CITY OF FORT WORTH / PURCHASING DIVISION INVITATION TO BID

Size: px
Start display at page:

Download "CITY OF FORT WORTH / PURCHASING DIVISION INVITATION TO BID"

Transcription

1 CITY OF FORT WORTH / PURCHASING DIVISION INVITATION TO BID NO PEST AND TERMITE CONTROL SERVICES BID CLOSING DATE: DECEMBER 8, 2011 For further information contact: Cristina Camarillo, Buyer (817) FAX (817) [email protected] INSTRUCTIONS TO BIDDERS Bids are solicited for furnishing the merchandise, supplies, services and/or equipment set forth in this solicitation. Completed Bids (one (1) executed original and one (1) copy) must be received in the Purchasing Office by 1:30 P.M., December 8, 2011, and then publicly opened and read aloud at 2:00 P.M. in the Council Chambers. Bids must be returned in a sealed envelope, addressed to the Purchasing Manager, City of Fort Worth, and have the bid number, closing date, and company name clearly marked on the outside envelope. Bids should be mailed or hand delivered to the following address: Purchasing Division, Lower Level, Municipal Building 1000 Throckmorton Street Fort Worth, Texas Bids to be delivered by special courier (i.e. Federal Express, Special Delivery, etc.) are to be marked BID MUST BE DELIVERED TO PURCHASING DIVISION BEFORE 1:30 P.M. in order to be considered. Late bids will be returned; they will not be opened nor considered in the evaluation of the bid. Bids may be withdrawn at any time prior to the official opening. Bids may not be altered, amended or withdrawn after the official opening. The undersigned agrees, if the bid is accepted, to furnish any and all items upon which prices are offered, at the price(s) and upon the terms and conditions contained in the specifications. The period for acceptance of this bid will be 90 calendar days after the bid opening date unless the bidder submits a different date. ( days). I have read and agreed with the attached Terms and Conditions, Instruction to Bidders and the Invitation to Bid requirements. Failure to complete the requested information below may result in rejection of your bid. Principal Place of Business (Defined as at least having one permanent active business office and employee located in Texas). Company Name and Address Company s Authorized Agent Signature: Federal ID Number(TIN) or Name and Title (Typed or Printed) Social Security Number and Legal Company Name Date Telephone Number Fax Number address: Cooperative Purchasing: Should other Governmental Entities decide to participate in this contract, would you, the Vendor, agree that all terms, conditions, specifications, and pricing would apply? Yes No If you, the Vendor checked Yes, the following will apply: Governmental entities within Tarrant County utilizing Inter-Governmental Contracts with the City of Fort Worth will be eligible, but not obligated, to purchase material/services under this contract(s) awarded as a result of this solicitation. All purchases by Governmental Entities other than the City of Fort Worth will be billed directly to that Governmental Entity and paid by that Governmental Entity. The City of Fort Worth will not be responsible for another Governmental Entity s debts. Each Governmental Entity will order its own material/services as needed. Jack Dale C.P.M., CPPB Purchasing Manager

2 HOW TO REGISTER WITH THE CITY OF FORT WORTH Visit Click on Departments Choose Become A Vendor Review Terms & Conditions Click I Accept These Terms to proceed At next screen, click No, I Want to Register Click Register The first registration pop-up asks for your Federal ID# or Social Security Number and your company name. The company name MUST be the proper organization name and the same as on invoices you would present for payment to the City of Fort Worth. Follow through the screens by clicking Continue/Save at the bottom of each screen. The last screen will ask for your commodities (products and/or services that can be provided to the City). This information is used to send quotes/bid opportunities to you by and is also required in order to keep your account active. Enter a key word search for unknown commodity codes (example: janitorial) An address is required to register online If you selected Certified Minority you will be requested to provide a copy of your Minority/Woman Owned Business certification a copy of your company s IRS W-9 form to the City s vendor registration administrator at [email protected]. Your registration will not be activated until a completed W-9 is received and verified. Completed W-9s may also be faxed to the vendor registration administrator at Congratulations, you ve registered!! You will receive an with your registration confirmation. For any changes/edits to your vendor profile please the vendor registration administrator at [email protected] Bid Opening Date: December 8, 2011, Page 2 of 46

3 Page 1 of 2 BID SOLICITATION BID OPENING DATE AND TIME: 12/8/2011 1:30:00 PM BID NUMBER: Printed: 11/08/2011 BUYER: Cristina Camarillo PHONE #: (817) ext. DELIVERY REQUIRED: 12/8/2011 V E N D O R Vendor Name: Address: City, State Zip Code: S H I P T O City of Ft Worth VARIOUS DEPARTMENTS MULTIPLE DEPARTMENT ADDRESSES FORT WORTH TX Item Class-Item Quantity Unit Unit Price Total The City of Fort Worth seeks bids from qualified vendors to establish an annual agreement for pest and termite control services on an as needed basis in accordance with the specifications. The term of the Agreement shall be for a one-year (1) period with four (4) options to renew for additional one-year periods. SUBMIT PRICES FOR PEST CONTROL SERVICES ON THE PRICE SHEET (ATTACHMENT D) LOCATED WITHIN THE BID PACKAGE. ALSO, INCLUDE OVERALL TOTAL ON THE BID SOLICITATION SHEET Pest control services, per attached specifications. 1 YR Bees, Hornets and Wasps - Spot treatment. 5 EA Ants - Spot treatment. 10 EA Rodents - Spot treatment. 10 EA Roaches - Spot treatment. 10 EA Fire Ant - Spot treatment. 35 EA Miscellaneous Pests - Spot treatment. 5 EA Termite and carpenter ant control services, less than 20 linear feet, per attached specifications will be $ per linear foot. Estimated annual quantities are ten (10) for work orders less than 20 linear feet.

4 Page 2 of 2 BID SOLICITATION BID OPENING DATE AND TIME: 12/8/2011 1:30:00 PM BID NUMBER: Printed: 11/08/2011 BUYER: Cristina Camarillo PHONE #: (817) ext. DELIVERY REQUIRED: 12/8/2011 V E N D O R Vendor Name: Address: City, State Zip Code: S H I P T O City of Ft Worth VARIOUS DEPARTMENTS MULTIPLE DEPARTMENT ADDRESSES FORT WORTH TX Item Class-Item Quantity Unit Unit Price Total Termite and carpenter ant control services, over 20 linear feet, per attached specifications will be $ per linear foot. Estimated annual quantities are fifteen (15) for work orders over 20 linear feet All other pest control services and supplies will be purchase at % discount. TOTAL: WE AGREE TO FURNISH ANY OR ALL OF THE ITEMS QUOTED AT THE PRICES SHOWN. QUOTE MUST BE HELD FIRM FOR PERIOD OF 60 DAYS. WE AGREE TO FURNISH ANY OR ALL OF THE ITEMS QUOTED AT THE PRICES SHOWN. QUOTE MUST BE HELD FIRM FOR PERIOD OF 60 DAYS. TERM OF PAYMENT: COMPANY: DELIVERY: SIGNATURE: TELEPHONE NUMBER: NAME AND TITLE:

