MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, March 9, 2015

Size: px
Start display at page:

Download "MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, March 9, 2015"

Transcription

1 MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL DUE DATE: No later than 3:00 p.m. PT on Monday, March 9, 2015 MODESTO CITY SCHOOLS Purchasing Department 426 Locust Street Modesto, CA (209)

2 TABLE OF CONTENTS Important Notice to Bidders!... 3 Notice Inviting Bids 4 Introduction. 5 Submittal of Bids. 6 General Conditions and Instructions to Bidders Insurance Scope of Work Computation of Bid and Sales Tax Bid Signature Page (Attachment A).. 15 Designation of Local Point of Sale (Attachment B) Bid Pricing Sheet (Attachment C). 17 Performance References (Attachment D) Questionnaire/Requested Information (Attachment E). 19 Non-Collusion Affidavit (Attachment F).. 20 Checklist of Documents to be Returned with Bid 21 Bid No Gasoline & Diesel Fuel Page 2

3 IMPORTANT NOTICE TO ALL BIDDERS! It is the responsibility of each Bidder to ensure Modesto City Schools (MCS) has their correct business name and contact information on file including an address. Any prospective Bidder who obtained bid documents from the MCS website or from anyone other than MCS is responsible for advising MCS that they have a set of contract documents and wish to receive subsequent addenda. Please send your contact information to the Purchasing Department at purchasinginfo@mcs4kids.com with the subject line Bidder Contact Info and include the following information: Bid Number Firm Name Contact Person s Name Address Phone Number Fax Number Address The District may, during the bid period, advise the bidder by bulletin or addenda of additions, omissions or alterations in the specifications. All such changes shall be included in the bid and become a part of the specifications as if originally submitted. It is the Bidder s sole responsibility to insure they have received any and all subsequent addenda. Addenda will be posted on the District s website at It is the sole responsibility of each bidder to periodically check the site for any addenda. Bidders are to acknowledge receipt of any and all addenda. This shall be done by signing and returning a copy with your proposal, or indicating the addendum number on the Bid Signature Page. Failure to acknowledge in writing the receipt of any addenda may result in bid rejection. It is the Bidder s sole responsibility to see that addenda acknowledgement requirements are met. Bid No Gasoline & Diesel Fuel Page 3

4 Modesto City Schools 426 Locust Street Modesto, CA Notice Inviting Bids Notice is hereby given that sealed bids for Bid No Gasoline and Diesel Fuel will be received in the Modesto City Schools Purchasing Department, 426 Locust Street, Modesto, CA 95351, no later than 3:00 p.m. PT on Monday, March 9, Specifications and Instructions to Bidders are on file and may be obtained from the Modesto City Schools Purchasing Department, 426 Locust Street, Modesto, CA 95351, (209) Documents may also be downloaded from district/purchasing/open-bids Modesto City Schools reserves the right to reject any and all bids and to waive any irregularity or informality. Patti Truett, C.P.M., CPPB Director I, Purchasing Publish Dates: 2/22, 3/1 Bid No Gasoline & Diesel Fuel Page 4

5 Modesto City Schools Bid No Gasoline and Diesel Fuel INTRODUCTION Modesto City Schools is seeking bids from qualified firms for providing GASOLINE AND DIESEL FUEL for all District owned vehicles. An agreement for a one (1) year period may be awarded to the lowest responsive and responsible bidder that will best suit the needs of the District. The District may elect to extend the contract for up to two (2) additional one (1) year periods, for a total of three (3) years. This bid does not commit the District to award a contract or pay any costs incurred in the preparation of a bid responsive to this request. The District reserves the right to accept all or part of any bid submitted or to cancel this bid in part or in its entirety. The District further reserves the right to accept the bid that it considers to be in the best interest of the District. Bid No Gasoline & Diesel Fuel Page 5

6 SUBMITTAL OF BIDS Sealed bids will be received in the Office of the Director of Purchasing no later than 3:00 pm PT on Monday, March 9, All mailed bids shall be addressed as follows: BID NO GASOLINE AND DIESEL FUEL DIRECTOR OF PURCHASING MODESTO CITY SCHOOLS 426 LOCUST STREET MODESTO CA All envelopes shall also have stated thereon the name and address of the submitting firm. Hand delivered courier or package delivery service shall be delivered directly to: MODESTO CITY SCHOOLS PURCHASING DEPARTMENT BID NO GASOLINE AND DIESEL FUEL 426 LOCUST STREET MODESTO CA All bids received after said time and date will be time-stamped and returned unopened to the submitter. Modesto City Schools will not accept bids submitted by fax or . Modesto City Schools will not be responsible for late or misdirected bid submittals. Please refer any questions to Lyn Mullins at Bid No Gasoline & Diesel Fuel Page 6

