INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

Size: px
Start display at page:

Download "INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS"

Transcription

1 INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS The Competitive Solicitation Acknowledgement Form must be completely filled in. This may be done on line then printed or you may print then fill in with pen or typewriter. PLEASE NOTE: IF THIS IS NOT COMPLETED IT MAY BE GROUNDS FOR REJECTING YOUR SOLICITATION. NOTICE TO RESPONDERS: Responders must or Fax Verification of Receipt of Competitive Solicitation. E- Mail Mary Ward at or Fax Attention: Mary Ward, (850)

2

3

4 FLORIDA STATE UNIVERSITY Water-jet Cutting Machine Invitation to Bid ITB I. GENERAL II. The Florida State University is inviting proposals from qualified firms for materials and/or services listed in this Invitation to Bid. DEFINITIONS Purchaser: The Florida State University hereinafter referred to as FSU. Vendor: The proposer who submits the successful proposal and receives a purchase order from the University based on and incorporating the terms, conditions and prices listed in this proposal. Bidder: Company or Individual that responds to this ITB ITB: Invitation to Bid. III. SPECIAL CONDITIONS 1. Submission of Mandatory Forms: Bidders are required to return the ITB Acknowledgment Form with their bid. The Acknowledgment Form shall be signed by a representative who is authorized to contractually bind the Bidder. The Acknowledgement Form annotates rules and regulations of FSU Purchasing 2. Any addenda issued by the University to participating Bidders shall include an Addenda Acknowledgment Form. This form shall be signed by a company representative, dated and returned with the ITB response. Failure to return an Addenda Acknowledgment Form for any and all addendum issued for this ITB may be grounds for rejection of that Bid. 3. Bidders shall submit their proposals on or before the date and time, indicated on the ITB Acknowledge Form, with all Cost and Service Bids sealed in a clearly identified envelope, to the following address: Florida State University Purchasing Department, A1400 University Center, Tallahassee, Florida , Attention: Mary Ward. 4. Bidders shall submit all costs and services proposed in the format specified. 5. In accordance with s (3) (m), Florida Statutes, public review of responses to a Invitation to Bid maybe denied until the notice of a decision is 1

5 posted or until the notice of a decision is posted or until 10 days after the Invitation to Bid display, whichever occurs first. 6. No negotiations, decisions, or actions shall be initiated or executed by the Bidder as a result of any discussion with any University employee. Only those communications which are in writing from the University Purchasing Department shall be considered as a dully authorized expression on behalf of the University. Also, only communications from Bidders which are signed and in writing will be recognized by the University as duly authorized expressions on behalf of the Bidder. 7. A Bidders written submission in response to the ITB shall be considered as the bidder formal offer. The content of the ITB, the Bidders submission in response to the ITB, and resulting purchase order, shall be considered the entire agreement between the successful Bidder and the University. 8. Bidders may not consider any verbal instructions as an official expression on the University s behalf. Only written communications, signed by a duly authorized representative of the Purchasing office shall be considered valid. 9. A proposal Tabulation which serves as the Notice of Award will be posted for review by interested parties on the University Purchasing Department Website ( 11. Each bid shall be prepared simply and economically, providing a straight forward, concise delineation of the bidder s capabilities to satisfy the requirements of the ITB. Fancy binding, colored display and promotional material are not desired. However, technical literature, drawings, and pictures of proposed equipment should be included in the proposal if appropriate. Emphasis in each bid must be on completeness and clarity of contents. In order to expedite the evaluation of proposals, it is essential that bidders follow the format and instructions contained herein. 12. Any amendments, alterations or modifications to the purchase order resulting from this ITB must be by change order issued by the Purchasing Department. The validity, construction, and effect of the purchase order shall be governed by the laws of the State of Florida. The University, as an agency of the State of Florida, is entitled to the benefits of sovereign immunity including immunities for taxation. 2