5 1.0 SOLICITATION CITY OF FORT WORTH PURCHASING DIVISION INSTRUCTIONS TO BIDDERS 1.1 Review of Documents: Bidders are expected to examine all documents that make up the Solicitation. Bidders shall promptly notify the City of any omission, ambiguity, inconsistency or error that they may discover upon examination of the Solicitation. Bidders must use a complete Solicitation to prepare Bids. The City assumes no responsibility for any errors or misrepresentations that result from the use of incomplete Solicitations. 1.2 Location of Documents: Solicitations are issued by the Purchasing Division. The location and phone number for the Purchasing Division are specified in the advertisement and in the solicitation. 2.0 EXPLANATIONS OR CLARIFICATIONS 2.1 Any explanation, clarification, or interpretation desired by a Bidder regarding any part of the Solicitation must be requested in writing from the Purchasing Division with sufficient time allowed for a written addendum to reach each Bidder before the submission of their Bid. Interpretations, corrections, or changes to the Solicitation made in any other manner are not binding upon the City, and Bidders shall not rely upon such interpretations, corrections or changes. Oral explanations or instructions given before the award of the Contract are not binding. 2.2 Requests for explanations or clarifications may be faxed to the City s Purchasing Division at (817) The fax must clearly identify the Buyer s name and the Solicitation number. Any material information given to one Bidder concerning a Solicitation will be furnished by an Addendum to all Bidders who have been issued a Solicitation. 2.3 The following provisions are intended to ensure a fair and equitable review process so that there is no actual or potential situation where one bidder secures or attempts to secure an unfair advantage over another bidder or creates a situation where there is an appearance of impropriety in contacts between the bidder, its agent, contractor, or consultant and City officials After release of the Solicitation, no officer, employee, agent or representative of the Bidder shall have any contact or discussion, verbal or written, with any members of the City Council, City staff or City s consultants, or directly or indirectly through others, seek to influence any City Council member, City staff, or City s consultants regarding any matters pertaining to this Solicitation, except as herein provided Contacts by the Bidder with City staff when such contacts do not pertain to a solicitation or bid are exempt from this provision. Examples include: Private (non-business) contacts with the City staff by the bidder s employees acting in their personal capacity; Presentations and/or responses to inquiries initiated by City staff If a representative of the Bidder has a question about any potential contact as described above, the Purchasing Manager will be notified in order to make a determination as to whether any contact is allowed in accordance with the solicitation If a representative of any Bidder submitting a bid violates the foregoing prohibition by contacting any of these parties, such contact may result in the Bidder being disqualified from the procurement process. Bid Opening Date: December 8, 2011, Page 5 of 46

6 3.0 PRE-BID CONFERENCE If a pre-bid conference is held, the time, place, and nature of the conference will be specified on the cover page of the solicitation. Attendance at pre-bid conferences is not mandatory. 4.0 PREPARATION OF BIDS Each Bidder must furnish all information required by a Solicitation on the documents provided. Bids submitted on other than the forms included in the Solicitation shall be considered nonresponsive. Any attempt to alter the wording in the Solicitation is ineffective and will result in rejection of the Bid. 4.1 Taxes: Purchases of Goods or Services for City use are usually exempt from City, State, and most Federal Taxes. Bids may not include exempted taxes. The successful Bidder should request a Tax Exemption Certificate from the Purchasing Division. Under no circumstances shall the City be liable to pay taxes for which the City has an exemption under any Contract. 4.2 Brand Name or Equal: If the Solicitation indicates brand name or "equal" products are acceptable, the Bidder may offer an "equal" product and must be prepared to demonstrate those features that render it equal. Final determination of a product as "equal" remains with the City. 4.3 Delivery Time: Delivery time, if stated as a number of days, will be based on calendar days. Time is of the essence in any City purchase. If the indicated date cannot be met or the date is not indicated, the Bidder shall state its best delivery time. 4.4 Free on Board (FOB) Point: Freight Terms shall be FOB Destination, Freight Prepaid and Allowed. The Bidder should quote its lowest and best price, with the goods delivered to the place specified, at the Bidder s expense and risk, and there tender delivery to the City. Bids offering any other delivery terms are not acceptable and may be cause for rejection. 4.5 Prices: Bids shall be firm priced offers unless otherwise specified Pricing shall be entered on the Bid Sheet in ink Totals shall be entered in the "Total Price" column of the Bid Sheet In the event of a discrepancy between unit price and extended price, the unit price shall govern Prices shall be offered in the Dollars of the United States of America (or decimal fractions thereof). 4.6 Signature: The Bidder must sign each document in the Solicitation requiring a signature. Any change made to the Bid must be initialed by the Bidder. 4.7 Bid Security: If a bid security is required for this purchase, the requirement will be reflected in the Specification section of the bid package. Cashier's check or an acceptable surety bond in the amount indicated in the Notice to Bidders must be submitted at the time the bid is submitted, and is subject to forfeiture in the event the successful bidder fails to execute the contract documents within 10 calendar days after the contract has been awarded To be an acceptable surety on the bond: The name of the surety shall be included on the current Department of the Treasury's Listing of Approved Sureties (Department Circular 570); or The surety must have capital and surplus equal 10 times the amount of the bond. The surety must be licensed to do business in the state of Texas. Bid Opening Date: December 8, 2011, Page 6 of 46

7 4.8 Alternate Bids: Bidders may offer an equal product as an alternate bid. Final approved equal determination remains with the City. 4.9 Proprietary Information: All material submitted to the City becomes public property and is subject to the Texas Open Records Act upon receipt If a Bidder does not desire proprietary information in the bid to be disclosed, each page must be identified and marked proprietary at time of submittal. The City will, to the extent allowed by law, endeavor to protect such information from disclosure. The final decision as to information that must be disclosed lies with the Texas Attorney General Failure to identify proprietary information will result in all unmarked sections being deemed non-proprietary and available upon public request Bid Preparation Costs: All costs associated with preparing a Bid in response to a Solicitation shall be borne by the Bidder Payment: All payment terms shall be Net 30 Days unless specified in the bid document. 5.0 SUBMISSION OF BIDS Successful bidders are encouraged to register for direct deposit payments prior to providing goods and/or services using the forms posted on the City s website at Copies: Unless otherwise specified, Bidders are required to submit an executed original and one (1) copy of the Bid. 5.2 Documents required with Bid: The following documents must be submitted with each Bid prior to the Due Date: The signed Offer and Award Sheet; The Bid Sheet; and Any other document included in the Solicitation requiring completion or execution by the Bidder. 5.3 If a Minority and Women Business Enterprise (M/WBE) goal has been established on the bid, the applicable documents must be submitted five (5) City business days after the bid opening date, exclusive of the bid opening date. The Bidders shall obtain a receipt from the appropriate department as evidence that the City received the documentation. 5.4 Addendum: Receipt of an Addendum must be acknowledged by signing and returning the Addendum with the Bid if requested or under separate cover prior to the Due Date and Time. The Addendums containing bid pricing should be returned in a sealed envelope marked on the outside with the Bidder s name, address, the Solicitation number, and the Due Date and time. 5.5 Late Bids: Bids must be received in the Purchasing Division prior to the Due Date and Time. All Bids received after the Due Date and Time are considered late and will be returned to the Bidder unopened. The time stamp clock on the receptionist s desk in the Purchasing Division is the time of record. It is the sole responsibility of the Bidder to ensure timely delivery of the Bid. The City will not be responsible for failure of service on the part of the U.S. Postal Office, courier companies, or any other form of delivery service chosen by the Bidder. Bid Opening Date: December 8, 2011, Page 7 of 46