7 GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS 1. Acceptance of Bids The District reserves the right to reject any or all bids or to waive any informalities or irregularities. 2. Withdrawal of Bid No bidder may withdraw their bid for a period of thirty (30) days after the date set for the opening thereof. 3. Quantities Quantities listed are annual estimates based on past usage and are not to be construed as a commitment. No minimum or maximum is guaranteed or implied. 4. Cooperative Contract Clause If mutually agreeable to all parties, the issuance of any resultant contract/purchase order referencing these specifications and modified by mutual agreement between all parties may be extended to other government, district or publicly funded agencies. Minor changes in terms and conditions may be negotiated by participating agencies and the successful bidder. Any or all necessary reference to applicable Education Code, Public Contract Code, or other legal reference in order to provide piggybackable or cooperative purchase capabilities are hereby referenced and included. The District waives its right to require such other districts and agencies to draw their warrants in favor of the District as provided in referenced Code sections. 5. Freight/Transportation Costs All freight and transportation costs shall be included in pricing. 6. Bid Form(s) All bids must be submitted on forms provided by Modesto City Schools. 7. Award of Bid It is the intent of the District to award the bid to one bidder only who meets our specifications. The District shall not be obligated to accept the lowest priced bid, but will make a determination for award based on highest ranking in total evaluation criteria. 8. Payment A blanket purchase order will be issued and invoices will be paid within thirty (30) days after acceptance of the materials, equipment and/or services by the District, unless otherwise stated. Bid No Gasoline & Diesel Fuel Page 7

8 9. Bid Signatures All bids must be signed with the firm name and by a responsible officer or employee fully authorized to bind the organization to the terms and conditions herein. Obligations assumed by such signature must be fulfilled. 10. Termination of Contract It is understood by both parties that when contract is rendered, the contract may be terminated by either party by giving a thirty (30) day written notice to said party. The District may, without cause, reject the contractor s request for termination. The contractor shall be entitled to payment for only the work provided to the effective date of termination. 11. Performance Successful bidder shall perform the entire job as required for the contract term. 12. Term of Contract The term of this agreement shall commence upon notification of award and continue for a period of one (1) year, with two (2) possible one (1) year extensions. 13. Non-Collusion Statement If more than one bid is offered by an individual, firm, co-partnership, corporation, association or any combination thereof under the same or different names, all such bids may be rejected. All bidders are put on notice that any collusive agreement fixing the prices so as to control or affect the awarding of this bid is in violation of competitive bidding requirements, and may render any contract let under such circumstances void. 14. Safety Contractor shall conform to the rules and regulations pertaining to safety established by the California Division of Industrial Safety. Furnished equipment, material and services shall comply with all OSHA standards and regulations, and all applicable governmental laws and orders. Contractor shall provide proof of compliance, if requested by the District. 15. References Respondents are to provide a list of current or former clients (see Attachment D). The District may contact some or all of the references provided in order to determine the bidder s performance record on services similar to that described in this request. The District reserves the right to contact references other than those provided in the response and to use the information gained from them in the evaluation process. 16. Indemnity The contractor agrees to indemnify, defend, save, and hold harmless Modesto City Schools, its officers, agents and/or employees for any damages or by reason of any injury or injuries, whether directly chargeable to the District, its officers, agents, and/ or employees or not; to any person or persons property of any kind whatsoever, Bid No Gasoline & Diesel Fuel Page 8

9 whether the person or property of contractor, his agents or employees or third persons, when said injury or injuries occur during, or are occasioned by, or result from the operations of contractor in connection with the performance of work or duties undertaken by him as a result of the acceptance of this bid. Bid No Gasoline & Diesel Fuel Page 9

10 INSURANCE REQUIREMENTS Scope Contractor shall procure prior to commencing any activities and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in the Contractor s proposal. Minimum Limits of Insurance Contractor shall maintain coverage and limits of no less than: Liability Comprehensive General Liability Insurance or Commercial General Liability Insurance including coverage for premises and operation, contractual liability, personal injury liability, products/completed operations liability, broad form property damage and owners/contractors protective liability in an amount not less than one million dollars ($1,000,000) per occurrence, combined aggregate single limit for bodily injury, personal injury and property damage written on as occurrence form. For protection of the aggregate a separate liability policy must be used for this contract or an endorsement issued to reserve the required aggregate for this specific contract. Automobile Comprehensive Automobile Liability Insurance including as applicable owned, non-owned, and hired automobile in an amount not less than one million dollars ($1,000,000) per occurrence combined single limit for bodily injury and property damage written on an occurrence form. Workers Compensation The Contractor shall submit proof that Workers Compensation Insurance as required by the Labor Code of the State of California is secured. The insurance shall include Employers Liability limits of one million dollars ($1,000,000) per accident. Deductibles and Self-Insured Retentions Any deductible or self-insured retentions must be declared to and approved by the District. At the option of the District either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the District, its officials and employees; or the Contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. Other Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1) General Liability and Automobile Liability Coverages Bid No Gasoline & Diesel Fuel Page 10

11 a) The District, its officials, employees and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; premises owned, leased or used by the Contractor. b) The contractor s insurance coverage shall be primary insurance as respects the District, its officials, employees and volunteers. Any insurance or self-insurance maintained by the District, its officials, employees and volunteers shall be excess of the Contractor s insurance and shall not contribute with it. c) Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the District, its officials, employees or volunteers. d) Coverage shall state that the Contractor s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer s liability. Bid No Gasoline & Diesel Fuel Page 11