6 13. Under no circumstances shall the successful Bidder assign to a third party any right or obligation of successful Bidder pursuant to this proposal without prior written consent of FSU. If the successful bidder is, or during the term of the purchase order resulting from this ITB becomes, an individual on the payroll of the State of Florida, successful Proposer represents that he or she has complied with all applicable provisions in the Florida Statutes and Florida Administrative Code regarding outside or dual employment and compensation. 14. Any purchase order resulting from this ITB will be governed by and under the jurisdiction of the Law and Rules of Florida and any provisions in conflict there with shall be void and of no effect. 15. In the event of extension error(s) the unit price will prevail and the Bidder s total offer will be corrected accordingly. In the event of addition errors, the extended totals will prevail and the proposer s total offer will be corrected accordingly. Bidders must check their proposal for any such errors and state the discount(s) where applicable. 16. The Bidders point of contact for all matters relating to the ITB is: Dan Bull, Florida State University Purchasing Department, A1400 University Center, Tallahassee, Florida , Voice (850) , FAX (850) or dbull@admin.fsu.edu. Written questions on this ITB must be submitted to Dan Bull. All requests for information must be in writing, and can be submitted by letter, fax, or . Each Bidder shall identify in its submittal the single point of contact for all matters relating to the response. 17. Sealed bids will be accepted until the date and hour listed in the ITB Acknowledgment Form, at the Florida State University Purchasing Department, A1400 University Center, Tallahassee, Florida , at which time a public opening will take place. All proposals shall be identified with the proposal number clearly indicated on the outside of the parcel the proposals in which the parcel arrives. Proposals received after that date and time will be rejected. 3

7 Florida State University Water-jet Cutting Machine Invitation to Bid The College of Engineering at Florida State University (FSU) requests a competitive price and installation bid for a Water-jet Cutting Machine for Composite and Nanocomposites Part Cutting and Sample Preparation. This equipment is used for precisely cutting both our conventional fiber reinforced composites and nanotube-based nanocomposites as well as metal and non-metal fabrication tooling. The precision for cutting thin nanocomposites samples, reliability and ability to cut Kevlar armor composites without noticeable edge damage as well as the ability to cut large parts are critical for our research projects. The College of Engineering requests the equipment be delivered by April 30 th, Based on these requirements, we identified the following technical specifications: Technical Parameters of the Machine 1. The cutting envelope must be at least 29" in X plane and 26" in Y plane. The table size must be at least 46" in the X plane with a Y plane of 31"; 2. The cutting accuracy must be accurate to 0.003" at maximum traverse velocity with repeatability accuracy of " at 70F. Accuracy must be based upon a Ball Bar Circularity test in accordance with the National Machine Tool Builders Association; 3. Water level control for machining underwater, providing noise abatement and splash control; 4. Precision motorized Z axis with automatic standoff and 3D profiling capabilities; 5. Precision optical locator to locate features on existing parts for secondary machining. 6. Mini-jet Nozzle functions for precise cutting thin and brittle samples (such as neat cast epoxy resin samples with a thickness less than 0.1mm); 7. Pump must be a direct drive, crankshaft type pump, with variable frequency type controller, capable of obtaining and maintaining an operating pressure of 50,000 PSI without the use of hydraulic assistance. Pressure attenuators are not allowed to maintain pump operating pressure; 8. Pump must be capable of driving an orifice diameter of.014" while providing a constant operating pressure of 50,000PSI and a maximum motor rating of 30HP; 4

8 9. An employee of the water-jet manufacturer must conduct pump training at the FAMU-FSU College of Engineering facility. Pump training DVD must accompany installation documents; 10. Machine must be fully assembled and tested at the manufacturer's factory before shipping to the College of Engineering; 11. Controller will have the ability for high/low pressure piercing for machining tough/fragile materials. The controller must have a built-in array nesting routine that optimizes part placement and optimal stack height calculator; Design and Cutting Software: 1. At least, Windows XP-based, integrated CAD/CAM system with open protocol allowing the integration of other software architecture, at least including: 2. Cutting artwork done in CorelDRAW, Adobe Illustrator, GlassEye and other artwork drawing programs; 3. Machining parts designed in MasterCam, Ez-Cam, and other popular CAD / CAM programs; 4. Using scanning software such as Adobe Streamline or the various products from Arbour Imaging; 5. Writing custom tool path generation software for specialty purposes; 6. Mistake warning functions for wrong design; *Upgrades to the software must be free to the College of Engineering for as long as the machine is owned for FSU. There should be no charge for as many site licenses (seats) as we deem necessary to operate this equipment and for as long as we own this equipment; Packaging Tangible product shall be securely and properly packed for shipment, storage and stocking in appropriate, clearly marked, clearly labeled, shipping containers and according to accepted commercial practice, without extra charge for packing materials, cases, or other types of containers. All containers and packing shall become and remain purchaser s property. Inspection The purchaser reserves the right to inspect, at any reasonable time with prior notice, the equipment or product or plant or other facilities of a Vendor to assess conformity with 5