8 6.0 MODIFICATION OR WITHDRAWAL OF BIDS 6.1 Modification of Bids: Bids may be modified in writing at any time prior to the Due Date. 6.2 Withdrawal of Bids: Bids may be withdrawn in writing, telegraphically, or by facsimile (provided that the facsimile is signed by the Bidder) at any time prior to the Due Date. A Bid may also be withdrawn in person by a Bidder, provided the withdrawal is made prior to the Due Date. A receipt of withdrawal must be signed by the Bidder. No Bids may be withdrawn after the Due Date without forfeiture of the Bid guarantee, unless there is a material error in the Bid. Withdrawn Bids may be resubmitted, with or without modifications, prior to the Due Date. The City may require proof of agency from the person withdrawing a bid. 7.0 OPENING OF BIDS The Purchasing Division representative responsible for opening Bids shall confirm the time and announce the Bid opening. The representative shall then personally and publicly open all Bids timely received, reading each bid aloud. 8.0 EVALUATION FACTORS AND AWARD 8.1 Evaluation: Bidders may furnish pricing for all or any portion of the Solicitation (unless otherwise specified). However, the City may evaluate and award the Contract for any item or group of items shown on the Solicitation, or any combination deemed most advantageous to the City. Bids that specify an all or none award may be considered if a single award is advantageous. 8.2 Award: The City will award contracts to the bidder who offers represents the best value to the City, price and other factors considered The following criteria may be considered to determine the best value (see section of the Texas Local Government Code): Purchase Price; Reputation of the bidder and of the bidder s goods or services; Quality of the bidder s goods or services; Extent to which the goods or services meet the City s needs; Bidder s past relationship with the City; Impact on the ability of the City to comply with laws and rules relating to contracting with historically underutilized businesses, including Certified Minority Women-Owned Businesses, and non-profit organizations employing persons with disabilities; Total long-term cost to the City to acquire the bidder s goods or services; and Any relevant criteria specifically listed in the request for bids or proposals Total long-term cost may include specification conformance, delivery requirements, the life expectancy, cost of maintenance and operation, operating efficiency, training requirements, disposal value, warranties and other factors contributing to the overall acquisition cost of the product/services. 8.3 Acceptance of Bid: Acceptance of a Bid will be in the form of a Purchase Order or a Contract. Subsequent purchase releases may be issued as appropriate. The contents of a Bid shall become a part of the Contract. Under no circumstances will the City be responsible for Goods or Services provided without an acceptance signed by an Authorized City Representative. Bid Opening Date: December 8, 2011, Page 8 of 46

9 8.4 Reservations: The City expressly reserves the right to: Specify approximate quantities in the Solicitation; Extend the Solicitation opening date and time; Consider and accept alternate Bids, if specified in the Solicitation, when most advantageous to the City; Waive as an informality, minor deviations from specifications provided they do not affect competition or result in functionally unacceptable goods or services; Waive any minor informality in any Bid or Solicitation procedure (a minor informality is one that does not affect the competitiveness of the Bidder); Add additional terms or modify existing terms in the Solicitation; Reject a bid because of unbalanced unit prices bid; Reject or cancel any or all Bids; Reissue a Solicitation; Procure any item by other means; and/or Award to multiple vendors on a non-exclusive award basis, or primary and secondary vendors. 9.0 POST-BID DOCUMENTS REQUIRED FROM SUCCESSFUL BIDDER 9.1 Certificates of Insurance: When insurance is required, the Bidder must provide Certificates of Insurance in the amounts and for the coverages required to the Purchasing Office within 14 calendar days after notification of award, or as otherwise required by the Solicitation. 9.2 Payment and/or Performance Bonds: When Payment and/or Performance Bonds are required, the Bidder must provide the bonds, in the amounts and on the conditions required, within 14 calendar days after notification of award, or as otherwise required by the Solicitation. 9.3 Minority and Women Business Enterprise (M/WBE) Documents: If an M/WBE goal has been established for the bid, the applicable documents must be submitted within five (5) City business days after the bid opening date, exclusive of the bid opening date. Bidders shall obtain a receipt from the appropriate department as evidence that the City received the documentation. Revised September 12, 2007 Bid Opening Date: December 8, 2011, Page 9 of 46

10 SPECIFICATIONS FOR PEST AND TERMITE CONTROL SERVICES 1.0 SCOPE 1.1 The City of Fort Worth (City) seeks bids from qualified vendors to provide pest and termite control services at various City building and facilities. 1.2 The term of the Agreement shall be for a one-year (1) period, with four (4) options to renew for additional one-year periods. However, if funds are not appropriated, the City may cancel the agreement 30 calendar days after providing written notification to the successful bidder, known hereafter as Vendor. 1.3 Bidders are responsible for familiarizing themselves with the work to be performed and should inspect all locations prior to submitting bids in order to be fully aware of the scope of the services required. Failure to inspect the jobsites will not relieve the successful bidder(s) from performing in accordance with the strict intent and meaning of the specifications at the awarded bid price. There will be no additional cost to the City of Fort Worth. 2.0 MONTHLY PEST CONTROL SERVICE 2.1 Pest control service is designed to meet the specific needs for the control of insects, spiders, rodents, and other domestic pests (see Attachment C) by complete coverage of all possible areas of infestation in and around specified buildings (see Attachment D). The specifications cover and include the furnishing by the Vendor of all professional services, labor, material, insecticides, tools, equipment, insurance, permits, and licenses necessary to accomplish the pest control, herein after described and use the most modern and professional pest procedures according to industry practices. 2.2 Variance to any portion of this specification must be noted within the bid submittal. All variations from the specifications must be identified in writing. 2.3 Services provided within this Agreement shall include the control of all pests, including but not limited to, crickets, roaches, silverfish, ants, fleas, ticks, spiders, scorpions, rats, mice, bees, etc. 2.4 Areas to be treated in each building shall include, but not limited to, the following: All common areas Food preparation and serving areas Restrooms, corridors, private offices, storage, mechanical rooms, and stairways The outside perimeter of buildings up to five feet Floors, doors, foundation, offices, restroom facilities and lunchroom areas. 2.5 Vendor is encouraged to inspect the areas prior to submitting bid in order to be fully aware of the scope of services required. Failure to do so will not relieve the successful bidder from performing in strict accordance with the specifications at no additional cost to the City. Personnel at each location will show the Vendor the areas to be treated by appointment only. 2.6 Reduced impact products should be used, with an emphasis on control from building exterior. (Bid submittal must include a listing and description of specific products proposed for use, with application rates, and application methods. Any changes to products, formulations and rates, during the Agreement period, must be communicated in writing to the City). 2.7 All per unit pricing for any additional properties added after award shall be comparable to bid pricing based on facility dimensions. Bid Opening Date: December 8, 2011, Page 10 of 46