12 SCOPE OF WORK CARD LOCK FUELING SERVICES 1) Point of Sale Location Fuel to be purchased should be dispensed from a point of sale located within an approximate two (2) mile radius of the District Transportation yard located at 1524 Woodland Avenue, Modesto, CA. Fuel shall be available twenty-four (24) hours per day, seven (7) days per week, weekends and holidays included. 2) Facilities The main facility must have a minimum of four (4) gasoline pumps and two (2) ultra low sulfur diesel fuel pumps to accommodate users. The facility should provide suitable all-weather access to the District s entire fleet, including buses, heavy trucks, and construction equipment. 3) Tank Testing If any underground tank tests are required of the contractor, the District is to be notified three (3) days in advance so that all equipment can be fueled prior to the required down time. 4) Card Administration The successful bidder shall be responsible for providing, at no cost to the District, fuel cards to be issued in a quantity required by the District s Transportation Department that will be used to activate the fuel pumps at the contractor s place of business, and record the necessary information for District fleet records. Records will be printed daily and provided to the District as requested. Currently the District has approximately 200+ cards. It is expected that the successful bidder will provide all initial cards and any lost or stolen cards at no cost to the District during the life of this contract. The cards shall be the same size and strength as a normal credit card and resistant to modification or tampering. 5) Primary Local Point of Sale All products and services which are provided under this contract should be made available from at least one (1) facility located within an approximate two (2) mile radius of the District s Transportation yard. This facility shall be known as the Primary Local Point of Sale and shall be identified by the bidder on Attachment B. 6) Additional Local Points of Sale Other fuel dispensing sites in the local area under the control of the contractor may be designated by the bidder on Attachment B as Additional Local Points of Sale. These designated Additional Local Points of Sales shall be subject to all of the provisions of this contract, including pricing. Bid No Gasoline & Diesel Fuel Page 12

13 7) Non-Local Points of Sale If available, the purchase of fuel at non-local points of sale is provided as a convenience to the District. Fuel purchased from non-local points of sales may be priced at the normal retail price at the place and time of purchase, including all local, state, and federal taxes. If offering a discount for these types of sales, please indicate. 8) Reports The successful bidder must have the ability to provide reports upon request by the District. Minimum information to be provided by the contractor will be: a) Identity of vehicle b) Type of fuel c) Quantity of fuel d) Vehicle odometer reading e) Date of transaction f) Time of transaction g) Identity of card user 9) Fuel Usage For informational purposes, the annual fuel usage during the school year (July 1-June 30) is as follows: 138,717 gallons of ULTRA LOW SULFUR DIESEL 45,539 gallons of UNLEADED FUEL There are currently: 56 school buses using ULTRA LOW SULFUR DIESEL 13 trucks using ULTRA LOW SULFUR DIESEL 103 vehicles using UNLEADED FUEL 65 off-highway vehicles using UNLEADED FUEL Approx. 300 blowers and hand-held equipment using UNLEADED FUEL 35 diesel tractor-mower-power plants using ULTRA LOW SULFUR DIESEL 10) Pricing Evaluation Criteria The District reserves the right to establish the method used for calculating the total cost to the District, including the price of fuel, but also considering factors such as the fully burdened cost of getting District fleet vehicles/buses/equipment to and from the contractor s fueling stations/points of sale. 11) Off-Road Fuel Purchases Successful bidder must determine a method for differentiating on-road and offroad fuel purchases. Bid No Gasoline & Diesel Fuel Page 13

14 Pricing COMPUTATION OF BID AND SALES TAX Bidders are to quote an adjustment above (+) or below (-) the Stockton OPIS unbranded daily average as published in the OPIS PAD 4/5 report for the type of fuel requested. The quoted adjustment is to include all delivery, handling or other related charges, but is NOT to include government surcharges or taxes. The adjustment (differential) quoted is to be firm for the term of the contract. Computation of Invoice Price Daily Adjustment Invoiced prices are to be recomputed each day, based on the Stockton OPIS unbranded daily average as published in the OPIS PAD 4/5 report. Invoiced prices shall be computed on the published Stockton OPIS unbranded daily average, plus (+) or minus (-) the OPIS differential price (see Attachment C), plus the specified state and local taxes, and shall be valid for the seven (7) day period coinciding with the OPIS reporting period. Contractor will be required to supply the District, at the contractor s expense, a copy of the OPIS PAD 4/5 report for the Stockton, CA, area by or fax on each Monday during the term of the contract for pricing verification purposes. If OPIS does not report an unbranded daily average market area price for a single day, the most recent published unbranded daily average market area price shall be used in computing the invoice price. If two (2) or more days pass without the publishing of prices, it shall be the contractor s responsibility to notify the District. The District will then negotiate an interim price to be used until a current OPIS unbranded daily average price is again published for the Stockton, CA, market area. If the marketing publication is substantially modified or discontinued, the District reserves the right to reestablish the price mechanism of the bid, or to cancel all or part of the contract without prejudice against any party to the contract. Contractor shall pass along to the District any and all rebates, allowances or other pricing reduction incentives being offered to customers of the Contractor, including any pass through incentives from refineries. Sales Tax All applicable taxes must be itemized on the invoice. Invoices for fuel purchased at local points of sale shall include or exclude federal, state, and local taxes as follows: Federal Excise Tax Shall be excluded from the invoice State Excise Tax Shall be excluded from the invoice. State Sales (Use) Tax Shall be included on the invoice. State Gas Tax Shall be included on the invoice. The contractor shall provide the District with written notice of changes in tax rates. Bid No Gasoline & Diesel Fuel Page 14

15 Attachment A MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL BID SIGNATURE PAGE (Must be completed and returned with bid.) The undersigned hereby proposes and agrees to furnish and deliver the goods or services as quoted in accordance with the terms, conditions, specifications, and prices herein quoted. Bid is subject to a payment discount of % days (less than 15 days will be considered net) Proposer acknowledges receipt of Addenda Number(s),,,, and. Initials Date: Firm Name: Signed By: Title: Address: Phone No.: Fax No.: Federal Tax ID No.: Bid No Gasoline & Diesel Fuel Page 15