9 contract requirements and to determine whether they are adequate and suitable and effective contract performance. Safety Standards All manufactured items and fabricated assemblies subject to operation under pressure, operation by connection to an electric source, or operation involving connection to a manufactured, natural, or LP gas source shall be constructed and approved in a manner acceptable to the appropriate State inspector. Acceptable customarily requires, at a minimum, identification or the appropriate safety standard organization, where such approvals of listings have been established for the type of device offered and furnished, for example, the American Society of Mechanical Engineers for pressure vessels; the Underwriters Laboratories and/or National Electrical Manufacturers Association for electrically operated assemblies; and the American Gas Association for gas-operated assembles. In addition, all items furnished shall meet all applicable requirements of the Occupational Safety and Health Act and state and federal requirements relating to clean air and water pollution. Transportation and Delivery Prices shall include all charges for packing, handling, freight, distribution, and inside delivery. Transportation of goods shall be FOB destination to any point within thirty (30) days after the purchaser places an order. A Vendor, within five (5) days after receiving a purchase order, shall notify the purchaser of any potential delivery problems. Evidence of intentional delays shall be cause for contract cancellation and Vendor suspension. Risk of Loss Matters of inspection and acceptance are addressed in s ,f.s. Until acceptance, risk of loss or damage shall remain with the vendor. The vendor shall be responsible for filing, processing, and collecting all damage claims. To assist the vendor with damage claims, the purchaser shall: record any evidence of visible damage on all copies of the delivering carrier s Bill of Lading; report damages to the carrier and the vendor; and provide the vendor with a copy of the carrier s Bill of Lading and damage inspection report. When a purchaser rejects a product, vendor shall remove it from the premises within ten days after notification of rejection. Upon rejection notification, the risk of loss of rejected or non-conforming product shall remain with the vendor. Rejected product not removed by the vendor within ten days shall be deemed abandoned by the vendor, and the purchaser shall have the right to dispose of it as its own property. Vendor shall reimburse the purchaser for costs and expense incurred in storing or effecting removal or disposition of rejected product. Installation 6

10 Where installation is required, Vendor shall be responsible for placing and installing the product in the required locations at no additional charge, unless otherwise designated on the contract or purchase order. Vendor s authorized product and price list shall clearly and separately identify any additional installation charges. All materials used in the installation shall be of good quality and shall be free of defects that would diminish the appearance of the product or render it structurally unsound. Installation includes the furnishing of any equipment, rigging, and materials required to install or replace the product in the proper location. Vendor shall protect the site from damage and shall repair damage or injury caused during the installation by Vendor or its employees or agents. If any alteration, dismantling, excavation, etc., is required to achieve installation, the Vendor shall promptly restore the structure or site to its original condition. Vendor shall perform installation work so as to cause the least inconvenience and interference with purchaser and with proper consideration of others on site. Upon completion or the installation, the location and surrounding area of work shall be left clean and in a neat and unobstructed condition, with everything in satisfactory repair and order. Warranty Provide information on all warranties on all parts and labor for the Waterjet machinery. Training Three-day onsite training to be included for the Waterjet machine and all appropriate software Invoicing and Payment Invoices and any other correspondence shall contain the contract number and the purchase order number. Additional Requirements Please submit the cutting effectiveness documentation along with bid response to the FSU Purchasing Department. The sole point of contact for this bid is Dan Bull (850) , dbull@admin.fsu.edu. 7