11 2.8 All equipment, materials, and chemicals used by the Vendor are to be of the highest standard and must meet all state, and federal pesticide standards and regulations. 2.9 Rodent Control The services shall include the use of bait stations and poisons used in the pest control trade for the treatment and control of mice and rats. Vendor will be responsible for providing and installing bait stations where needed at no additional cost to the City Solid rodent control baits shall be placed in tamper- resistant, labeled bait stations All rodent control stations shall be locked and require special key for access All rodent bait will be placed in areas where an infestation is present or likely to occur, such as along walls, side service doors, and/or in storage areas Mechanical traps and/or glue boards will be utilized in any food preparation area Insect and Spider Control All interior building areas are to be serviced Non-residual aerosols may be used during inspection and treatment to determine if an infestation is present, and the specified area where treatment is to be rendered Liquid residuals to be applied in cracks and crevices or in a spot application in non-food areas, and in areas with minimal heat and humidity Residual dusts are to be applied in void areas Residual aerosols are to be applied using a crack and crevice injection system to areas where excessive heat and humidity are present, in food preparation areas, and any other areas as deemed necessary by the Vendor, in order to gain and/or maintain an effective control program Insect baits are to be used, when necessary to treat areas with sensitive electrical, and/or computerized equipment Exterior perimeter treatment will be performed for each treatment cycle. This shall include treatment of the entire building perimeter, pedestrian walkways and built up walkways All treatment schedules must be approved by the City; and any variation from these schedules will be communicated, by the Vendor, to the designated City contact no less than 24 hours from the scheduled treatment date Vendor shall respond and perform re-treatments, as requested by the City, within two (2) business days after receipt of such notice for re-treatment at no extra charge to the City if infestations are found during the period between monthly services Unsatisfactory services shall be re-performed within two (2) business days after receipt of notice at no expense to the City Bidder is advised that all appropriate safety precautions must be taken. A few locations may require periodic treatment to building grounds and/or trash/garbage areas by request. Bid Opening Date: December 8, 2011, Page 11 of 46

12 2.15 Following the award, additional services of the same general category that could have been encompassed in the award of this Agreement, and that are not already on the Agreement, may be added Vendor shall submit a price list of additional pest control services they provide with their bid Spot treatments will be on an as need basis and shall be comparable to bid pricing Vendors must include Material Safety Data Sheets (MSDS) with the bid, including Chemical Abstract Service (CAS) number. It is also the Vendors responsibility to provide any updates or revisions of MSDS, as they may become available for any products sold and delivered to the City of Fort Worth. 3.0 TERMITES AND CARPENTER ANTS 3.1 The Vendor shall provide all supplies, materials, equipment, labor, supervision, management, and transportation necessary to provide elimination of any termite and carpenter ants infestations and provide those measures necessary to prevent a reinfestation for the duration of the Agreement period. 3.2 Vendor is required to re-inspect the area treated within one year of the treatment date and any infestation found will be treatment at no additional cost to the City. 3.3 SCHEDULING - Termite inspection and treatment services shall be on an as needed basis and must be approved by the City. All building areas shall be serviced by request when deemed necessary by the City Vendor shall schedule treatment services within 72 hours of all requests In the event climate or weather conditions become unsuitable for work or may induce an environmental hazard, then the entire work shall be rescheduled to a date and time satisfactory to the Vendor and the City. Postponement will not reflect any penalties assessed to the Vendor, nor should there be any additional cost to the City. 3.4 SERVICES - Termite and carpenter ants inspection and treatment services required of the Vendor are as follows: Inspection to determine treatment measures that are appropriate and required Evaluation of control measures through follow-up inspections In addition to the above, termite and carpenter ant inspection and treatment services are to be performed on the immediate outside surrounding area of the building(s) grounds (exterior), extending out at least 6 inches from the buildings exterior walls or to within the drip line Unsatisfactory services shall be re-performed in a timely manner and at no expense to the City. 4.0 CHEMICAL PRODUCTS 4.1 Each Vendor will submit with bid, the following information regarding all chemical products proposed for use under this agreement Name of proposed products, manufacturers name, and a list of all chemical components, with CAS numbers for each chemical compound Proposed application rates and quantities to be used during any treatment cycle Current MSDS information for each proposed product. Bid Opening Date: December 8, 2011, Page 12 of 46

13 4.1.4 Written description of proposed treatment plan for all pests covered within the Agreement. 4.2 All products proposed are subject to approval by the City of Fort Worth. 4.3 Vendor shall maintain a complete treatment log and application record for all properties within this bid. These records shall be made available to the City upon request. 4.4 All pesticide applications may be done during normal business hours, unless otherwise requested and/or approved by the City. Vendor is responsible for insuring proper pest control signage and notification. All application-posting procedures are to be followed, according to State Pesticide Application and State and Federal Right-to-Know statutes. 4.5 Along with bid submittal, Vendor must provide a complete list of chemicals to be utilized in their proposed service. Current labels and MSDS information must be submitted to the City prior to application. 4.6 Vendor must advise the City, in writing, of any changes in the pesticides proposed in the original bid submittal. Vendor shall not proceed with any work until written authorization is receive for the City of Fort Worth. 4.7 Vendor shall comply with all pesticide application requirements as set forth by the City, the Texas Structural Pest Control Services, through the Texas Department of Agriculture (whichever is applicable), the Texas Natural Resource Conservation Commission, the Federal Environmental Protection Agency (EPA), and all manufacturers instructions provided with chemicals on labels and/or in accompanying brochures. If the chemical mix being used is questionable, the appropriate regulatory agency will be requested to check and verify requirements. 4.8 All equipment used by the Vendor for pesticide application must be approved by the Texas Structural Pest Control Services, through the Texas Department of Agriculture and must comply with all applicable State, Federal and Occupational Safety and Health Administration (OSHA) regulations. 4.9 All pesticides shall be mixed and applied in strict accordance to manufacturer s EPA registered labels The chemicals used must not leave a visible residue on the furniture, baseboards, walls, etc. in any occupied areas of the buildings. 5.0 VENDOR QUALIFICATIONS 5.1 Vendor will furnish with bid, a current and valid copy of Texas State Applicators License, for all personnel directly involved with pesticide application at the City of Fort Worth facilities. In the event that the license expires during the term of the Agreement, it will be the Vendor s responsibility to provide the City with a copy of the updated license within fifteen (15) days of renewal. Failure to provide this information will be grounds for immediate contract termination Applicators License should have license number and expiration date. 5.2 Local Office Vendors for this agreement shall maintain a local (DFW Metroplex) office, and provide evidence of personnel, equipment, maintenance facility, and administrative office availability to provide local professional services for performance of this Agreement. Travel distance and response time will not excuse the Vendor from completing scheduled work within set specific time frames. Bid Opening Date: December 8, 2011, Page 13 of 46