16 Attachment B Modesto City Schools BID NO GASOLINE AND DIESEL FUEL DESIGNATION OF LOCAL POINT OF SALE (Must be completed and returned with bid.) Primary Local Point of Sale All products and services to be supplied should be made available from at least one (1) facility located within a two (2) mile radius of the Modesto City Schools Transportation Yard located at 1524 Woodland Avenue, Modesto, CA. The location of the primary local point of sale is as follows: Primary Location Street Address Distance from 1524 Woodland Ave (one way) Additional Local Points of Sale Other fuel dispensing sites in the local area eligible for use under this contract may be designated below. Designation of additional local points of sale is optional. If no additional local points of sale are available, please specify None. Additional Location 1 Street Address, City, State Additional Location 2 Street Address, City, State Additional Location 3 Street Address, City, State Please attach a separate sheet if more than three (3) additional locations are to be designated as Additional Local Points of Sale. Non-Local Points of Sale If the contractor is a member of a sales network utilizing the card lock system cards issued to Modesto City Schools under this agreement, additional fuel may be made from non-local points of sale. Please designate one of the following options: Fuel purchases from non-local points of sale are available utilizing card-lock system cards through the following network (optional): Network Name and Description of Area Served by Network Fuel purchases from non-local points of sale are not available to the District (Optional - designating this alternative will not detract from possibility of contract award). Bid No Gasoline & Diesel Fuel Page 16

17 Attachment C Modesto City Schools BID NO GASOLINE AND DIESEL FUEL BID PRICING SHEET (Must be completed and returned with bid.) We, the Company, declare that we have carefully examined Bid No and propose to furnish products and/or services in full accordance with the terms and conditions specified herein. We hereby offer to provide the District with the specified fuel at the following differential cost above the unbranded daily average of prices quoted for the Stockton, CA market by the Oil Price Information Service (taxes excluded). CARD-LOCK FUELING SERVICES: FOR FUEL PURCHASED LOCALLY OPIS Price Differential ($0.000 per gallon) CIRCLE ONE: Unleaded Fuel $ above (+) or below (-) OPIS (not less than 87 octane) CIRCLE ONE: Ultra Low Sulfur Diesel $ above (+) or below (-) OPIS Signature Printed Signature Title Date Bid No Gasoline & Diesel Fuel Page 17

18 Attachment D Modesto City Schools BID NO GASOLINE AND DIESEL FUEL PERFORMANCE REFERENCES (Complete and Return with Bid) Please furnish the names of at least three (3) agencies served by the Bidder within the past three (3) years with requirements similar to the needs of Modesto City Schools. Client 1: Address: Contact Person: Phone: Fax: Address: Client 2: Address: Contact Person: Phone: Fax: Address: Client 3: Address: Contact Person: Phone: Fax: Address: Bid No Gasoline & Diesel Fuel Page 18

19 Attachment E Modesto City Schools BID NO GASOLINE AND DIESEL FUEL QUESTIONNAIRE AND REQUESTED INFORMATION (YOUR RESPONSES MAY BE SUBMITTED ON A SEPARATE SHEET) (Must be completed and returned with bid.) 1) Please describe the process for which initial fuel cards and replacement cards will be provided. 2) Please list the types of standard reports your company has to offer pertaining to card lock usage and attach a sample of each report. 3) Please provide a detailed description of the services available at each site; including the number of islands and the number of nozzles for each type of fuel currently at each island. 4) Please provide a sample invoice. Bid No Gasoline & Diesel Fuel Page 19

20 Attachment F In accordance with Public Contract Code 7106, the following Affidavit must be executed by Bidder and submitted with bid. State of California County of Stanislaus "Non-Collusion Affidavit being first duly sworn, deposes and says that he or she is (Owner) of the party making the foregoing proposal; that the proposal is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the proposal is genuine and not collusive or sham; that the proposer has not directly or indirectly induced or solicited any other proposer to put in a false or sham proposal, and has not directly or indirectly colluded, conspired, connived, or agreed with any proposer or anyone else to put in a sham proposal, or that anyone shall refrain from bidding; that the proposer has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the proposal price of the proposer or any other proposer, or to fix any overhead, profit, or cost element of the proposal price, or of that of any other proposer, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the proposal are true; and further, that the proposer has not, directly or indirectly, submitted his or her proposal price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, proposal depository, or to any member or agent thereof to effectuate a collusive or sham proposal." Date Company Name Address Authorized Representative s Signature Authorized Representative s Printed Name Authorized Representative s Title City, State, Zip Bid No Gasoline & Diesel Fuel Page 20

21 CHECKLIST OF DOCUMENTS TO BE RETURNED WITH BID Bid Signature Page (Attachment A - Page 15) Designation of Local Point of Sale (Attachment B - Page 16) Bid Pricing Sheet (Attachment C - Page 17) Performance References (Attachment D - Page 18) Questionnaire and Requested Information (Attachment E Page 19) Non-Collusion Affidavit (Attachment F Page 20) Note: Receipt of any and all addenda must be acknowledged in the space provided on the Bid Signature Page (Page 15). Bid No Gasoline & Diesel Fuel Page 21