11 1) Please provide detailed documentation of demonstrations of cutting effectiveness for various composites and nanocomposites samples. Documentation should include proof of the following: 2) Multiple samples to demonstrate precise cutting for thin and brittle samples (such as neat cast epoxy resin samples with a thickness less than 0.1mm) with dog-bone shape (roughly 4mm x25mm); 3) Multiple samples to demonstrate the ability to cut at least 15 layers ballistic Kevlar/thermoplastic composites; 4) Multiple samples to demonstrate the ability to cut at least 1inch thick glass fiber/epoxy composites; 5) Multiple samples to demonstrate the ability to cut unidirectional carbon fiber/epoxy composites in both fiber aligned and transverse directions; 6) Provide cutting edge quality inspection evidences; 7) At least 2000 lbs of abrasive garnet for both hard and soft material cutting; Price and Delivery Water-Jet Cutter Software Installation Freight Total Delivery, ARO Delivery Address: $ $ $ $ $ Attn Pottsdamer St., College of Engineering Department of Industrial and Manufacturing, Tallahassee, Florida Pertinent Florida State University Standard Terms (Taken from the standard terms and policies of Florida State University) 8

12 PAYMENT TERMS: NET 30, AFTER DELIVERY AND ACCEPTANCE TRAVEL: TRAVEL EXPENSES INCLUDED IN THIS AGREEMENT MUST BE IN ACCORDANCE WITH AND SUBMITTED IN COMPLIANCE WITH S FS. TAX EXEMPTION: The State of Florida is a tax immune sovereign and exempt from the payment of all sales, use or excise taxes. Vendor shall pay all personal property taxes on leased equipment and all taxes based upon net income. GOVERNING LAW: The laws of the State of Florida shall govern this contract. Venue shall be in Leon County, Florida and the sole and exclusive jurisdiction to resolve any disputes arising under the contract shall be in the county or circuit court for the Second Judicial Circuit in and for Leon County, Florida. Contact Information Company: Name: Address: Phone: Fax: Insurance 9

13 The vendor shall not commence any work in connection with this agreement until all of the following types of insurance have been obtained and such insurance has been approved by the University. Nor shall the vendor allow any subcontractor to commence work on his subcontract until all similar insurance required of the subcontractor has been so obtained and approved. All insurance policies shall be with insurers qualified and doing business in Florida. The purchaser shall be furnished proofed of coverage of insurance by certificates of insurance within 10 days after receipt of the Purchase Order and shall name the purchaser as an additional named insured. The purchaser shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the bidder and/or subcontractor such insurance. A. Workmen s Compensation Insurance The vendor shall secure and maintain during the life of this agreement, Workmen's Compensation Insurance for all of their employees connected with the work of this project and, in case any work is sublet, the vendor shall require the subcontractor similarly to provide Workmen's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the proposer. Such insurance shall comply fully with the Florida Workmen s Compensation Law. In case, any class of employee engaged in hazardous work under this contract at the site of the project is not protected under Workmen's Compensation Statute, the vendor shall provide and cause each subcontractor to provide, adequate insurance satisfactory to the purchaser, for protection of is employees not otherwise protected. B. Contractor's Public Liability and Property Damage Insurance The vendor shall secure and maintain during the life of this agreement, COMPREHENSIVE GENERAL LIABILITY AND COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protect him/her from claims for damages, personal injury, including accidental death, as well as 10