14 6.0 INSURANCE REQUIREMENTS 6.1 The Vendor shall assume all risk and liability for accidents and damages that may occur to persons or property during the prosecution of work under this Agreement. The Vendor shall file with the City of Fort Worth Purchasing Division, prior to the commencement of services, a certificate of insurance documenting the following required insurance Failure to provide such information within five (5) calendar days may be grounds for agreement termination. 6.2 Policies shall have no exclusions by endorsements which nullify the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved by the City. In the event a contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the Vendor to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10% Statutory Workers Compensation Insurance and Employer s Liability Insurance at the following limits: $100,000 Each Accident $500,000 Disease Policy limit $100,000 Disease Each Employee This coverage may be written as follows: Workers Compensation and Employers Liability coverage with limits consistent with statutory benefits outlined in the Texas Workers Compensation Act (Art et seq. Tex. Rev. Civ. Stat.) and minimum policy limits for Employers Liability of $100,000 each accident/occurrence, $500,000 bodily injury disease policy limit and $100,000 per disease per employee Commercial General Liability Insurance including Explosion, Collapse, and Underground Coverage shall be provided as follows: $1,000,000 Each Occurrence $2,000,000 Annual Aggregate Coverage shall include but not be limited to the following: premises/operations, independent vendors, products/completed operations, personal injury, and contractual liability. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy Auto Liability Insurance shall be provided as follows: $1,000,000 Combined Single Limit Each Accident A commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned The Vendor shall furnish the Purchasing Manager, with a certificate of insurance documenting the required insurance prior to the commencement of services Policies shall be endorsed to provide the City of Fort Worth a thirty- (30) day notice of cancellation, material change in coverage, or non-renewal of coverage Applicable policies shall also be endorsed to name the City of Fort Worth as an additional insured, as its interests may appear (ATIMA). Bid Opening Date: December 8, 2011, Page 14 of 46

15 7.0 ADDITIONAL INSURANCE REQUIREMENTS 7.1 The City, its officers, employees and servants shall be endorsed as an additional insured on Vendor s insurance policies excepting employer s liability insurance coverage under Vendor s workers compensation insurance policy. 7.2 Certificates of insurance satisfactory to the City and Worker s Compensation Affidavit must be received before Vendor can begin work. Failure to supply and maintain such insurance shall be a breach of contract. Vendor shall provide complete copies of all insurance polices required by this Agreement. Certificates of insurance must be supplied to: Financial Management Services Department Attention: Purchasing Division 1000 Throckmorton Street Fort Worth, Texas Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. Each insurance policy shall be endorsed to provide the City a minimum 30 days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten (10) day notice shall be acceptable in the event of non-payment of premium. 7.4 Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. 7.5 Deductible limits, or self-funded retention limits, on each policy must not exceed $10, per occurrence unless otherwise approved by the City. 7.6 Other than worker s compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. 7.7 Workers compensation insurance policy(s) covering employees of the Vendor shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. 7.8 City shall not be responsible for the direct payment of insurance premium costs for Vendor s insurance. 7.9 Vendor s insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery While the purchase order is in effect, Vendor shall report, in a timely manner, to the Purchasing Department any known loss occurrence that could give rise to a liability claim or lawsuit or which could result in a property loss Vendor s liability shall not be limited to the specified amounts of insurance required herein. Bid Opening Date: December 8, 2011, Page 15 of 46

16 8.0 CALL BACK REQUIREMENT 8.1 When a problem is found by the City and notification is forwarded to the Vendor, a verbal acknowledgement of the notification is required by a representative of the Vendor s company within two (2) hours. The Vendor is to correct each problem within one (1) working day of notification. If cases require going with outside sources, the charges for those services shall be deducted from the successful bidder's monthly payment for failure to perform in keeping with the terms of this Agreement. 9.0 SPECIAL PROVISIONS - The Vendor shall adhere to the following provisions in performing pesticide applications of the areas specified below: 9.1 Food Handling Areas Treatment of these areas is limited to only times when food is not being held, processed, prepared, served, and while not occupied by facility employees. 9.2 Occupied Areas Vendor shall utilize pesticides with as low as volatility and as odor free as possible in order to keep odor levels form affecting occupants HAZARDOUS CONDITIONS 10.1 The Vendor is required to notify the City immediately of any hazardous conditions and/or damage to City property The Vendor shall not dispose of any excess pesticide containers or any other materials contaminated by pesticides at any City location No pest control materials or equipment shall be stored or kept at any facility when the operator is not working REQUIRED VENDOR REPORTING 11.1 Vendor personnel shall report to facility supervisor or his/her designee upon arrival at the facility. All work is to be performed according to scheduling unless otherwise approved by the City Vendor shall provide the following information, as a minimum, for each site prior to any pesticide application: Consumer Information Sheet; and Notice of Pest Control Treatment 11.3 After treatment, when the facility being treated is occupied, Vendor will provide the facility staff with a written statement explaining how long facility staff and users should wait before it is safe to re-enter the treated area. If the facility is not occupied, a notice will be placed on the main entrance door to warn facility staff and users not to enter the treated area prior to a specific time, when it is safe to enter the facility. The notice will be dated and signed by the Vendor personnel posting the notice Vendor shall complete and submit to the designee, a service report of all services performed during the site visit The Vendor is responsible for supplying, completing, and submitting all reports required or requested by Federal, State, and/or local ordinances which pertain to any duties contained in the Agreement. Bid Opening Date: December 8, 2011, Page 16 of 46

17 11.6 The Vendor shall furnish any facility, prior to initial application of pesticides, the trade names (if any), and chemical names of the chemicals proposed for use and a label showing the contents, the use strength of the chemical as applied and the antidote thereto. Vendor should furnish the same information each time he/she changes chemicals or products used in the performance of this agreement. This information is required for emergency treatment in the event of ingestion and/or contact with the material by humans. MSDS are also required for each product used by the Vendor. MSDS (2 copies for each product) should be provided to the facility designee prior to use of each chemical product Vendor shall provide detailed listing, application rates, MSDS and CAS information for all proposed chemical pest control products QUANTITIES The quantities listed on the bid solicitation are only estimates based on previous usage and do not indicate intent to purchase or a guarantee of future business. The City of Fort Worth is obligated to pay for only those materials and services actually ordered by an authorized City employee providing a purchase order number and a release number and then received as required and accepted by the City PERFORMANCE - Failure of the City to insist in any one or more instances upon performance of any of the terms and conditions of this Agreement shall not be construed as a waiver or relinquishment of the future performance of any terms and conditions, but the Vendor's obligation with respect to such performance shall continue in full force and effect COMPLAINTS - Complaints processed through the City Purchasing Division are to be corrected within fourteen (14) days of formal notice of complaint. Written response to the Purchasing Division is required. Failure to properly resolve complaints within the fourteen (14) calendar day time period may result in the cancellation of the applicable line item(s) in the price agreement UNIT PRICE ADJUSTMENT 15.1 The unit prices may be adjusted for increases or decreases in Vendor s cost during the renewal period but before the effective date of the renewal upon written request from the Vendor At the time the City exercise the renewal options, the Vendor may request a rate adjustment in an amount not to exceed the current Consumer Price Index (CPI) rate of the original contract rate price or subsequent renewal rate price The Vendor must submit its price adjustment request, in writing, at least 60 days before the renewal effective period. The Vendor shall provide written proof of cost increases with price adjustment request If the City concludes that the rate increase being requested is exorbitant, the City reserves the right to adjust the rate request, or reject the rate request in its entirety and allow the contract to expire at the end of the contract term. If the City elects not to exercise the renewal option, the Purchasing Division will issue a new solicitation Prices bid shall remain firm for each one-year term of the Agreement and shall include all associated freight and delivery costs Prices offered shall be used for bid analysis and for Agreement pricing. In cases of errors in extensions or totals, the unit prices offered will govern For no reason shall the Vendor suspended services without giving a thirty (30) day prior written notice to the Purchasing Manager. Bid Opening Date: December 8, 2011, Page 17 of 46