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION David M. Louis, C.P.M., CPPO, CPPB Director Jon Drake, C.P.M. Deputy Director July 23, 2013 TO: ALL PROSPECTIVE RESPONDERS FROM: REQUEST

More information

CITY OF POMONA. Request for Qualifications and Proposals. For

CITY OF POMONA. Request for Qualifications and Proposals. For CITY OF POMONA Request for Qualifications and Proposals For One-Time Assignment of Rights to Wireless Telecommunication Facilities, and Related Access Easements (Cell Tower Leases) Purchasing Specification

More information

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

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

More information

REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538

REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538 REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538 Proposals Due October 27, 2015 at 2:00 PM 1 P age TABLE

More information

Attachment A Terms and Conditions

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

More information

E- Rate RFP Entity # 16075552 Funding Year 14 With Multi-Year Option 470 # 626480001164674 RFP: Data and Cell Service

E- Rate RFP Entity # 16075552 Funding Year 14 With Multi-Year Option 470 # 626480001164674 RFP: Data and Cell Service E- Rate RFP Entity # 16075552 Funding Year 14 With Multi-Year Option 470 # 626480001164674 RFP: Data and Cell Service Original RFP posted on our Webpage (www.cintitechacademy.com) DUE DATE: January 17,

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

CITY OF PORTSMOUTH PORTSMOUTH, NH Purchasing Department. Annual Fuel Bid - #01-14 INVITATION TO BID

CITY OF PORTSMOUTH PORTSMOUTH, NH Purchasing Department. Annual Fuel Bid - #01-14 INVITATION TO BID PORTSMOUTH, NH Purchasing Department Annual Fuel Bid - #01-14 INVITATION TO BID Sealed bid proposals, plainly marked with the Annual Fuel Bid, Bid #01-14 on the outside of the mailing envelope and the

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

City of Statesboro. Request for Qualifications: Life Insurance Brokerage Services

City of Statesboro. Request for Qualifications: Life Insurance Brokerage Services City of Statesboro Request for Qualifications: Life Insurance Brokerage Services The City of Statesboro is requesting sealed qualifications for the provision of life insurance brokerage services for a

More information

PROPOSAL. To The. Alameda County Office of Education. Emailed Bid for Palo Alto Network Next Gen Firewall. Bid Open September 29th, 2015 4:00 PM

PROPOSAL. To The. Alameda County Office of Education. Emailed Bid for Palo Alto Network Next Gen Firewall. Bid Open September 29th, 2015 4:00 PM PROPOSAL Of Name of Bidder: To The Alameda County Office of Education Emailed Bid for Palo Alto Network Next Gen Firewall Schedule #1610 Bid Open September 29th, 2015 4:00 PM Email to jallen@acoe.org Alameda

More information

Attachment A Terms and Conditions RFX No. 3000005987 TITLE: Quality Control Standards DHH Office of Public Health

Attachment A Terms and Conditions RFX No. 3000005987 TITLE: Quality Control Standards DHH Office of Public Health Bidder: Bid delivery instructions for State Procurement: Bidders are hereby advised that the U.S. Postal Service does not make deliveries to our physical location: Bids may be mailed through the U.S. Postal

More information

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552 ROCKDALE COUNTY, GEORGIA April 4, 2011 WINDOWS 2008/EXCHANGE 2010 UPGRADE REQUEST FOR BID #11-15 ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552

More information

TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES

TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES The Town of Farmington Department of Public Works is seeking proposals for the purpose

More information

Castaic Lake Water Agency Storage Area Network Expansion. Request for Proposal. July 2012

Castaic Lake Water Agency Storage Area Network Expansion. Request for Proposal. July 2012 Castaic Lake Water Agency Castaic Lake Water Agency Storage Area Network Expansion Request for Proposal July 2012 Questions due by 5:00 p.m., Wednesday, July 18, 2012. Proposals will be received until

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

INSURANCE REQUIREMENTS FOR VENDORS

INSURANCE REQUIREMENTS FOR VENDORS INSURANCE REQUIREMENTS FOR VENDORS The Contractor/Vendor shall purchase and maintain for the duration of the contract/work insurance against claims for injuries to persons or damages to property which

More information

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR CONSTRUCTION MANAGEMENT SERVICES FOR ORANGE COAST COLLEGE BUSINESS, MATH, COMPUTING CENTER December 14, 2012 PROPOSALS DUE: By 4 p.m. -

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

Borough of Jamesburg

Borough of Jamesburg Borough of Jamesburg Sale of Cellular Communications Tower Lease Bid Specifications Borough of Jamesburg 131 Perrineville Road Jamesburg, NJ 08831 July, 2012 Bid Opening August 16, 2012 11:00am Borough

More information

How To Work For A City Of Germany Project

How To Work For A City Of Germany Project CONSULTING SERVICES AGREEMENT This Consulting Services Agreement ( Agreement ) is made and entered into this day of, 2013, by and between the City of Clovis, a Municipal Corporation, hereinafter called

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

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY Revised: February 23, 2008 EXHIBIT C INSURANCE REQUIREMENTS Without limiting Consultant s indemnification, Consultant shall

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

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

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

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

More information

COC-Insurance Requirements Page 1 of 9

COC-Insurance Requirements Page 1 of 9 CITY OF CONCORD INSURANCE AND INDEMNIFICATION REQUIREMENTS (The 1 st two pages provide basic insurance requirements information.) Insurance Required: See below Sample in Contract Limits of Coverage: Additional

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

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

WITNESSETH. That Contractor, for the consideration hereinafter fully set out, hereby agrees with the County as follows:

WITNESSETH. That Contractor, for the consideration hereinafter fully set out, hereby agrees with the County as follows: NORTH CAROLINA RANDOLPH COUNTY CONTRACT THIS CONTRACT, made and entered into this day of, 2015 by and between Randolph County, a political subdivision of the State of North Carolina, hereinafter referred

More information

City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software

City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software RFP GENERAL INFORMATION RFP Notification: Notice is hereby given that proposals will be received by the City of Bellevue,

More information

NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP

NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP Insurance Recommendations for Consultant Contracts For contracts providing professional services by Accountants, Architects, Attorneys, Counselors, Consultants,

More information

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT The Town of Avon is seeking written responses to a Request for Proposal (RFP) for services of a landscape architect

More information

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT Proposals will be received in the New Hanover County Finance, 230 Government Center

More information

CITY OF GRIFFIN, GEORGIA

CITY OF GRIFFIN, GEORGIA CITY OF GRIFFIN, GEORGIA INVITATION TO BID BID #08-0129 For Mausoleum Roof Repair At Oak Hill Cemetery For all questions about this Bid contact: Cindy Fay, Purchasing Coordinator (770) 229-6621 phone (770)

More information

Town of Trumbull. Trumbull Town Hall Purchasing Department 5866 Main Street Trumbull CT 06611. Request for Qualification

Town of Trumbull. Trumbull Town Hall Purchasing Department 5866 Main Street Trumbull CT 06611. Request for Qualification Town of Trumbull Trumbull Town Hall Purchasing Department 5866 Main Street Trumbull CT 06611 Request for Qualification REQUEST FOR LETTERS OF QUALIFICATIONS FOR SOLAR ENERGY DEVELOPER Legal Notice Request

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

MODESTO CITY SCHOOLS RFP NO. 15-4609 NUTRITION SERVICES POINT OF SALE SOFTWARE AND HARDWARE

MODESTO CITY SCHOOLS RFP NO. 15-4609 NUTRITION SERVICES POINT OF SALE SOFTWARE AND HARDWARE MODESTO CITY SCHOOLS RFP NO. 15-4609 NUTRITION SERVICES POINT OF SALE SOFTWARE AND HARDWARE DUE No later than 3:00 p.m. PT on TUESDAY, NOVEMBER 17, 2015 MODESTO CITY SCHOOLS Purchasing Department 426 Locust

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

Alterations to Building Request Form

Alterations to Building Request Form Alterations to Building Request Form This form is required for all Organizational Housing Facilities that wish to request any changes, updates, or overall alterations to the facility or surrounding area.

More information

CERTIFICATE OF INSURANCE TO CITY OF NEWARK CALIFORNIA ( the City ) A Municipal Corporation

CERTIFICATE OF INSURANCE TO CITY OF NEWARK CALIFORNIA ( the City ) A Municipal Corporation CERTIFICATE OF INSURANCE TO CALIFORNIA ( the City ) A Municipal Corporation Page 1 of 2 Only this Certificate of Insurance form will be accepted This certifies to the City of Newark that the following

More information

How To Insure Construction Contracts In Northern California Schools Insurance Group

How To Insure Construction Contracts In Northern California Schools Insurance Group NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP Cover Note to NCSIG Members & Their Architects/Engineers Insurance Recommendations for Construction Contracts Applicable to New Construction & Modernization/Remodeling

More information

REQUEST FOR PROPOSAL FOR SECURITY CAMERA SYSTEM AT CONWAY LAW ENFORCEMENT CENTER CONWAY, SC 29526

REQUEST FOR PROPOSAL FOR SECURITY CAMERA SYSTEM AT CONWAY LAW ENFORCEMENT CENTER CONWAY, SC 29526 REQUEST FOR PROPOSAL FOR SECURITY CAMERA SYSTEM AT CONWAY LAW ENFORCEMENT CENTER CONWAY, SC 29526 Stephanie Carroll, Technology Coordinator scarroll@cityofconway.com 843 248 1760 LEC Security Camera System

More information

The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision.

The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision. May 19th, 2016 RE: REQUEST FOR QUOTES 2016 Sidewalk Replacement The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision. The enclosed Quote

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

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

CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION

CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION The City of San Jose is seeking to contract with a law firm or attorney licensed by

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

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

Town of North Haven. REQUEST FOR QUALIFICATIONS OF and PROPOSALS FROM SOLAR ENERGY DEVELOPERS

Town of North Haven. REQUEST FOR QUALIFICATIONS OF and PROPOSALS FROM SOLAR ENERGY DEVELOPERS Town of North Haven REQUEST FOR QUALIFICATIONS OF and PROPOSALS FROM SOLAR ENERGY DEVELOPERS Legal Notice Request for Qualifications and Proposals Town of North Haven The Town of North Haven requests that

More information

Insurance Requirements for Contractors (Without Construction Risks)

Insurance Requirements for Contractors (Without Construction Risks) Insurance Requirements for Contractors (Without Construction Risks) Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to

More information

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

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

More information

5. Preparation of the State and Federal Single Audit Reports.

5. Preparation of the State and Federal Single Audit Reports. THE CITY OF GROTON REQUEST FOR PROPOSAL FOR AUDITING SERVICES RFP 15-01 (Revised 5/28/15) 1. Introduction The City of Groton, Connecticut (the City) is soliciting proposals for purpose of obtaining the

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

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

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 HVAC SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and qualified

More information

THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS

THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS INSURER POLICY No. ENDORSEMENT NO: ISO FORM CG 20 10 11 85 (MODIFIED) COMMERCIAL GENERAL LIAIBILITY THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR

More information

Request for Quotes ANNUAL DIESEL FUEL CONTRACT. Public Works Department City of San Mateo San Mateo, CA

Request for Quotes ANNUAL DIESEL FUEL CONTRACT. Public Works Department City of San Mateo San Mateo, CA Request for Quotes ANNUAL DIESEL FUEL CONTRACT April 16, 2015 Public Works Department City of San Mateo San Mateo, CA 1. The City of San Mateo is inviting request for quotes (RFQ) for the procurement and

More information

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

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

More information

Request for 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

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

MASTER AGREEMENT Enterprise Rent-A-Car and National Car Rental Master Agreement No: 9950 (hereinafter Contractor ) And

MASTER AGREEMENT Enterprise Rent-A-Car and National Car Rental Master Agreement No: 9950 (hereinafter Contractor ) And Page 1 of 5 1. Scope: This addendum covers the led by the State of Oregon for use by state agencies and other entities located in the Participating State/Entity authorized by that state s statutes to utilize

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

Request for Proposal. Internet Access. Satilla Regional Libraries. Erate Funding Year July 1, 2014 through June 30, 2015

Request for Proposal. Internet Access. Satilla Regional Libraries. Erate Funding Year July 1, 2014 through June 30, 2015 Request for Proposal Internet Access Satilla Regional Libraries Erate Funding Year July 1, 2014 through June 30, 2015 January 2013 Page 1 REQUEST FOR PROPOSAL Internet Access Satilla Regional Library The

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS ROWAN COUNTY 130 West Innes Street Salisbury, NC 28144 Tel: (704) 216-8174 Email: david.sifford@rowancountync.gov REQUEST FOR PROPOSALS FOR REPLACEMENT OF COMMERCIAL ROOFTOP AIR CONDITIONING UNIT Issued

More information

EXHIBIT B. Insurance Requirements for Construction Contracts

EXHIBIT B. Insurance Requirements for Construction Contracts EXHIBIT B Insurance Requirements for Construction Contracts Contractor shall procure and maintain for the duration of the contract, and for x years thereafter, insurance against claims for injuries to

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

INDEPENDENT CONTRACTOR SERVICES AGREEMENT

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

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS THE JOB COUNCIL REQUEST FOR PROPOSALS PROFESSIONAL PROPERTY/CASUALTY AND WORKERS COMPENSATION INSURANCE BROKER OF RECORD The purpose of the Request for Proposal is to select the broker best qualified to

More information

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 007316 INSURANCE REQUIREMENTS

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 007316 INSURANCE REQUIREMENTS SECTION 007316 INSURANCE REQUIREMENTS PART 1 - INSURANCE REQUIREMENTS 1.01 GENERAL A. Any person, firm or corporation Contractor authorizes to work upon the Property, including any subcontractor, shall

More information

St. Andrews Public Service District

St. Andrews Public Service District St. Andrews Public Service District Request for Qualifications for Architectural/Engineering (A/E) Consultancy Services for Fire Stations, Administrative Buildings, and Environmental Services Facilities.

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

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

1. Applicants must provide information requested in the section titled Required Information.

1. Applicants must provide information requested in the section titled Required Information. Lane County Health & Human Services Strategic Plan Development REQUEST FOR QUOTES Introduction Lane County Health & Human Services is interested in contracting with a consultant to help develop an updated

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Fulton County, GA August 8, 2014 Re: 14RFP070714K-NH 2015 STANDBY ENGINEERING SERVICES Dear Vendors: Attached is one (1) copy of Addendum 2, hereby made a

More information

14RFP00721B-WL, Small Business Market Availability Study

14RFP00721B-WL, Small Business Market Availability Study August 12, 2014 Re: 14RFP00721B-WL, Small Business Market Availability Study Dear Proposers: Attached is one (1) copy of Addendum 1, hereby made a part of the above referenced Request for Proposal #14RFP00721B-WL,

More information

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FOR. Attention:

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FOR. Attention: AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FOR NAME OF CONSULTANT: RESPONSIBLE PRINCIPAL OF CONSULTANT: CONSULTANT'S ADDRESS: Attention: CITY'S ADDRESS: City of Beverly Hills 455 N. Rexford Drive

More information

Town of Somers, Connecticut Geographic Information Consulting Services Request for Proposals

Town of Somers, Connecticut Geographic Information Consulting Services Request for Proposals Town of Somers, Connecticut Geographic Information Consulting Services Request for Proposals The Town of Somers invites proposals for Geographic Information System consultation/ implementation services.

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL PURCHASING DEPARTMENT P.O. BOX 1349 300 N. PATTERSON ST. VALDOSTA, GEORGIA 31601 #LC-2016-09R FOR: Security Guard Services DUE DATE: April 20, 2016 Proposals Due By: 10:00 am EST Amy

More information

INSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4

INSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4 1THE PHILADELPHIA PARKING AUTHORITY RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4 Prior to commencement of the contract and until completion of your work, shall, at its sole expense,

More information

INDEPENDENT CONTRACTORS AGREEMENT

INDEPENDENT CONTRACTORS AGREEMENT INDEPENDENT CONTRACTORS AGREEMENT THIS AGREEMENT entered into by and between (hereafter the Contractor ) and the Park District of Highland Park (hereafter Park District ). WHEREAS, Contractor will be performing

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

INVITATION TO BID. Contractor Services Associated with:

INVITATION TO BID. Contractor Services Associated with: INVITATION TO BID Contractor Services Associated with: COMMUNITY CENTER AT 330 WINDSOR AVENUE ROOF REPAIR AND RESTORATION PROJECT 330 WINDSOR AVENUE WINDSOR, CT 06095 THIS IS A REQUEST FOR PROPOSALS AND

More information

EMC AVAMAR HARDWARE AND SOFTWARE MAINTENANCE BID# 1212. Bid Deadline: June 27, 2013 at 2:00pm

EMC AVAMAR HARDWARE AND SOFTWARE MAINTENANCE BID# 1212. Bid Deadline: June 27, 2013 at 2:00pm EMC AVAMAR HARDWARE AND SOFTWARE MAINTENANCE BID# 1212 Bid Deadline: June 27, 2013 at 2:00pm BID# 1212 EMC AVAMAR HARDWARE AND SOFTWARE MAINTENANCE TABLE OF CONTENTS Title Number of Pages Notice Calling

More information

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES The Trustees of the Governor William Stoughton Trust (hereinafter the Trustees ) issue this

More information

CITY OF KIRKLAND. REQUEST FOR PROPOSALS Jail Cell Phone Services JOB NO. 28-11-PD

CITY OF KIRKLAND. REQUEST FOR PROPOSALS Jail Cell Phone Services JOB NO. 28-11-PD CITY OF KIRKLAND REQUEST FOR PROPOSALS Jail Cell Phone Services JOB NO. 28-11-PD PROJECT SCOPE: The City of Kirkland is accepting proposals from qualified providers of Jail Cell Phone Services in the four

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

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS Date Issued: March 12, 2014 Bid Number: 14-25 The City of Sikeston is soliciting bids for the resurfacing of four tennis courts. The sealed bids

More information

1. Subcontractor Prequalification Questionnaire a. Please complete with assistance from your insurance agent(s)

1. Subcontractor Prequalification Questionnaire a. Please complete with assistance from your insurance agent(s) 3208 Tazewell Pike, Suite 103 Tel: 865.688.1335 / Fax: 865.688.9291 www.creativestructuresinc.com Attention: Prospective Subcontractors Re: Prequalification Applications Creative Structures, Inc., appreciates

More information

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

EXHIBIT B CRITERIA AND BILLING FOR EXTRA SERVICES EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES The following Extra Services to the Agreement shall be performed by Architect if needed and if authorized or requested by the District: 1. Making revisions

More information

TOWN OF SCITUATE MASSACHUSETTS

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

More information

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS PART 1 GENERAL 1.01 GENERAL SECTION 002113 INSTRUCTIONS TO BIDDERS A. Information contained in this section is supplemental to or in explanation of information in the INVITATION TO BID contained in Section

More information

INLAND VALLEY DEVELOPMENT AGENCY REQUEST FOR PROPOSALS (RFP) FOR PAYROLL SERVICES

INLAND VALLEY DEVELOPMENT AGENCY REQUEST FOR PROPOSALS (RFP) FOR PAYROLL SERVICES INLAND VALLEY DEVELOPMENT AGENCY 1601 East Third Street San Bernardino, CA 92408 Phone: (909) 382-4100/FAX: (909) 382-4106 REQUEST FOR PROPOSALS (RFP) FOR PAYROLL SERVICES January 22, 2013 OVERVIEW The

More information

AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave.

AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave. Date: 03/07/2014 RFP # 2014-6 Request for Proposal for: Paper Shredding / Document Destruction Services AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott

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

CONSULTANT AGREEMENT. THIS CONSULTANT S AGREEMENT (the Agreement ) is effective this day of

CONSULTANT AGREEMENT. THIS CONSULTANT S AGREEMENT (the Agreement ) is effective this day of CONSULTANT AGREEMENT THIS CONSULTANT S AGREEMENT (the Agreement ) is effective this day of, 2011, by and between the TOWN OF UNIVERSITY PARK (the Town ), a municipal corporation of the State of Maryland,

More information

QSP INFORMATION AT A GLANCE

QSP INFORMATION AT A GLANCE QSP INFORMATION AT A GLANCE CONTACT PERSON FOR QUESTIONS/INTERPRETATIONS: HOW TO OBTAIN THE QSP DOCUMENTS: HOW TO FULLY RESPOND TO THIS QSP BY SUBMITTING A QUOTE: NON-MANDATORY JOB WALK: PROJECT LOCATION:

More information

Attachment 4. Contractor Insurance Requirements

Attachment 4. Contractor Insurance Requirements GROUP 33700 FINE & COARSE AGGREGATES Page 1 of 7 Attachment 4 Contractor Insurance Requirements The prospective awardee shall be required to procure, at its sole cost and expense, all insurance required

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

How To Write A Collection Contract At Mtsac.Org

How To Write A Collection Contract At Mtsac.Org Mt. San Antonio College 1100 N. Grand Avenue Walnut, CA 91789 Request for Proposals for Debt Collection Services RFP #2995 Issued: October 2014 Due: December 16, 2014 2:00 pm 1 RFP #2995 CONTENTS 1.0 General

More information