14 claims for property damages which may arise from operations under this agreement whether such operations be by himself/herself or by anyone directly or indirectly employed by them and the amounts of such insurance shall be the minimum limit as follows: (1) Bodily Insurance Liability: $1,000,000 each occurrence (2) Auto Property Damage Liability: $500,000 each occurrence (3) Property Damage Liability: $1,000,000 each occurrence (4) Other Than Automobile: $1,000,000 aggregate operations $1,000,000 aggregate protective $1,000,000 aggregate contractual Insuring clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on any OCCURRENCE basis. (5) XCU (Explosion, collapse, underground damage)-the contractor s liability Policy shall provide XCU coverage for those classifications in which they are excluded. (6) Contractual Liability - work contracts - The contractor s liability policy shall cover such contracts when they are affected. C. The vendor shall hold and save the University harmless for any and all suits and judgments against the State for personal injury or damage to real or personal property caused by Vendor's tortuous conduct in the performance of this Agreement provided that: (f) (g) (h) the University promptly notifies the Vendor in writing of any claim, and the vendor shall be given the opportunity, at its option, to participate and associate with the University in the control, defense and trial of any claim and any related settlement negotiations and, provided further, that with respect to any claim, or portion thereof, for which the vendor agrees at the initiation of such claim that vendor shall save and hold the University harmless, Vendor shall have the sole control of the defense, trial and any related settlement negotiations, and the university fully cooperated with vendor in the defense of any claim. In no event, however, will the vendor be liable for: (i) any damages caused by the University's failure to perform the University's responsibilities, or for 11

15 (j) (k) any lost profits or other consequential damages, even if the vendor has been advised of the possibility of such damages, or for any claim against the University by any other party, except as provided in the hold harmless provision of the preceding paragraph of this provision and except as provided in the entitled or non-performance or machines or programming located outside the United States or Puerto Rico. 12

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS The Competitive Solicitation Acknowledgement Form must be completely filled in. This may be done on line then printed or you may

More information

FLORIDA STATE UNIVERSITY COMPETITIVE SOLICITATION NUMBER ITB5175-3 RADIOLOGY SYSTEM

FLORIDA STATE UNIVERSITY COMPETITIVE SOLICITATION NUMBER ITB5175-3 RADIOLOGY SYSTEM FLORIDA STATE UNIVERSITY COMPETITIVE SOLICITATION NUMBER ITB5175-3 RADIOLOGY SYSTEM I. GENERAL This is an Invitation to Bid (ITB) for the supply of a digital radiology system for the Thagard Student Health

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

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

-1- -2- -3- -4- -5- INSURANCE REQUIREMENTS FOR DEVELOPER EXTENSION AGREEMENTS 1.1 The developer shall obtain and keep in force during the term of the contract, Commercial General Liability insurance policies

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

MINNESOTA STATE COLLEGES AND UNIVERSITIES General Insurance Requirements for Contractors & Vendors

MINNESOTA STATE COLLEGES AND UNIVERSITIES General Insurance Requirements for Contractors & Vendors Certificate of Liability Insurance, Form ACORD25: Following are the insurance requirements of the State of Minnesota acting through its Board of Trustees of the Minnesota State Colleges and Universities,

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

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

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

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

How To Build A Data Backup System In Town Of Trumbull

How To Build A Data Backup System In Town Of Trumbull TOWN OF TRUMBULL, CONNECTICUT GENERAL INSTRUCTIONS TO BIDDERS The Town of Trumbull, Connecticut (hereinafter referred to as Town), through the Office of the Purchasing Agent, will accept sealed bids from

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

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

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] THIS AGREEMENT is made and entered into this day of, 2014, by and between the City of Yreka, a municipal corporation, hereinafter referred

More information

ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS

ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS Contractor shall obtain insurance of the types and in the amounts listed below. A. COMMERCIAL GENERAL AND UMBRELLA

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

INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS

INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS 1. GENERAL PROVISIONS A. Indemnification. The Contractor shall indemnify and save harmless the City of Lincoln, Nebraska from and against all losses, claims,

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

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

SURETY. and Title: (Any additional signatures appear on the last page of this Performance Bond.)