18 16.0 INVOICES 16.1 All invoices should be submitted directly to the requesting department. It is the responsibility of the Vendor to get the name of the responsible person, telephone numbers and address of the department at the time the service is requested. The requesting department is required to issue a release purchase order number to the Vendor during the process A properly prepared invoice shall be typewritten or computer printed and shall include the Vendor s name, invoice number, address, date, service or item description, unit price, extended cost, City issued purchase order and release number. Incomplete or inaccurate invoices may result in delayed payments, as they shall be returned to the Vendor for correction and re-submittal The Vendor shall submit corrected/revised invoices within seven (7) calendar days of notification from the City SUBCONTRACTING No subcontracting of the work under this Agreement will be allowed IDENTIFICATION 18.1 Each employee of the Vendor shall be identified by photograph identification badge and uniform readily identifying the worker as an employee of the Vendor s firm. Each employee must be so identified at all times while performing work in any City facility Family members and/or friends of the Vendor s firm designated employees are not allowed to accompany them on the job site WARRANTY 19.1 The Vendor warrants and guarantees the part(s), material(s), and/or service(s) against any defects or failures to operate satisfactorily The Vendor shall provide a warranty to include at a minimum, but not limited to the following: In addition to any other warranties in this purchase, the Vendor warrants that all work and products supplied in this purchase conforms to the specification requirements and is free from any defect in workmanship, equipment, material, or design furnished by the Vendor or any supplier at any tier Vendor agrees to repair or replace promptly, on a one-for-one basis without additional cost to the City of Fort Worth, any and all defective work and products. The City defines "prompt" repair or replacement to be within twenty- four (24) hours after notification by authorized City personnel This warranty shall continue for a period of 90 days from date of acceptance of products and work by the City The Vendor shall remedy at the Vendor s expense any non-conforming or defective products or work. In addition, the Vendor shall remedy at Vendor s expense any damage to real or personal property owned by the City of Fort Worth, when that damage is the result of a defect of products furnished The Vendor s warranty with respect to products repaired or replaced will run for 90 days from date of installation and acceptance of such by the City. Bid Opening Date: December 8, 2011, Page 18 of 46

19 The City of Fort Worth shall notify the Vendor, within a reasonable time after the discovery of any failure, defect, or damage If the Vendor fails to remedy any failure, defect, or damage within a reasonable time after receipt of notice, the City of Fort Worth shall have the right to replace, repair, or otherwise remedy the failure, defect, or damage at the Vendor s expense This warranty shall not include failures attributable to accident, fire, or negligence on the part of City personnel With respect to all warranties, expressed or implied, from manufacturers, or suppliers for work performed and materials furnished under this purchase, the Vendor shall: Obtain all warranties that would be obtained in normal commercial practice; Enforce all warranties for the benefit of the City of Fort Worth VILLAGE CREEK WASTEWATER TREATMENT PLANT 20.1 Vendors interested in bidding the Water Village Creek Wastewater Treatment Plant must submit a list of all pesticides, control devices, and their applications to be used with their bid Chemicals such as Tetracalorvinphos, Tetraetaylpyrophospates, Diazinon, and Malation shall be used. The Water Department s Village Creek Wastewater Treatment Plant must approve any Organophosphate pesticide before they can be used Services will be performed at the Water Village Creek Wastewater Treatment Plant, supporting buildings, to include basements, and designated areas located at 4500 Wilma Lane, Fort Worth, Texas Vendors may inspect these areas by contacting Tim Cain at or Paula Hahn at The awarded vendor will be required to sign in at the administration reception area upon entering the plant grounds and a plant designee will be notified of their presence Plant personnel must accompany the awarded vendor during applications For Arthropod control: The awarded vendor will be required to do a through survey of the building(s) to identify areas of insect harborage and treat those areas accordingly, apply granules around perimeter of building(s) when necessary at no additional cost to the City PERFORMANCE BOND - A performance bond is required within TEN (10) WORKING DAYS after award of an Agreement. The performance bond shall equal 5% of the total annual cost Example: Total Annual Cost = $100, x.05 = $5, (Amount of Performance Bond) 21.2 Failure to provide this information will be grounds for immediate agreement termination INSPECTION 22.1 The ordering department will be responsible for making inspections, monitoring the Vendor's activities and ensuring the work is performed in accordance with the Agreement specifications. The designee shall record, process and submit all pertinent information to the Agreement file for determination of termination of Agreement or for non-renewal. Copies of documents related to inadequate performance will be submitted to the Purchasing Department. Bid Opening Date: December 8, 2011, Page 19 of 46

20 In the event the Vendor fails to perform according to the terms of this Agreement, the Department head or his/her designee will notify the Vendor, in writing, of its failures. A meeting may be arranged to discuss the Vendor s deficiencies. A written cure notice will be prepared giving the Vendor ten (10) calendar days to cure any deficiency In the event the Vendor continues with unsatisfactory performance, the Purchasing Manager or his/her designee who will take appropriate action to cure the performance problem(s), which could include cancellation, termination for convenience or default The City reserves the right to terminate this Agreement, or any part hereof, for its sole convenience. In the event of such termination, the Vendor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers to cease work. Payment to the Vendor will be based on actual quantities of work performed and accepted by the City SECURITY REQUIREMENT 23.1 The Vendor shall abide by all City security procedures, rules and regulations, and shall cooperate with City security personnel The Vendor shall provide a work schedule for each employee assigned to work at a City of Fort Worth Police Department facility in advance of the work week Under no circumstances shall the Vendor assign personnel who are not legally authorized to work in the United States of America Vendor shall provide I-9 forms for each employee assigned to the City Agreement, and documentation supporting the submission of said forms Vendor shall provide all, if any, No-Match letters from the Social Security Administration The Vendor shall file with the City of Fort Worth Purchasing Division, prior to the commencement of services, a list of all personnel assigned to the City Agreement, including driver license and social security numbers Failure to provide such information within five (5) calendar days may be grounds for agreement termination The Fort Worth Police Department may issue a City identification badge identifying the worker as an employee of the Vendor s firm. The City identification badge shall be visibly worn at all time during the performance of work at all Police Department facilities INTOXICANTS AND ILLEGAL DRUGS The use of any kind of intoxicants while on duty or use of illegal drugs at any time by the Vendor's employees shall constitute grounds for termination of this Agreement by the City Vendor s employees shall not bring intoxicants or illegal drugs onto City property BACKGROUND INVESTIGATIONS Vendor s personnel shall have criminal background check performed prior to being placed on City Agreement. Bid Opening Date: December 8, 2011, Page 20 of 46

21 Under no circumstances shall any Vendor personnel having any convictions or pending criminal hearings be assigned to the City Agreement DRUG SCREENING 24.0 METHOD OF AWARD 25.0 BIDS Provisions shall be made for drug screening for each employee assigned to the City Agreement The Vendor shall provide certification that each employee assigned to City facilities is drug free prior to their assignment Additional drug screening may be requested by the City; the Vendor at his/her cost will have testing performed Bid will be evaluated based on the lowest responsive and responsible bidder complying with all of the provisions of the solicitation, provided the bid price is reasonable, and it is in the best interest of the City to accept it In order for the City to receive adequate coverage on its requirements as specified in the solicitation, the City reserves the right to make multiple awards The City reserves the right to accept or reject in whole or in part any or all bids received and to make an award on the basis of individual item, combination of items, or overall bid, as it is deemed in the best interest of the City The City also reserves the right to reject the bid of a bidder who has previously failed to perform properly or complete on time agreements of a similar nature Bidders shall submit the following items with their bid: A completed and signed original Invitation to Bid (ITB) form; A completed and signed original Bid Solicitation form; A completed and signed original Conflict of Interest Questionnaire, Attachment A A completed and signed original Vendor s Questionnaire, Attachment B A completed and signed original Price Sheet, Attachment C A completed original References Sheet, Attachment F An exact treatment frequency and scheduling for all treatment facilities Specific terms of treatment warranty/warranties Price list of additional pest control services available to the City A copy of all documents listed in paragraph Failure to submit the items listed in paragraph 25.1 may be grounds for rejection of a bid as non-responsive to the specifications. Bid Opening Date: December 8, 2011, Page 21 of 46

22 26.0 QUESTIONS Questions, explanations or clarifications desired by a bidder regarding any part of the bid must be requested in writing from the Purchasing Division not less than five (5) business days before the closing. Interpretations, corrections or changes to the bid made in any other manner are not binding upon the City, and bidders shall not rely on such interpretations, corrections or changes. Oral explanations or instructions given before the award of the Agreement are not binding. Request can be send to the following: 26.1 Cristina Camarillo, Buyer, [email protected] 26.2 City of Fort Worth Purchasing Division Attention: Cristina Camarillo 1000 Throckmorton Street Fort Worth, Texas Facsimile: (817) , Attention: Cristina Camarillo 26.4 Questions of a substantial nature will be addressed in an addendum, posted on the City s Purchasing Web page for all interested parties. Bid Opening Date: December 8, 2011, Page 22 of 46

23 CITY OF FORT WORTH, TEXAS STANDARD PURCHASING TERMS AND CONDITIONS 1.0 DEFINITION OF BUYER - The City of Fort Worth, its officers, agents, servants, authorized employees, contractors and subcontractors who act on behalf of various City departments, bodies or agencies. 2.0 DEFINITION OF SELLER - The consultant, contractor, supplier, vendor or other provider of goods and/or services, its officers, agents, servants, employees, contractors and subcontractors who act on behalf of the entity under a contract with the City of Fort Worth. 3.0 PUBLIC INFORMATION - Any information submitted to the City of Fort Worth (the City ) may be requested by a member of the public under the Texas Public Information Act. See TEX. GOV T CODE ANN , (c) (West Supp. 2006). If the City receives a request for a Seller s proprietary information, the Seller listed in the request will be notified and given an opportunity to make arguments to the Texas Attorney General s Office (the AG ) regarding reasons the Seller believes that its information may not lawfully be released. If Seller does not make arguments or the AG rejects the arguments Seller makes, Seller s information will be released without penalty to the City. 4.0 PROHIBITION AGAINST PERSONAL INTEREST IN CONTRACTS - No officer or employee of Buyer shall have a financial interest, direct or indirect, in any contract with Buyer or be financially interested, directly or indirectly, in the sale to Buyer of any land, materials, supplies or services, except on behalf of Buyer as an officer or employee. Any willful violation of this section shall constitute malfeasance in office, and any officer or employee found guilty thereof shall thereby forfeit his office or position. Any violation of this section with the knowledge, expressed or implied, of the person or corporation contracting with the City Council shall render the contract invalid by the City Manager or the City Council. (Chapter XXVII, Section 16, City of Fort Worth Charter) 5.0 ORDERS 5.1 No employees of the Buyer or its officers, agents, servants, contractors or subcontractors who act on behalf of various City departments, bodies or agencies are authorized to place orders for goods and/or services without providing approved contract numbers, purchase order numbers, or release numbers issued by the Buyer. The only exceptions are Purchasing Card orders and emergencies pursuant to Texas Local Government Code Section (a)(1), (2), or (3). In the case of emergencies, the Buyer s Purchasing Division will place such orders. 5.2 Acceptance of an order and delivery on the part of the Seller without an approved contract number, purchase order number, or release number issued by the Buyer may result in rejection of delivery, return of goods at the Seller s cost and/or non-payment. 6.0 SELLER TO PACKAGE GOODS - Seller will package goods in accordance with good commercial practice. Each shipping container, shall be clearly and permanently marked as follows: (a) Seller's name and address: (b) Consignee's name, address and purchase order or purchase change order number; (c) Container number and total number of containers, e.g., box 1 of 4 boxes; and (d) Number of the container bearing the packing slip. Seller shall bear the cost of packaging unless otherwise provided. Goods shall be suitably packed to secure lowest transportation costs and to conform to requirements of common carriers and any applicable specifications. Buyer's count or weight shall be final and conclusive on shipments not accompanied by packing lists. 7.0 SHIPMENT UNDER RESERVATION PROHIBITED - Seller is not authorized to ship the goods under reservation, and no tender of a bill of lading will operate as a tender of goods. Bid Opening Date: December 8, 2011, Page 23 of 46

24 8.0 TITLE AND RISK OF LOSS - The title and risk of loss of the goods shall not pass to Buyer until Buyer actually receives and takes possession of the goods at the point or points of delivery after inspection and acceptance of the goods. 9.0 DELIVERY TERMS AND TRANSPORTATION CHARGES Freight terms shall be F.O.B. Destination, Freight Prepaid and Allowed, unless delivery terms are specified otherwise in Seller's bid. Buyer agrees to reimburse Seller for transportation costs in the amount specified in Seller's bid or actual costs, whichever is lower, if the quoted delivery terms do not include transportation costs; provided, Buyer shall have the right to designate what method of transportation shall be used to ship the goods PLACE OF DELIVERY - The place of delivery shall be set forth in the "Ship to" block of the purchase order, purchase change order, or release order RIGHT OF INSPECTION - Buyer shall have the right to inspect the goods upon delivery before accepting them. Seller shall be responsible for all charges for the return to Seller of any goods rejected as being nonconforming under the specifications INVOICES 12.1 Seller shall submit separate invoices in duplicate, on each purchase order or purchase change order after each delivery. Invoices shall indicate the purchase order or purchase change order number. Invoices shall be itemized and transportation charges, if any, shall be listed separately. A copy of the bill of lading and the freight waybill, when applicable, should be attached to the invoice. Seller shall mail or deliver invoices to Buyer s Department and address as set forth in the block of the purchase order, purchase change order or release order entitled "Ship to." Payment shall not be made until the above instruments have been submitted after delivery and acceptance of the goods and/or services Seller shall not include Federal Excise, State or City Sales Tax in its invoices. The Buyer shall furnish a tax exemption certificate upon Seller s request PRICE WARRANTY 13.1 The price to be paid by Buyer shall be that contained in Seller's bid which Seller warrants to be no higher than Seller's current prices on orders by others for products and services of the kind and specification covered by this agreement for similar quantities under like conditions and methods of purchase. In the event Seller breaches this warranty, the prices of the items shall be reduced to the prices contained in Seller s bid, or in the alternative upon Buyer's option, Buyer shall have the right to cancel this contract without any liability to Seller for breach or for Seller's actual expense. Such remedies are in addition to and not in lieu of any other remedies which Buyer may have in law or equity Seller warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for commission, percentage, brokerage or contingent fee, excepting employees of an established commercial or selling agency that is maintained by Seller for the purpose of securing business. For breach or violation of this warranty, Buyer shall have the right, in addition to any other right or rights arising pursuant to said purchase(s), to cancel this contract without liability and to deduct from the contract price such commission percentage, brokerage or contingent fee, or otherwise to recover the full amount thereof PRODUCT WARRANTY - Seller shall not limit or exclude any express or implied warranties and any attempt to do so shall render this contract voidable at the option of Buyer. Seller warrants that the goods furnished will conform to Buyer's specifications, drawings and descriptions listed in the bid invitation, and the sample(s) furnished by Seller, if any. In the event of a conflict between Buyer's specifications, drawings, and descriptions, Buyer s specifications shall govern. Bid Opening Date: December 8, 2011, Page 24 of 46

25 15.0 SAFETY WARRANTY - Seller warrants that the product sold to Buyer shall conform to the standards promulgated by the U.S. Department of Labor under the Occupational Safety and Health Act (OSHA) of 1970, as amended. In the event the product does not conform to OSHA standards, Buyer may return the product for correction or replacement at Seller's expense. In the event Seller fails to make appropriate correction within a reasonable time, any correction made by Buyer will be at Seller's expense. Where no correction is or can be made, Seller shall refund all monies received for such goods within thirty (30) days after request is made by Buyer in writing and received by Seller. Notice is considered to have been received upon hand delivery, or otherwise in accordance with Section 29.0 of these terms and conditions. Failure to make such refund shall constitute breach and cause this contract to terminate immediately SOFTWARE LICENSE TO SELLER If this purchase is for the license of software products and/or services, and unless otherwise agreed, Seller hereby grants to Buyer, a perpetual, irrevocable, non-exclusive, nontransferable, royalty free license to use the software. This software is proprietary to Seller, and is licensed and provided to the Buyer for its sole use for purposes under this Agreement and any attached work orders or invoices. The City may not use or share this software without permission of the Seller; however Buyer may make copies of the software expressly for backup purposes WARRANTY AGAINST INFRINGEMENT OF INTELLECTUAL PROPERTY - Seller warrants that the goods or services do not infringe upon or violate any United States patent, copyright, or trade secret. Seller will defend at its expense any action against Buyer or Buyer as licensee to the extent that it is based on a claim that goods used or services provided used within the scope of the license hereunder infringe upon a United States patent, copyright or trade secret, and Seller will pay any and all costs and damages finally awarded against Buyer or Buyer as licensee in such actions which is attributable to such claim. Should the products or services become, or in Seller's opinion be likely to become, the subject of any claim of infringement, Seller shall either: (a) procure for Buyer the right to continue to use the goods or services; or (b) modify the goods or services to make them non-infringing, provided that such modification does not materially adversely affect Buyer s authorized use; or (c) replace the goods or services with equally suitable, compatible, and functionally equivalent non-infringing goods or services at no additional cost to the Buyer; or (d) if none of the foregoing alternatives is reasonably available to Seller, terminate this agreement and refund to Buyer the payments actually made to Seller under this agreement OWNERSHIP OF WORK PRODUCT Seller agrees that any and all analyses, evaluations, reports, memoranda, letters, ideas, processes, methods, programs, and manuals that were developed, prepared, conceived, made or suggested by the Seller for the City pursuant to a Work Order, including all such developments as are originated or conceived during the term of the Contract and that are completed or reduced to writing thereafter (the Work Product ) and Seller acknowledges that such Work Product may be considered work(s) made for hire and will be and remain the exclusive property of the City. To the extent that the Work Product, under applicable law, may not be considered work(s) made for hire, Seller hereby agrees that this Agreement effectively transfers, grants, conveys, and assigns exclusively to Buyer, all rights, title and ownership interests, including copyright, which Seller may have in any Work Product or any tangible media embodying such Work Product, without the necessity of any further consideration, and Buyer shall be entitled to obtain and hold in its own name, all Intellectual Property rights in and to the Work Product. Seller for itself and on behalf of its contractors hereby waives any property interest in such Work Product NETWORK ACCESS - The City owns and operates a computing environment and network (collectively the "Network"). If Seller requires access, whether onsite or remote, to the City s network to provide services hereunder, and the Seller is required to utilize the Internet, Intranet, , City database, or other network application, Seller shall separately execute the City s Network Access Agreement prior to providing such services. A copy of the City s standard Network Access Agreement can be provided upon request. Bid Opening Date: December 8, 2011, Page 25 of 46

26 20.0 CANCELLATION - Buyer shall have the right to cancel this contract immediately for default on all or any part of the undelivered portion of this order if Seller breaches any of the terms hereof, including warranties of Seller. Such right of cancellation is in addition to and not in lieu of any other remedies, which Buyer may have in law or equity TERMINATION - The performance of work or purchase of goods under this order may be terminated in whole or in part by Buyer, with or without cause, at any time upon the delivery to Seller of a written "Notice of Termination" specifying the extent to which performance of work or the goods to be purchased under the order is terminated and the date upon which such termination becomes effective. Such right of termination is in addition to and not in lieu of any other termination rights of Buyer as set forth herein ASSIGNMENT / DELEGATION - No interest, obligation or right of Seller, including the right to receive payment, under this contract shall be assigned or delegated to another entity without the express written consent of Buyer. Any attempted assignment or delegation of Seller shall be wholly void and totally ineffective for all purposes unless made in conformity with this paragraph. Prior to Buyer giving its consent, Seller agrees that Seller shall provide, at no additional cost to Buyer, all documents, as determined by Buyer, that are reasonable and necessary to verify Seller s legal status and transfer of rights, interests, or obligations to another entity. The documents that may be requested include, but are not limited to, Articles of Incorporation and related amendments, Certificate of Merger, IRS Form W-9 to verify tax identification number, etc. