by the contractor. CONFIDENTIALITY The Contractor shall not disclose to third parties confidential factual matters provided by MHTC s representative except as may be required by statute, ordinance, or order of court, or as authorized by MHTC s representative. The Contractor shall notify MHTC immediately of any request for such information. PAYMENTS Payment will be made on the basis of the firm, fixed, discounted prices submitted by the vendor for the services performed. CONTRACT PERIOD The contract period is anticipated to begin after February 14, 2005 and end November 30, MoDOT shall have the right, at its sole option, to renew the contract for one (1) additional one year period, or any portion thereof. In the event MoDOT exercises such right, all terms and conditions, requirements and specifications of the contract shall remain the same and apply during the renewal period. CONTRACT PRICE & INVOICES All prices shall be firm and fixed. The Department shall not pay nor be liable for any other additional costs including but not limited to insurance, interest, penalties, termination payments, attorney fees, etc. IFB Page 4 of 20

5 The contractor shall not invoice federal excise tax unless otherwise required under federal law or regulation. The contractor will invoice no more than two (2) times monthly for those services provided to MoDOT. Payment for all supplies and/or services required herein shall be made in arrears. DOCUMENT SUBMITTALS In addition to pricing, the offeror shall supply the following information: 1. Experience. The bid must clearly identify the Offeror s experience in offering the services requested in this IFB during the past twelve (12) months. The description should include a list of the agencies (not individual patients) which your company has served or currently serves. 2. Personnel and Service Hours: a. Please indicate the name, location, telephone number, fax number and address of the primary contact person for the Offeror. b. Please indicate the name(s) of all personnel who will deliver contracted physical examination services. i. Offeror should include copies of current certifications for Federal DOT specimen collection, Breath Alcohol Technician Certification, Missouri Medical Licensure, Audiometric Technician Certification of the use of an audiogram for hearing tests, etc., for all employees who will conduct contracted physical examination services. ii. Offeror should include copies of board certified/eligible certification documents or submit documents that indicate that your firm has at least three (3) years of experience in occupational medicine. iii. Offeror should submit documentation outlining specified hours of availability for physical exams and medical evaluations. iv. Offeror should provide documentation outlining Offeror s ability to do drug collection in accordance with Department of Health and Human Services (DHHS) guidelines for Federal Department of Transportation (DOT) required pre employment/post offer testing. 3. References. Offerors should indicate the name, title and telephone number of at least two (2) business clients (not patients) within the past twelve (12) months. CONTRACT AWARD AND USE OF CONTRACTED SERVICES Contract awards will be based on the vendor meeting the business and licensing criteria published as a part of this solicitation. However, the right is reserved to reject any and all pricing submittals or award the contracts based on the best interest of the Department. Any award of this bid does not constitute final acceptance of all submitted documents by the MHTC. The MHTC reserves the right to reissue this solicitation at any time throughout the contract period in order to obtain the services of additional pre employment/post offer service vendors located around the state. The MHTC does not guarantee that award of a contract to the vendor will result in MHTC using the services provided by the vendor. Use of vendor services will be determined by the geographical proximity of the job applicant s home address to the vendor s business location, as follows: 1. The vendor with a business site closest to the applicant s home address will receive the purchase order to provide the contracted services. If the vendor cannot provide the listed services within the time period specified by the MHTC, the vendor with the next closest geographic proximity to the applicant s home address will receive the purchase order. This selection process will continue until an available service vendor is located. 2. If there are two (2) or more vendors within a 10 mile radius of the applicant s home address, the decision on which vendor will be chosen to provide the contracted services will reside with the MHTC s program designee. IFB Page 5 of 20

6 PRICING PAGE IFB Page 1 of 1 The offeror shall provide firm, fixed, discounted *prices in the table below for the original contract in accordance with the provisions and requirements stated elsewhere herein. * Please indicate the Current Procedural Terminology (CPT) code you will be using to bill for each component of the physical. Component CPT Code* Firm, Fixed, Discounted Price Health History Physical Snellen Vision Test including testing for color blindness. Audiometric Testing Sense of Smell Test Blood Lead Testing with Zinc Protoporphyrin Chest x ray EKG Pulmonary Function Urinalysis (dip test) Range of Motion Testing Work Simulation (based on 1 hour time requirement) Total Cholesterol/ HDL Stress EKG DOT drug specimen collection (urine) Non DOT drug specimen collection (urine) Respirator Fit Test NOTE ON POSSIBLE EXTENSION OF CONTRACT PRICING: Should the annual issuance of the CPT schedule be delayed, in either publishing or distribution, the prices stated herein shall be used for any extensions of contracted services until such time the annual CPT schedule becomes available for use. At that time, the contractor will be notified to submit pricing for services for the next contract period, as well as any other documentation requested by MoDOT. Depending on circumstances, MoDOT will attempt to limit the contract extension to no more than two (2) months. THIS SECTION SHOULD BE COMPLETED AND SIGNED: FIRM NAME: ADDRESS: CITY: STATE: ZIP: BY (printed name): (signature): IFB Page 6 of 20

7 Missouri Highways and Transportation Commission Standard Bid Provisions, General Terms and Conditions and Special Terms and Conditions Accepted: 9/29/03; Updated: 11/05/04 IFB Page 7 of 20 STANDARD SOLICITATION PROVISIONS a. The Missouri Department of Transportation (MoDOT) reserves the right to reject any or all bids/quotes/proposals, and to accept or reject any items thereon, and to waive technicalities. In case of error in the extension of prices in the bid/quote/proposal, unit prices will govern. b. All bids/quotes/proposals must be signed with the firm name and by a responsible officer or employee. Obligations assumed by such signature must be fulfilled. c. By virtue of statutory authority, a preference will be given to materials, products, supplies, provisions and all other articles produced, manufactured, made or grown, within the State of Missouri. d. Time of delivery is a part of the consideration and, if not otherwise stated in the solicitation documents, must be stated in definite terms by the Bidder/Offeror and must be adhered to. If time varies on different items, the Bidder/Offeror shall so state. e. If providing bids/quotes/proposals for commodities, the Bidder/Offeror will state brand or make on each item. If bidding or proposing other than the make, model or brand specified, the manufacturer's name, model number or catalog number must be given. f. For bids/proposals of $25,000 or more, no bids/proposals by telephone, telegram or telefax will be accepted. If provided, these bids/proposals should be returned in the MoDOT solicitation return envelope. g. If a solicitation return envelope is provided by MoDOT, the bid/quote/proposal should be returned in the envelope provided with the Bid/RFQ/RFP Request Number plainly indicated thereon. h. The date specified for the returning of bids/quotes/proposals is a firm deadline and all bids/quotes/proposals must be received at the designated office by that time. The Department does not recognize the U.S. Mail, Railway Express Agency, Air Express, or any other organization, as its agent for purposes of accepting proposals. All proposals arriving at the designated office after the deadline specified will be rejected. General Performance Deliveries GENERAL TERMS AND CONDITIONS a. This work is to be performed under the general supervision and direction of the Missouri Department of Transportation (MoDOT) and, if awarded any portion of the work, the Contractor agrees to furnish at his own expense all labor and equipment required to complete the work, it being expressly understood that this solicitation is for completed work based upon the price(s) specified and is not a solicitation for rental of equipment or employment of labor by MoDOT, and MoDOT is to have no direction or control over the employees used by the Contractor in performance of the work. a. Unless otherwise specified on the solicitation documents or purchase order, suppliers shall give at least 24 hours advance notice of each delivery,. Delivery will only be received between the hours of 8:00 a.m. to 3:00 p.m., Monday through Friday. Material arriving after 3:00 p.m. will not be unloaded until the following workday. No material will be received on Saturday, Sunday or state holidays. b. If the prices bid herein include the delivery cost of the material, the Contractor agrees to pay all transportation charges on the material as FOB Destination. Freight costs must be included in the unit price bid and not listed as a separate line item. c. Any demurrage is to be paid by the Contractor direct to the railroad or carrier. Nondiscrimination a. The Bidder/Offeror understands that this project involves state funds and the Bidder/Offeror awarded the contract will be required to comply with the Executive Order of the Governor of the State of Missouri dated January 14, This order stipulates that there shall be no discriminatory employment practices by the Contractor or his subcontractors, if any, based on race, sex, religion, national origin, age, color, disability, or veteran status. The undersigned Contractor or his subcontractors, if any, shall give written notice of their commitments under this clause to any labor union with which they have bargaining or other agreements. b. The Contractor shall comply with the Regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. c. All solicitations either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract, including procurements of materials or leases of the Contractor's obligations under this contract and the Regulations, will be relative to nondiscrimination on the grounds of race, color, or national origin. Contract/Purchase Order 1) Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the nondiscrimination provisions of this contract, MoDOT shall impose such contract sanctions as it or the Federal Highway Administration may determine to be appropriate, including, but not limited to: i. withholding of payments to the Contractor under the contract until the Contractor complies, and/or, ii. cancellation, termination or suspension of the contract, in whole or in part. a. By submitting a bid/quote/proposal, the Bidder/Offeror agrees to furnish any and all equipment, supplies and/or services specified in the solicitation documents, at the prices quoted, pursuant to all requirements and specifications contained therein. b. A binding contract shall consist of: (1) the solicitation documents, amendments thereto, and/or Best and Final Offer (BAFO) request(s) with any changes/additions, (2) the Contractor's proposal and/or submitted pricing, and (3) the MHTC s acceptance of the proposal and/or bid by purchase order. c. A notice of award does not constitute an authorization for shipment of equipment or supplies or a directive to proceed with services. Before providing equipment, supplies and/or services, the

8 Contractor must receive a properly authorized purchase order and/or notice to proceed. d. The contract expresses the complete agreement of the parties and performance shall be governed solely by the specifications and requirements contained therein. Any change, whether by modification and/or supplementation, must be accomplished by a formal contract amendment signed and approved by and between the duly authorized representative of the Contractor and the duly authorized representative of the MHTC, by a modified purchase order prior to the effective date of such modification. The Contractor expressly and explicitly understands and agrees that no other method and/or no other document, including correspondence, acts, and oral communications by or from any person, shall be used or construed as an amendment or modification. Subcontracting a. It is specifically understood that no portion of the material or any interest in the contract, shall be subcontracted, transferred, assigned or otherwise disposed of, except with the written consent of MoDOT. Request for permission to subcontract or otherwise dispose of any part of the work shall be in writing to MoDOT and accompanied by documentation showing that the organization which will perform the work is particularly experienced and equipped for such work. b. Consent to subcontract or otherwise dispose of any portion of the work shall not be construed to relieve the Contractor of any responsibility for the production and delivery of the contracted work and the completion of the work within the specified time. c. All payments for work performed by a subcontractor shall be made to the Contractor to whom the contract was awarded and the purchase order issued. Invoicing and Payment a. MoDOT is exempt from paying Missouri Sales Tax, Missouri Use Tax and Federal Excise Tax. However, the Contractor may themselves be responsible for the payment of taxes on materials they purchase to fulfill the contract. A Federal Excise Tax Exemption Certificate will be furnished to the successful Bidder/Offeror upon request. b. Each invoice should be itemized in accordance with items listed on the purchase order and/or contract. The statewide financial management system has been designed to capture certain receipt and payment information. Therefore, each invoice submitted must reference the purchase order number and must be itemized in accordance with items listed on the purchase order. Failure to comply with this requirement may delay processing of invoices for payment. c. Unless otherwise provided for in the solicitation documents, payment for all equipment, supplies, and/or services required herein shall be made in arrears. The Missouri Highways and Transportation Commission (MHTC) shall not make any advance deposits. d. The MHTC assumes no obligation for equipment, supplies, and/or services shipped or provided in excess of the quantity ordered. Any authorized quantity is subject to the MHTC s rejection and shall be returned at the Contractor's expense. Applicable Laws and Regulations a. The contract shall be construed according to the laws of the State of Missouri. The Contractor shall comply with all local, state, and federal laws and regulations related to the performance of the contract. b. The Contractor must be registered and maintain good standing with the Secretary of State of the State of Missouri and other regulatory agencies, as may be required by law or regulations. Prior to the IFB Page 8 of 20 issuance of a purchase order and/or notice to proceed, the Contractor may be required to submit to MoDOT a copy of their current Authority Certificate from the Secretary of State of the State of Missouri. 1) Prior to the issuance of a purchase order and/or notice to proceed, all out of state Contractors providing services within the state of Missouri must submit to MoDOT a copy of their current Transient Employer Certificate from the Department of Revenue, in addition to a copy of their current Authority Certificate from the Secretary of State of the State of Missouri. c. The exclusive venue for any legal proceeding relating to or arising, out of the contract shall be in the Circuit Court of Cole County, Missouri. Preferences a. In the evaluation of bids/quotes/proposals, preferences shall be applied in accordance with Chapter 34 RSMo. Contractors should apply the same preferences in selecting subcontractors. b. By virtue of statutory authority, RSMo and to , a preference will be given to materials, products, supplies, provisions and all other articles produced, manufactured, made or grown within the State of Missouri. Such preference shall be given when quality is equal or better and delivered price is the same or less. 1) If attached, the document entitled PREFERENCE IN PURCHASING PRODUCTS should be completed and returned with the solicitation documents. c. In the event of a tie of low bids, the MHTC reserves the right to establish the method to be used in determining the award. Remedies and Rights a. No provision in the contract shall be construed, expressly or implied, as a waiver by the MHTC of any existing or future right and/or remedy available by law in the event of any claim by the MHTC of the Contractor's default or breach of contract. b. The Contractor agrees and understands that the contract shall constitute an assignment by the Contractor to the MHTC of all rights, title and interest in and to all causes of action that the Contractor may have under the antitrust laws of the United States or State of Missouri for which causes of action have accrued or will accrue as the result of or in relation to the particular equipment, supplies, and/or services purchased or produced by the Contractor in the fulfillment of the contract with the MHTC. c. In the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the Contractor may request MoDOT to enter into such litigation to protect the interests of the MHTC, and, in addition, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. Cancellation of Contract a. If the MHTC cancels the contract for breach, the MHTC reserves the right to obtain the equipment, supplies, and/or services to be provided pursuant to the contract from other sources and upon such terms and in such manner as the MHTC deems appropriate and charge the Contractor for any additional costs incurred thereby. Bankruptcy or Insolvency a. Upon filing for any bankruptcy or insolvency proceeding by or against the Contractor, whether voluntary or involuntary, or upon the appointment of a receiver, trustee, or assigned the benefit or

9 creditors, the Contractor must notify MoDOT immediately. Upon learning of any such actions, the MHTC reserves the right, at its sole discretion, to either cancel the contract or affirm the contract and hold the Contractor responsible for damages. Inventions, Patents, and Copyrights a. The Contractor shall defend, protect, and hold harmless the MHTC, its officers, agents, and employees against all suits of law or in equity resulting from patent and copyright infringement concerning the Contractor's performance or products produced under the terms of the contract. Inspection and Acceptance Warranty a. No equipment, supplies, and/or services received by MoDOT pursuant to a contract shall be deemed accepted until MoDOT has had reasonable opportunity to inspect said equipment, supplies, and/or services. b. All equipment, supplies, and/or services which do not comply with the specifications and/or requirements or which are otherwise unacceptable or defective may be rejected. c. The MHTC reserves the right to return any such rejected materials/reports at the Contractor's expense for full credit or replacement and to specify a reasonable date by which replacements must be received. d. The MHTC s right to reject any unacceptable equipment, supplies, and/or services shall not exclude any other legal, equitable or contractual remedies the MHTC may have. a. The Contractor expressly warrants that all equipment, supplies, and/or services provided shall: (1) conform to each and every specification, drawing, sample or other description which was furnished to or adopted by MoDOT, (2) be fit and sufficient for the purpose expressed in the solicitation documents, (3) be merchantable, (4) be of good materials and workmanship, and (5) be free from defect. Insurance IFB Page 9 of 20 SPECIAL TERMS AND CONDITIONS a. The Contractor shall purchase and maintain such insurance as will protect him from claims under workmen's compensation acts and other employee benefit acts, from claims for damages because of bodily injury, including death, and from claims for damages to property which may arise out of or result from the Contractor's operations under this Contract, whether such operations be by himself or by any Subcontractor or anyone directly or indirectly employed by any of them. b. This insurance shall be written for not less than any limits of liability specified as part of this contract, or required by law, whichever is the greater, and shall include contractual liability insurance as applicable to the Contractor's obligations under this contract. Unless otherwise specified, insurance limits shall be as follows: 1) Workmen's Compensation: Workers Compensation Insurance, including "Occupational Disease Act" requirements, must be maintained if required by law. b. Such warranty shall survive delivery and shall not be deemed waived either by reason of the MHTC s acceptance of or payment for said equipment, supplies, and/or services. Status of Independent Contractor a. The Contractor represents itself to be an independent Contractor offering such services to the general public and shall not represent itself or its employees to be an employee of the MHTC. Therefore, the Contractor shall assume all legal and financial responsibility for taxes, FICA, employee fringe benefits, workers compensation, employee insurance, minimum wage requirements, overtime, etc., and agrees to indemnify, save and hold the MHTC, its officers, agents and employees harmless from and against any and all losses (including attorney fees) and damage of any kind related to such matters. Indemnification a. The Contractor shall be responsible for injury or damages as a result of any services and/or goods rendered under the terms and conditions of this Agreement. b. In addition to the liability imposed upon the Contractor on the account of personal injury, bodily injury, including death, or property damage, suffered as a result of the Contractor's performance under this Agreement, the Contractor assumes the obligation to save harmless the Commission, including its agents, employees and assigns, and to indemnify the Commission, including its agents, employees and assigns, from every expense, liability or payment arising out of such wrongful or negligent act or omission, including legal fees. c. The Contractor also agrees to hold harmless the Commission, including its agents, employees and assigns, from any wrongful or negligent act or omission committed by any subcontractor or other person employed by or under the supervision of the Contractor for any purpose under this Agreement, and to indemnify the Commission, including its agents, employees and assigns, from every expense, liability or payment arising out of such wrongful or negligent act or omission. Required Specifications 2) Public Liability (includes property damage and personal injury): i. Not less than $400,000 for any one person in a single accident or occurrence. ii. Not less than $2,500,000 for all claims arising out of a single occurrence. 3) Special Hazard Insurance: As required. a. All services, equipment and/or supplies bid upon must comply with the attached MoDOT Specification and any other provisions outlined in the solicitation documents. Information and Reports a. The Contractor shall provide all information and reports required by the Regulations, or Directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Missouri Department of Transportation or the Federal Highway Administration to be pertinent to ascertain compliance with such Regulations or Directives. Where any information required of a Contractor is in the exclusive possession of another

10 who fails or refuses to furnish this information the Contractor shall so certify to the Missouri Department of Transportation, or the Federal Highway Administration as appropriate, and shall set forth what efforts it has made to obtain the information. Permits, Licenses and Certifications a. The contract price shall include any necessary permits, certifications and licenses required by law incidental to the work. Failure to Execute Contract a. Failure to execute the contract within 15 days after the contract has been mailed to the bidder shall be just cause for the cancellation of the award. Award may then be made to the next lowest responsible bidder, or the work may be readvertised and performed under contract or otherwise, as the Commission may decide. No contract shall be considered effective until it has been executed by all parties thereto. Notice to Proceed a. Within 30 days after the execution of the contract, a "Notice to Proceed" will be issued by the Department. A purchase order may be attached to the "Notice to Proceed," which would specify the date or dates that the Contractor can start delivery and will also include the completion dates. These dates will be in accordance with the dates shown in the proposal. Cancellation of Contract a. If the Contractor/supplier fails to carry out the performance of the work with sufficient personnel and equipment/supplies to insure the completion of the delivery of services within the time specified or becomes insolvent or is adjudicated a bankrupt or commits any act of bankruptcy or insolvency or allows any final judgment to stand against him for a period of ten (10) days, the Missouri Department of Transportation may give notice in writing by registered mail to the Contractor/supplier and the surety of such delay, neglect or default. b. If, within ten (10) days after such notice the Contractor/supplier does not proceed to remedy to the satisfaction of the Department's representatives the faults specified in said notice, the Department shall have full power and authority, without impairing the obligation of the Contractor/supplier under the contract, arrange for the services/materials necessary to complete the work and the Contractor/supplier will be responsible for any additional costs incurred by the Department in obtaining the completion of the services. IFB Page 10 of 20

11 IFB Attachment A Page 1 of 3 Missouri Department of Transportation Seasonal Maintenance Worker/ Maintenance Crew Worker Job Specific Protocols Category: General: Vision: Hearing: Cardiovascular Condition: Respiratory System: Endocrine System: Medication use must not be sedating or affect concentration. No fear of heights or confined spaces. If allergic to insect bites, must have Epipen closely available. NOT QUALIFIED IF PRIOR ANAPHYLAXIX TO INSECT BITES. 20/40 (Snellen) with or without correction in each eye, color vision adequate to determine signal light red, green and amber. Distant binocular acuity of at least 20/40 (Snellen) in both eyes with or without corrective lenses, field of vision of at least 70 degrees in the horizontal meridian in each eye, First perceives forced air whispered voice in the better ear at not less than 5 feet, with or without a hearing aid or, if tested by use of an audiometric device, does not have an average hearing loss in the better ear greater than 40 decibels at 500 Hz, 1,000 Hz, and 2,000 Hz with or without a hearing aid when the audiometric device is calibrated to ANZI Z Not qualified if there is a current clinical diagnosis of myocardial infarction, angina pectoris, coronary insufficiency, thrombosis or any other cardiovascular disease of a variety know to be accompanied by syncope, dyspnea, collapse or congestive cardiac failure. Not qualified if there is an established medical history or clinical diagnosis of a respiratory dysfunction likely to interfere with ability to control, drive or operate vehicles or heavy equipment, or wear a respirator. Not qualified if clinical diagnosis of diabetes mellitus currently requiring insulin for control. IFB Page 11 of 20

12 IFB Attachment A Page 2 of 3 Missouri Department of Transportation Seasonal Maintenance Worker/ Maintenance Crew Worker Job Specific Protocols Extremities: Vital Signs Rheumatic, Arthritic, Orthopedic, Muscular, Neuromuscular and Vascular Back Hernia Strength: Not qualified if there is a loss of a foot, leg, hand or an arm unless they have been granted a Skill Performance Evaluation (SPE) Certificate through Mo. Motor Carriers. Has no impairment of a hand or finger which interferes with prehension or power grasping; or an arm, foot, or leg which interferes with the ability to perform normal tasks associated with operating a commercial motor vehicle (CMV) or any other significant limb defect or limitation which interferes with the ability to operate a CMV unless they have a SPE Certificate. <160/90 with or without medication Pulse persistently greater than 100 must be investigated. No established medical history or clinical diagnosis of rheumatic, arthritic, orthopedic, muscular, neuromuscular or vascular disease which interferes with the ability to control and operate heavy equipment or a CMV and perform the essential functions of their job. Full range of motion with no pain. Prior history of disabling back injuries, surgery or disc disease consider need for functional capacity evaluation. Not qualified until hernia is repaired and released by primary care physician. Muscular Development consisted with requirements in the Dictionary of Occupational Titles for "Extra Heavy" lifting. IFB Page 12 of 20

13 IFB Attachment A Page 3 of 3 Missouri Department of Transportation Seasonal Maintenance Worker/ Maintenance Crew Worker Job Specific Protocols Neuro: Verbal: Mental Status: MSR's Cerebellar/vestibular: Cerebellar/vestibular (continued) No current diagnosis of seizure disorders. Communication with spoken voice. No current mental, nervous, organic, or organic or functional disease or psychiatric disorder likely to interfere with ability to operate heavy equipment or a Commercial Motor Vehicle or work adjacent to moving traffic. Symmetrical Normal coordination and balance. Not afraid of heights or confined spaces. Component Required Optional History/physical w/test of smell * Vision: peripheral, color, & depth perception. * * Federal DOT Drug Screen collection, split specimen. Pulmonary Function Test * Only for respirator wears EKG/Stress test if clinically indicated, symptoms of multiple risk factors for heart disease or COPD. * Urinalysis dip test. * Total cholesterol & HDL mandatory if >40 y/o or if cardiovascular risk if present. Test sense of smell * Tetanus Diphtheria Booster should be up to date. Provide TD as needed. * Baseline Audiogram * Work simulation or range of motion Testing. * Grip Strength * * IFB Page 13 of 20

14 IFB Attachment B Certificate of Examination Missouri Department of Transportation Pre Employment/Post Offer Medical Examination Applicant s Name: (Print) S.S. #: JOB TITLE: [ ]Begin work without restrictions (after receiving drug test results) [ ]Does not meet requirements for position above [ ]May wear respiratory protection The applicant has been advised of the physical results [ ] yes[ ] no (APPLICANTS SIGNATURE) (DATE) (PHYSICIANS SIGNATURE) (DATE) PROVIDER INSTRUCTION: This form must be faxed to the Human Resource Department at the conclusion of the physical. Original must be mailed, with COMPLETE PHYSICAL EXAM TO: MoDOT Risk Management/Brenda Dudenhoeffer P.O. Box 270 Jefferson City, MO [ ] Faxed to Human Resources Manager (fax number of specific District) IFB Page 14 of 20

15 IFB Attachment C MoDOT Health History Name: SSN#: Date: Job Title being hired for: MoDOT Health History (To be completed by the applicant) Yes No 1. [] [] Any illness or injury in the past five years? (Including workers compensation) 2. [] [] Any head/brain, disorders, injuries or illnesses? 3. [] [] Seizure, epilepsy[] Medication: 4. [] [] Eye disorders or impaired vision (except corrective lenses) 5. [] [] Ear disorders, loss of hearing or balance 6. [] [] Heart disease or heart attack; other cardiovascular condition [] Medication: 7. [] [] Heart surgery (valve replacement/bypass, angioplasty, pacemaker) 8. [] [] High blood pressure [] Medication: 9. [] [] Muscular disease 10. [] [] Shortness of breath 11. [] [] Lung disease, emphysema, asthma, chronic bronchitis 12. [] [] Kidney disease, dialysis 13. [] [] Liver disease 14. [] [] Digestive problems 15. [] [] Diabetes or elevated blood sugar controlled by [] Diet & Exercise [] Oral Medication [] Insulin 16. [] [] Nervous or psychiatric disorders, e.g. severe depression [] Medication 17. [] [] Loss of, or altered consciousness 18. [] [] Fainting, dizziness 19. [] [] Sleep disorders, pauses in breathing while asleep, daytime sleepiness, loud snoring 20. [] [] Stroke or paralysis 21. [] [] Missing or impaired hand, arm, foot, leg, finger, toe 22. [] [] Chronic low back pain 23. [] [] Regular, frequent alcohol use 24. [] [] Narcotic or habit forming drug use For any YES answer, indicate onset date, diagnosis, treating physician s name & address, and any current limitation(s). List all medications (including over the counter medications) used regularly or recently: I certify that the above information is COMPLETE and TRUE. I understand the inaccurate, false or missing information will be grounds for withdrawing my conditional offer of employment or my dismissal, if hired, and discovered at a later date. Applicant s Signature: Date: Physician s Signature: Date: IFB Page 15 of 20

16 IFB ATTACHMENT D Page 1 of 2 Name: SSN#: Date: Job Title being hired for: MoDOT Physical Examination (For all jobs requiring a Commercial Driver s License) Ht: Wt. Pulse Rate: [ ] Regular [ ] Irregular Date of Birth: Age: Male: Female: 1. Vision: (Snellen) Right eye: Left eye: [ ]without correction [ ] with correction Color blind? [] No [ ] Yes, but can distinguish signal light red, amber, and green. [ ] Yes, and CANNOT distinguish signal light red, amber, & green. [ ] Yes [ ] No Field of vision at least 70 degrees in the horizontal meridian in each eye. [ ] Yes [ ] No Monocular Vision 2. Hearing: Standard: a) Must first perceive forced whispered voice > 5ft., with our without correction, or b) average hearing loss in better ear < 40 db. Record distance from individual at which forced whispered voice can first be heard. Right ear: ft. Left ear: ft. Results of Audiogram: [ ] Within normal ranges [ ] Outside normal ranges [ ] Current or frequent ear infection(s) [ ] Ringing in ears [ ] Able to wear hearing protection. (attach readout from audiometer) Right ear: 500 Hz 1000HZ 2000HZ Ave. Left ear: 500 Hz 1000HZ 2000HZ Ave. 3. Blood Pressure/Pulse Rate: Numerical readings must be recorded. Two readings should be taken to confirm BP. Blood Pressure #1: Blood Pressure #2: 4. Urinalysis: Numerical readings must be recorded. Specific Gravity: Protein Blood Sugar 5. Body Systems: Check YES if there are any abnormalities. Check NO if the body system is normal. Discuss any YES answers in detail in the space below, and indicate whether it would affect the applicant s ability to operate a commercial motor vehicle or any other essential functions of their job. IFB Page 16 of 20

17 IFB ATTACHMENT D Page 2 of 2 Body System Check for: YES* NO 1. General Appearance Marked overweight, tremor, signs of alcoholism, problem drinking, or drug abuse. 2. Eyes Pupillary equality, reaction to light, accommodation, ocular motility, ocular muscle imbalance, extraocular movement, nystagmus, exophthalmos. Ask about retinopathy, cataracts, aphakia glaucoma, macular degeneration. If there is a history, review medical records from treating physician. 3. Ears Scarring of tympanic membrane, occlusion of external canal, perforated eardrums. 4. Mouth and Throat Irremediable deformities likely to interfere with breathing or swallowing. 5. Heart 6. Lungs and Chest, not including breast examination. Murmurs, extra sounds, enlarged heart, pacemaker, implantable defibrillator. Abnormal chest wall expansion, abnormal respiratory rate, abnormal breath sounds including wheezes or alveolar rales, impaired respiratory function, cyanosis. Abnormal findings on physical exam may require further testing such as pulmonary tests and/or x ray of chest. 7. Abdomen and Viscera Enlarged liver, enlarged spleen, masses, bruits, hernia, significant abdominal wall muscle weakness. 8. Vascular System Abnormal pulse and amplitude, carotid or arterial bruits, varicose veins. 9. Genito urinary Hernias System 10. Extremities Limb impaired. 11. Spine, other musculoskeletal 12.Neurological Loss or impairment of leg, foot, toe, arm, hand, finger. Perceptible limp, deformities, atrophy, weakness, paralysis, clubbing, edema, hypotonia. Insufficient grasp and prehension in upper limbs to maintain grip, insufficient mobility and strength in lower limbs. Previous surgery, deformities, limitation of motion, tenderness. Impaired equilibrium, coordination or speech pattern; asymmetric deep tendon reflexes, sensory or positional abnormalities, abnormal patellar and Babinki s reflexes, ataxia. Comments: [ ] I have discussed the above information with the patient. [ ] I have not discussed the above information with the patient. Patient s Signature: Date: Physician s Signature: Date: Print Physician s Name: IFB Page 17 of 20

18 IFB Page 18 of 20 IFB ATTACHMENT E Page 1 of 3

19 IFB Page 19 of 20 IFB ATTACHMENT E Page 2 of 3

20 IFB Page 20 of 20 IFB ATTACHMENT E Page 3 of 3

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

BUYER NAME: TANYA DAUMA, CPPB Q03-09-0014. Missouri Department of Transportation purchase orders must be issued to the invoicing company/address.

BUYER NAME: TANYA DAUMA, CPPB Q03-09-0014. Missouri Department of Transportation purchase orders must be issued to the invoicing company/address. MISSOURI DEPARTMENT OF TRANSPORTATION INFORMAL QUOTE GUIDELINES AND DOCUMENTATION FOR PURCHASES FROM $3,000 TO $24,999.99 THIS IS NOT AN ORDER REQUEST FOR QUOTATION It is the vendor s responsibility to

More information

FOR DOT PHYSICAL. Romeo Papica 2405 W. Missouri Midland, Texas PH# 432.688.7700 Fax# 432.388.7737 FOR DOT DRUG TEST

FOR DOT PHYSICAL. Romeo Papica 2405 W. Missouri Midland, Texas PH# 432.688.7700 Fax# 432.388.7737 FOR DOT DRUG TEST FOR DOT PHYSICAL Romeo Papica 2405 W. Missouri Midland, Texas PH# 432.688.7700 Fax# 432.388.7737 FOR DOT DRUG TEST Drug Screen Compliance 711 W. Indiana Midland, Texas 432.570.6160 Medical Examination

More information

Spill Containment Pallets

Spill Containment Pallets MO Department of Transportation MISSOURI DEPARTMENT OF TRANSPORTATION INFORMAL QUOTE GUIDELINES AND DOCUMENTATION FOR PURCHASES FROM $3,000 TO $24,999.99 THIS IS NOT AN ORDER REQUEST FOR QUOTATION It is

More information

texas.gov . CYNTHIA LEON CARIN MARCY BARTH ADA BROWN ALLAN B. POLUNSKY JOHN STEEN

texas.gov . CYNTHIA LEON CARIN MARCY BARTH ADA BROWN ALLAN B. POLUNSKY JOHN STEEN texas.gov transport of material goods or passengers within thestate of Texas only do not. CYNTHIA LEON CARIN MARCY BARTH ADA BROWN ALLAN B. POLUNSKY JOHN STEEN If a subsequent review of an applicant's

More information

NEW CHAUFFEUR S LICENSE NCO 3. 10.025. Fee - $50.00. 1. Application. 2. Copy of Valid Driver License

NEW CHAUFFEUR S LICENSE NCO 3. 10.025. Fee - $50.00. 1. Application. 2. Copy of Valid Driver License phone 907.443. 6663 fax 907.443.5349 NEW CHAUFFEUR S LICENSE NCO 3. 10.025 Fee - $50.00 1. Application 2. Copy of Valid Driver License 3. Proof of Age Copy of Birth Certificate, US Passport, or other Official

More information

forms, receipts, or any other paperwork needed to secure materials, equipment, or services.

forms, receipts, or any other paperwork needed to secure materials, equipment, or services. MISSOURI DEPARTMENT OF TRANSPORTATION BID GUIDELINES AND DOCUMENTATION THIS IS NOT AN ORDER REQUEST FOR BID It is the vendor s responsibility to read and comply with all conditions, specifications, and

More information

BID #: B03-08-0035 THIS NUMBER # SHOULD BE REFERENCED ON ALL MAILING LABELS, ENVELOPES, AND ANY OTHER CORRESPONDENCE.

BID #: B03-08-0035 THIS NUMBER # SHOULD BE REFERENCED ON ALL MAILING LABELS, ENVELOPES, AND ANY OTHER CORRESPONDENCE. MISSOURI DEPARTMENT OF TRANSPORTATION BID GUIDELINES AND DOCUMENTATION THIS IS NOT AN ORDER REQUEST FOR BID It is the vendor s responsibility to read and comply with all conditions, specifications, and

More information

MVA/ PI Registration Form. Is this accident work related? YES or No If yes, stop here and notify front desk for different forms.

MVA/ PI Registration Form. Is this accident work related? YES or No If yes, stop here and notify front desk for different forms. MVA/ PI Registration Form Is this accident work related? YES or No If yes, stop here and notify front desk for different forms. Date: Patient # Patient Name: DOB; Gender: M or F SSN Address: City/State:

More information

MISSOURI DEPARTMENT OF TRANSPORTATION NORTHEAST DISTRICT SOLICITATION GUIDELINES AND DOCUMENTATION

MISSOURI DEPARTMENT OF TRANSPORTATION NORTHEAST DISTRICT SOLICITATION GUIDELINES AND DOCUMENTATION MISSOURI DEPARTMENT OF TRANSPORTATION NORTHEAST DISTRICT SOLICITATION GUIDELINES AND DOCUMENTATION REQUEST FOR BID It is the vendor s responsibility to read and comply with all conditions, specifications,

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

MISSOURI DEPARTMENT OF TRANSPORTATION INFORMAL QUOTE GUIDELINES AND DOCUMENTATION FOR PURCHASES FROM $3,000 TO $24,999.99 THIS IS NOT AN ORDER

MISSOURI DEPARTMENT OF TRANSPORTATION INFORMAL QUOTE GUIDELINES AND DOCUMENTATION FOR PURCHASES FROM $3,000 TO $24,999.99 THIS IS NOT AN ORDER MISSOURI DEPARTMENT OF TRANSPORTATION INFORMAL QUOTE GUIDELINES AND DOCUMENTATION FOR PURCHASES FROM $3,000 TO $24,999.99 THIS IS NOT AN ORDER REQUEST FOR QUOTATION It is the vendor s responsibility to

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

Small Public Work Contract

Small Public Work Contract City of Bellevue 450 110 th Ave. NE Bellevue, WA 98004 Small Public Work Contract City of Bellevue Contract Identification Information: Contract Title: This CONTRACT is entered into the date

More information

STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between. and HARRISBURG AREA COMMUNITY COLLEGE

STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between. and HARRISBURG AREA COMMUNITY COLLEGE STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between and HARRISBURG AREA COMMUNITY COLLEGE This Agreement is made between Harrisburg Area Community College (HACC), whose primary address is One HACC

More information

NPSA GENERAL PROVISIONS

NPSA GENERAL PROVISIONS NPSA GENERAL PROVISIONS 1. Independent Contractor. A. It is understood and agreed that CONTRACTOR (including CONTRACTOR s employees) is an independent contractor and that no relationship of employer-employee

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

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

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 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

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

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

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

Robla School District

Robla School District Robla School District e-rate Y14 2011-2012 RFP 2011-02 CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS November 3, 2010 Robla School District 5248 Rose St. Sacramento, CA 95838 SUMMARY The Robla School

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

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

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information Memorandum Important information related to requirements of state or local laws to include additional provisions in residential construction contracts Potentially Affected AIA Contract Documents AIA Document

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

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments COUNTY OF SARPY, NEBRASKA SPECIFICATIONS VOIP Phones For the Various County Departments PROPOSALS DUE: Thursday, 2:00 p.m., June 13, 2013 1 P age P:\VOIP Phones\RFP_VOIP.docx General Information Notice

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

SELLING TERMS AND CONDITIONS

SELLING TERMS AND CONDITIONS SELLING TERMS AND CONDITIONS 1. The Agreement. All sales by Sterling Machinery, Inc., an Arkansas corporation (the Seller ) to the purchaser of Seller s Goods (the Buyer ) shall be governed by the following

More information

Title 247 -- NEBRASKA DEPARTMENT OF MOTOR VEHICLES

Title 247 -- NEBRASKA DEPARTMENT OF MOTOR VEHICLES Title 247 -- NEBRASKA DEPARTMENT OF MOTOR VEHICLES Chapter 7 -- Rules and Regulations Pertaining to the Vision and Medical Requirements for Class A and B Licenses, Learner s and School Permits and School

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

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING

More information

MISSOURI. MISSOURI HIGHWAYS and TRANSPORTATION COMMISSION JEFFERSON CITY, MISSOURI BID OF FOR CONSTRUCTING OR IMPROVING

MISSOURI. MISSOURI HIGHWAYS and TRANSPORTATION COMMISSION JEFFERSON CITY, MISSOURI BID OF FOR CONSTRUCTING OR IMPROVING MISSOURI MISSOURI HIGHWAYS and TRANSPORTATION COMMISSION JEFFERSON CITY, MISSOURI BID OF Name Addres s FOR CONSTRUCTING OR IMPROVING Central Office Warehouse Renovation Phase I Jefferson City, Missouri

More information

TERMS AND CONDITIONS OF SALE. Quotations, Purchase Orders, Acknowledgements, Packing Lists/Slips, Invoices & Credits

TERMS AND CONDITIONS OF SALE. Quotations, Purchase Orders, Acknowledgements, Packing Lists/Slips, Invoices & Credits Quotations, Purchase Orders, Acknowledgements, Packing Lists/Slips, Invoices & Credits All quotations of Seller ( Quotations ) and purchase orders of Buyer ( Purchase Orders ) shall be subject to these

More information

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078 Request for Proposal Uintah High School Yearbook Publishing & Printing Services Uintah School District 635 West 200 South Vernal Utah, 84078 Deadline for Submittal June 18, 2014 2:00 p.m. Uintah School

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

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

Driver s Name: Address: Soc. Sec. No. Date of Birth Age Race/Sex. Driver s License No. Class State Telephone:

Driver s Name: Address: Soc. Sec. No. Date of Birth Age Race/Sex. Driver s License No. Class State Telephone: Louisiana Department of Public Safety & Corrections Office of Motor Vehicles CDL PHYSICAL EXAMINATION FORM (Meets Department of Transportation Requirements) Date of Examination: New Certification Re-certification

More information

Center Unified School District

Center Unified School District 8408 Watt Ave., Antelope, CA 95843 916-338-6337 / Fax 916-338-6339 BOARD OF TRUSTEES Gary Blenner Raymond F. Bender Matthew L. Friedman Libby Williams Donald E. Wilson SUPERINTENDENT Dr. Kevin Jolly, Ed.D

More information

CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS QUOTE # 2011-01

CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS QUOTE # 2011-01 Board of Trustees: Superintendent: Paul Long Brian Haley Paul Carras Terry Gage Ana Stevenson Scott Leaman CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS QUOTE # 2011-01 November 18, 2010 Western

More information

M AINTENANCE S ERVICE A GREEMENT L ABOR O NLY

M AINTENANCE S ERVICE A GREEMENT L ABOR O NLY M AINTENANCE S ERVICE A GREEMENT L ABOR O NLY This Maintenance Service Agreement ("Agreement") is entered into as of the day of, 2002 between, (the "Client"), whose address is, and Florida Sound Engineering

More information

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office SERVICES CONTRACT/P. O. # Title: THIS CONTRACT, and amendments and supplements thereto, is

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

COMPUTER AND INFORMATION TECHNOLOGY MANAGED SERVICES AGREEMENT

COMPUTER AND INFORMATION TECHNOLOGY MANAGED SERVICES AGREEMENT COMPUTER AND INFORMATION TECHNOLOGY MANAGED SERVICES AGREEMENT This Computer and Information Technology Services Agreement is made as of the day of, between Crown Networking Consultants, Inc. (CNC Inc.),

More information

COURSE INFORMATION RANGER COLLEGE PROFESSIONAL DRIVER TRAINING TRAINING SITES EARLY, TEXAS STEPHENVILLE, TEXAS

COURSE INFORMATION RANGER COLLEGE PROFESSIONAL DRIVER TRAINING TRAINING SITES EARLY, TEXAS STEPHENVILLE, TEXAS COURSE INFORMATION TRAINING SITES EARLY, TEXAS STEPHENVILLE, TEXAS For More Information Call: 1-800-TRUCKING TABLE OF CONTENTS Admissions Requirements 2 Course Objective / Information 3 DOT Requirements

More information

COMPLIANCE WITH LAWS, CODES, AND STANDARDS

COMPLIANCE WITH LAWS, CODES, AND STANDARDS All products furnished by Jinan Meide Casting Co. Ltd, shall be in accordance with the following terms and conditions unless otherwise agreed to in writing: ACCEPTANCE AND COMPLETE AGREEMENT Buyer s order

More information

INDEPENDENT CONTRACTOR AGREEMENT (ICA)

INDEPENDENT CONTRACTOR AGREEMENT (ICA) INDEPENDENT CONTRACTOR AGREEMENT (ICA) (This agreement is not a construction contract within the meaning of Civil Code section 2783, and is not an agreement for the provision of construction services within

More information

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 TABLE OF CONTENTS I. INSTRUCTIONS... 3 A. BID INFORMATION... 3 B. BID PROPOSAL FORMAT... 4 C.

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

SERVICE AGREEMENT CONTRACT NO. ARTICLE 1 SCOPE OF SERVICES

SERVICE AGREEMENT CONTRACT NO. ARTICLE 1 SCOPE OF SERVICES SERVICE AGREEMENT CONTRACT NO. THIS AGREEMENT dated 20 between the STOCKTON UNIVERSITY (the "UNIVERSITY") and (Name of Company), with a business address at ("the Service Provider ). 1.1 The Services ARTICLE

More information

Workers Compensation Employee Personnel Forms

Workers Compensation Employee Personnel Forms Workers Compensation Employee Personnel Forms JOB DESCRIPTION / ESSENTIAL FUNCTIONS JOB TITLE/DESCRIPTION Once a conditional job offer is made, please be aware all persons may be required to furnish health

More information

MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES

MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES THIS AGREEMENT is made and entered into this day of, 2007, by and between the University of Washington ( Owner ) and, ( Project

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

FY2016 AGREEMENT TO FUND ECONOMIC DEVELOPMENT PROGRAMS AND SERVICES OPERATED BY DOWNTOWN DURHAM, INC. USING CITY OF DURHAM GRANT FUNDS

FY2016 AGREEMENT TO FUND ECONOMIC DEVELOPMENT PROGRAMS AND SERVICES OPERATED BY DOWNTOWN DURHAM, INC. USING CITY OF DURHAM GRANT FUNDS 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 FY2016 AGREEMENT TO FUND ECONOMIC DEVELOPMENT PROGRAMS AND SERVICES

More information

A. For the consideration agreed below to be paid to Contractor by City, Contractor shall provide

A. For the consideration agreed below to be paid to Contractor by City, Contractor shall provide STATE OF TEXAS CONTRACT FOR SERVICES COUNTY OF DALLAS THIS CONTRACT is made and entered into by and between the CITY OF DALLAS, a Texas municipal corporation, located in Dallas County, Texas (hereinafter

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

#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

PRECISION MICRODYNAMICS QUOTE / CONTRACT TERMS & CONDITIONS

PRECISION MICRODYNAMICS QUOTE / CONTRACT TERMS & CONDITIONS 1. General. All quotations furnished by Precision MicroDynamics Inc., ( PMDi ) or its authorized agents are solely for information of the party to whom the Quotation is addressed ( Buyer ). Any order resulting

More information

JRI S STANDARD TERMS OF PURCHASE. Business Day: a day (other than a Saturday, Sunday or public holiday) when banks in London are open for business.

JRI S STANDARD TERMS OF PURCHASE. Business Day: a day (other than a Saturday, Sunday or public holiday) when banks in London are open for business. JRI S STANDARD TERMS OF PURCHASE 1. INTERPRETATION 1.1 Definitions. In these Conditions, the following definitions apply: Business Day: a day (other than a Saturday, Sunday or public holiday) when banks

More information

Lenovo Service Parts Sales Terms and Conditions New Zealand

Lenovo Service Parts Sales Terms and Conditions New Zealand Lenovo Service Parts Sales Terms and Conditions New Zealand Please read these Terms and Conditions carefully as they apply to the purchase of Products and/or Services from Lenovo (Australia and New Zealand)

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

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

During the performance of this contract, the contractor, for itself, its assignees and successors in interest agrees as follows:

During the performance of this contract, the contractor, for itself, its assignees and successors in interest agrees as follows: CONTRACT FORM CONTRACT # This Contract, made and entered into this day of, 20, by and between the State of Nevada Department of Transportation, hereinafter called the Department, and (Contractor Name and

More information

NORTH CAROLINA STATE UNIVERSITY AGREEMENT

NORTH CAROLINA STATE UNIVERSITY AGREEMENT STATE OF NORTH CAROLINA Rev. 11/12 WAKE COUNTY NORTH CAROLINA STATE UNIVERSITY AGREEMENT THIS AGREEMENT ( Agreement ) made and entered into this day of 20, by and between ( Contractor ), and North Carolina

More information

How To Write A Contract Between College And Independent Contractor

How To Write A Contract Between College And Independent Contractor Independent Contractor Agreement (Long Form) This Agreement is made between Babson College ("College"), a Massachusetts non-profit corporation with a principal place of business at 231 Forest Street, Babson

More information

LABOR PERMITS, TAXES, CERTIFICATIONS

LABOR PERMITS, TAXES, CERTIFICATIONS DATE: Company: ATT: Fax No. : Phone No. : STANDARD TERMS AND CONDITIONS FOR FIELD SERVICE Dear Customer: ITEC is in receipt of your request for on-site service(s) (hereinafter Services ) by an ITEC Field

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

SERVICE PROVIDER AGREEMENT WITNESSETH. WHEREAS, the COUNTY desires to obtain the services of said PROVIDER as further described herein referred to as

SERVICE PROVIDER AGREEMENT WITNESSETH. WHEREAS, the COUNTY desires to obtain the services of said PROVIDER as further described herein referred to as SERVICE PROVIDER AGREEMENT This SERVICE PROVIDER AGREEMENT is made and entered into this day of, 20, between the Board of County Commissioners of LEE COUNTY, a political subdivision of the STATE OF FLORIDA

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

REQUEST FOR PROPOSALS LIBRARY SECURITY CAMERA SYSTEM NOVEMBER 3, 2015

REQUEST FOR PROPOSALS LIBRARY SECURITY CAMERA SYSTEM NOVEMBER 3, 2015 REQUEST FOR PROPOSALS LIBRARY SECURITY CAMERA SYSTEM NOVEMBER 3, 2015 PROJECT NAME: Library Security Camera System Request for Proposals ISSUANCE DATE: November 3, 2015 CLOSING DATE: December 1, 2015 INTRODUCTION

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

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement THIS INDEPENDENT CONTRACTOR SERVICES AGREEMENT (this Agreement ) is made this day of, 20 (the Effective Date ), regardless of the date of execution, by and between Sierra Field Services, Inc., a Nevada

More information

CAP CONSULTING SERVICES AGREEMENT

CAP CONSULTING SERVICES AGREEMENT CAP CONSULTING SERVICES AGREEMENT This Agreement is made on this day of, by and between the College of American Pathologists, a not-for-profit Illinois corporation with offices at 325 Waukegan Road, Northfield,

More information

Terms and Conditions of Sale

Terms and Conditions of Sale Broadberry Data Systems Limited ("The Company") Terms and Conditions of Sale 1. General a) Unless otherwise expressly agreed in writing by a Director (or authorised executive) of the Company all goods

More information

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642 COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP Issue Date: August 22, 2008 RFP #: 1642 Title: Applicant Tracking Software Classification Code: 20851 Issuing Agency: Using Agency And/Or Location Where

More information

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT APPENDIX A ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT DATED AS OF ASBESTOS/LEAD SURVEY AND CONSULTING

More information

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT INDEPENDENT CONTRACTOR AGREEMENT This Agreement is hereby entered into between the ESCONDIDO UNION HIGH SCHOOL DISTRICT, hereinafter referred to as District, and hereinafter referred to as Contractor.

More information

KERN COMMUNITY COLLEGE DISTRICT AGREEMENT WITH INDEPENDENT CONTRACTOR

KERN COMMUNITY COLLEGE DISTRICT AGREEMENT WITH INDEPENDENT CONTRACTOR KERN COMMUNITY COLLEGE DISTRICT AGREEMENT WITH INDEPENDENT CONTRACTOR This Agreement is entered into by and between the Kern Community College District, on behalf of (Check One): District Office Bakersfield

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

7D School Pupil Transportation Certificate

7D School Pupil Transportation Certificate 7D School Pupil Transportation Certificate Checklist APPLICATION/RENEWAL: Only original forms will be accepted. Do Not Send Copies All applications must be filled out completely The application must be

More information

b. Deliverables Prepare and deliver draft report ( copies); Prepare and deliver final report (

b. Deliverables Prepare and deliver draft report ( copies); Prepare and deliver final report ( City of Lincoln, Nebraska CONTRACT FOR ENGINEERING SERVICES THIS CONTRACT, executed in triplicate, is between the City of Lincoln, Nebraska (City) and (Engineer), a corporation of the state of, with a

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

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,

More information

State of Missouri bid Agreements

State of Missouri bid Agreements MISSOURI DEPARTMENT OF TRANSPORTATION BID GUIDELINES AND DOCUMENTATION REQUEST FOR BID It is the vendor s responsibility to read and comply with all conditions, specifications, and instructions outlined

More information

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT Contract #: Total Obligation: AGREEMENT BETWEEN: The Georgia Department of Transportation s location identified in Paragraph 101A

More information

How To Do Business With Omaha Public Schools

How To Do Business With Omaha Public Schools O PS How To Do Business With Omaha Public Schools SCHOOL Business Services Department Purchasing Division 3215 Cuming Street Omaha, Nebraska 68131-2024 Phone (402) 557-2214 Introduction This pamphlet

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

TT ELECTRONICS INTEGRATED MANUFACTURING SERVICES LIMITED CONDITIONS OF PURCHASE

TT ELECTRONICS INTEGRATED MANUFACTURING SERVICES LIMITED CONDITIONS OF PURCHASE TT ELECTRONICS INTEGRATED MANUFACTURING SERVICES LIMITED CONDITIONS OF PURCHASE DEFINITIONS In these conditions of purchase: the Buyer means TT electronics integrated manufacturing services Ltd., the Supplier

More information

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE SPECIFICATIONS AND BID FORMS FOR RFP VOICE OVER IP PHONE SYSTEM MANDATORY WALK-THRU ON THURSDAY, MARCH 13 th from 1:00 P.M. to 3:00 P.M. LOCATION TO BE DETERMINED. BID: #14-012- BOE Due on or before 11:00

More information

Triton Systems of Delaware, LLC. Warranty Statement

Triton Systems of Delaware, LLC. Warranty Statement Triton Systems of Delaware, LLC 21405 B Street 866.7.TRITON Triton Systems of Delaware, LLC Warranty Statement TRITON WARRANTY STATEMENT The Manufacturer warrants that the products delivered to a distributor

More information

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS SECOND ADDENDUM TO RFP DOCUMENTS REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS 11/9/2015 To All Potential Bidders: This

More information

LEASE. The term of this Lease is for a period of months, commencing on day of,, and terminating on the day of,.

LEASE. The term of this Lease is for a period of months, commencing on day of,, and terminating on the day of,. LEASE PARTIES The parties to this lease (Lease) are the state of North Dakota, acting through its (STATE), and having its principal place of business at (LANDLORD); SCOPE OF LEASE LANDLORD, in consideration

More information

INDEPENDENT CONTRACTOR AGREEMENT - OR -

INDEPENDENT CONTRACTOR AGREEMENT - OR - INDEPENDENT CONTRACTOR AGREEMENT INSTRUCTIONS 1. It is the end-users responsibility to do the following prior to the contractor providing services: Complete all sections of the ICA and obtain the appropriate

More information

ELECTRONIC INDEPENDENT CONTRACTOR AGREEMENT INTRODUCTION

ELECTRONIC INDEPENDENT CONTRACTOR AGREEMENT INTRODUCTION INTRODUCTION This is an AGREEMENT between you and Field Solutions, LLC ( Field Solutions ) that defines the terms and conditions for Field Solutions to engage you to provide services to our customers as

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

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

CITY OF SHERWOOD Independent Contractor Agreement (for Personal Services or for Public Works under $25,000)

CITY OF SHERWOOD Independent Contractor Agreement (for Personal Services or for Public Works under $25,000) CITY OF SHERWOOD Independent Contractor Agreement (for Personal Services or for Public Works under $25,000) Dated: Parties: City of Sherwood ( CITY ) 20 NW Washington Street Sherwood, Oregon 97140 And

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