SURETY. and Title: (Any additional signatures appear on the last page of this Performance Bond.) Performance Bond Document A312 2010 CONTRACTOR: (Name, legal status and address) SURETY: (Name, legal status and principal place of business) OWNER: (Name, legal status and address) CONSTRUCTION CONTRACT

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

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

AIA Document A312 - Electronic Format. Performance Bond

AIA Document A312 - Electronic Format. Performance Bond AIA Document A312 - Electronic Format Performance Bond THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. AUTHENTICATION

More information

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES 951 MARTIN LUTHER KING BLVD. KISSIMMEE, FL 34741 TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES LEGAL ADVERTISEMENT TOHO WATER AUTHORITY RFQ 11-003 RATE CONSULTING

More information

INSURANCE REQUIREMENTS FOR FEDERAL CONTRACTORS

INSURANCE REQUIREMENTS FOR FEDERAL CONTRACTORS INSURANCE REQUIREMENTS FOR FEDERAL CONTRACTORS This document is provided to supply you with information regarding insurance requirements on Government contracts. Please be advised that the samples are

More information

CITY OF LEAWOOD. Independent Contractor Agreement

CITY OF LEAWOOD. Independent Contractor Agreement #3 Small Indep Contractor Agreement with Ins Optional, for use with small agreements less than $15k [e.g., entertainment, 4 th of July projects, sports] CITY OF LEAWOOD Independent Contractor Agreement

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

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

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

AIA Document A310 TM 2010

AIA Document A310 TM 2010 AIA Document A310 TM 2010 Bid Bond CONTRACTOR: OWNER: «Lane County» «125 East Eighth Avenue BOND AMOUNT: $ PROJECT: (Name, location or address, and Project number, if any) «Lane County Adult Corrections

More information

Kentucky Department of Education Version of Document A312 2010

Kentucky Department of Education Version of Document A312 2010 Kentucky Department of Education Version of Document A312 2010 Performance Bond CONTRACTOR: (Name, legal status and address) SURETY: (Name, legal status and principal place of business) OWNER: (Name, legal

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

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

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 Sealed bids are due by 10:30 am on Friday, January 30, 2015 Bid Specs are

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

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

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

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

PROFESSIONAL SERVICES AGREEMENT BETWEEN UNIVERSITY OF NORTH TEXAS SYSTEM AND DESIGN PROFESSIONAL (MORE THAN $100,000.00 IN COMPENSATION)

PROFESSIONAL SERVICES AGREEMENT BETWEEN UNIVERSITY OF NORTH TEXAS SYSTEM AND DESIGN PROFESSIONAL (MORE THAN $100,000.00 IN COMPENSATION) PROFESSIONAL SERVICES AGREEMENT BETWEEN UNIVERSITY OF NORTH TEXAS SYSTEM AND DESIGN PROFESSIONAL (MORE THAN $100,000.00 IN COMPENSATION) This Agreement made the day of (the Effective Date ), by and between

More information

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325 REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325 NOTICE IS HEREBY GIVEN that the Cape Fear Public Utility Authority (hereinafter referred to as CFPUA or the Authority ) is requesting

More information

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID INVITATION TO BID Sealed bid proposals, plainly marked "Plumbing Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,

More information

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 CITY OF FLORENCE Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 REQUEST FOR QUALIFICATIONS NO. 2014-08 ARCHITECTURAL SERVICES FOR COMMUNITY GYMNASIUM DESIGN PROPOSAL

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

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

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

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1 Invitation to Bid Asphalt Restoration and Spot Repairs For Hardin County Water District No. 1 Prepared by: Hardin County Water District No. 1 1400 Rogersville Road Radcliff, KY 40160 Phone: 270-351-3222

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

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

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

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

Terms and Conditions of Offer and Contract (Works & Services) Conditions of Offer

Terms and Conditions of Offer and Contract (Works & Services) Conditions of Offer Conditions of Offer A1 The offer documents comprise the offer form, letter of invitation to offer (if any), these Conditions of Offer and Conditions of Contract (Works & Services), the Working with Queensland

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

EXHIBIT D INSURANCE REQUIREMENTS

EXHIBIT D INSURANCE REQUIREMENTS A. INSURANCE Before performing any contract work, Contractor shall procure and maintain, during the life of the contract, unless otherwise specified, insurance listed below. The policies of insurance shall

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

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

ARTICLE 11. INSURANCE AND BONDS

ARTICLE 11. INSURANCE AND BONDS Provide submittals to Architect / Engineer that are required by any governing body or other authorities. Upon receipt of the Contractor s list, the Architect will make an inspection to determine whether

More information

REQUEST FOR PROPOSAL FOR: Fire and Security Alarm Service and Monitoring

REQUEST FOR PROPOSAL FOR: Fire and Security Alarm Service and Monitoring MCC13-04 REQUEST FOR PROPOSAL FOR: Fire and Security Alarm Service and Monitoring Manchester Community College PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for Manchester

More information

Request for Quotation (RFQ) Hydrilla management via benthic matting in Henrietta, NY. Re-Release Date: Monday, December 7, 2015

Request for Quotation (RFQ) Hydrilla management via benthic matting in Henrietta, NY. Re-Release Date: Monday, December 7, 2015 New York State Department of Environmental Conservation Division of Lands and Forests Invasive Species Coordination Unit 625 Broadway, Floor 5 Albany, NY 12233-4250 Request for Quotation (RFQ) Hydrilla

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

CLAIMS ADMINISTRATION SERVICES AGREEMENT

CLAIMS ADMINISTRATION SERVICES AGREEMENT Attachment D.13 CLAIMS ADMINISTRATION SERVICES AGREEMENT This AGREEMENT is made and entered into by and between SANTA BARBARA SCHOOL DISTRICTS hereinafter referred to as "DISTRICT", and KEENAN & ASSOCIATES,

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

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION Solicitation Number: QT1608 Description: Band Instruments for Stall High School Date: January 8, 2016 SUBMIT OFFER BY: February 2, 2016 by 2:00 PM PROCUREMENT OFFICIAL CONTACT: Procurement

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

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

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 Pursuant to Florida Statutes, Chapter 287, The City of Bonita Springs hereinafter referred to as the City, will accept sealed Responses for Qualifications and

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

#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

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

REQUEST FOR PROPOSAL THE LEE: WINDOW TREATMENTS DELIVER SEALED PROPOSALS TO:

REQUEST FOR PROPOSAL THE LEE: WINDOW TREATMENTS DELIVER SEALED PROPOSALS TO: REQUEST FOR PROPOSAL THE LEE: WINDOW TREATMENTS DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: April

More information

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

a. Proposals shall be submitted in a sealed envelope and addressed as follows: 1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL PLUMBING SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and

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

General Conditions for Professional Services

General Conditions for Professional Services General Conditions for Professional Services 1. LEGAL STATUS The Contractor shall be considered as having the legal status of an independent contractor vis-à-vis UNDP. The Contractor's personnel and sub-contractors

More information

NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING

NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING This Agreement is hereby entered into by and between Piedmont Triad Regional Council (herein Contractor ) and (Subcontractor)

More information

THE GLOCESTER SCHOOL DEPARTMENT Request for Proposals G-2015-01 Architectural Services RIDE 5 Year Capital Plan

THE GLOCESTER SCHOOL DEPARTMENT Request for Proposals G-2015-01 Architectural Services RIDE 5 Year Capital Plan The Glocester School Department is accepting sealed proposals for Architectural Services RIDE 5 Year Capital Plan. Proposals for Architectural Services -RIDE 5 Year Capital Plan are due at the Treasurer

More information

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES 1. STATEMENTS OF QUALIFICATIONS REQUESTED The San Bernardino Community College District (District) Facilities

More information

RIGHT OF ENTRY RECITALS. A. WHEREAS, CITY owns and operates the Norman Y. Mineta San Jose International Airport ( Airport ); and

RIGHT OF ENTRY RECITALS. A. WHEREAS, CITY owns and operates the Norman Y. Mineta San Jose International Airport ( Airport ); and RIGHT OF ENTRY This Right of Entry Agreement ( AGREEMENT ) is made this day of, 2015, by and between NAME, [an individual/ a corporation/ a limited liability company/ a partnership] ( ENTRANT ) and the

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

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS Allegany County will receive sealed bids until 10:00

More information

Agreement Number: F.E.I.D. Number: Procurement Number: D.M.S. Catalog Class Number:

Agreement Number: F.E.I.D. Number: Procurement Number: D.M.S. Catalog Class Number: Page 1 of 9 Agreement Number: F.E.I.D. Number: Procurement Number: D.M.S. Catalog Class Number: This Master University Agreement ( Agreement ), entered into this day of, ( Effective Date ), between the

More information

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM NO.

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM NO. SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Joseph Ramon Date Issued: June 15, 2015 BID NO.: 15-0118 FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM

More information

Stephenson County, Illinois

Stephenson County, Illinois Stephenson County, Illinois REQUEST FOR PROPOSALS For EXTERIOR CLEANING OF STEPHENSON COUNTY COURTHOUSE Bids Due: Sealed proposals are due and must be received in the Stephenson County Administrator s

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

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

How To Manage A Power Station

How To Manage A Power Station CARESERV TECHNOLOGIES, LLC SERVICE AGREEMENT COLOCATION SERVICES SCHEDULE Version 2014.1 (01.01.2014) This Schedule, together with any Order referencing this Schedule or pursuant to which the services

More information

GREENFIELD MIDDLE SCHOOL ROOF PROJECT

GREENFIELD MIDDLE SCHOOL ROOF PROJECT CITY OF GREENFIELD GREENFIELD, MASSACHUSETTS RFQ TITLE: GREENFIELD MIDDLE SCHOOL ROOF PROJECT RFQ #: 12-03 Date of Issuance: June 22, 2011 9:00 a.m. Deadline for Receipt Of Bids: July 8, 2011 2:00 p.m.

More information

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent September 12, 2011 Re: 11ITB80101A-CJC-Locum Tenens Positions Staffing Services Dear Bidders: Attached is one (1) copy of Addendum 1, hereby made a part of the above referenced ITB. Except as provided

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

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

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

AGREEMENT FOR PROFESSIONAL LAND SURVEYING SERVICES WITNESSETH: ARTICLE 1

AGREEMENT FOR PROFESSIONAL LAND SURVEYING SERVICES WITNESSETH: ARTICLE 1 AGREEMENT FOR PROFESSIONAL LAND SURVEYING SERVICES This Agreement, made as of the 29 th day of January, 1999, by and between the County of Wake (hereinafter, the "Owner") and McKim & Creed Engineers, P.A.,

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

Request for Proposal. City of Monrovia Case Management, Facilities Management and Work Order Application Replacement

Request for Proposal. City of Monrovia Case Management, Facilities Management and Work Order Application Replacement Request for Proposal City of Monrovia Case Management, Facilities Management and Work Order Application Replacement City of Monrovia Information Systems Division January 2, 2014 Responses Due January 27,

More information

Request for Proposals for Upgraded or Replacement Phone System

Request for Proposals for Upgraded or Replacement Phone System City of Bandon Request for Proposals for Upgraded or Replacement Phone System 7/17/2015 Phone System Request for Proposal Page 1 NOTICE The City of Bandon is accepting Proposals for an upgraded or replacement

More information

IMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you!

IMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you! ` SUBCONTRACTOR: PHONE PROJECT: LOCATION: Page 1 of 6 SUBCONTRACT (SHORT FORM) JOB NO.: COST CODE: PRICE: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC.

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

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

COMMERCIAL CONSTRUCTION AGREEMENT. This CONTRACT AGREEMENT ( Contract ) is made on, 20, by and between <> ( Owner ) and <> ( Contractor ).

COMMERCIAL CONSTRUCTION AGREEMENT. This CONTRACT AGREEMENT ( Contract ) is made on, 20, by and between <> ( Owner ) and <> ( Contractor ). COMMERCIAL CONSTRUCTION AGREEMENT This CONTRACT AGREEMENT ( Contract ) is made on, 20, by and between ( Owner ) and ( Contractor ). A. Contractor wishes to enter into the following Contract with

More information

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION THIS AGREEMENT made at Columbus, Ohio on by and between Lincoln Construction, Inc., hereinafter referred to as the Contractor, and, hereinafter

More information

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas Request For Proposal Furnish Schneider Business Park Signs Design Build Services For the Cibolo Economic Development Corporation Cibolo, Texas The City of Cibolo, Texas Economic Development Corporation

More information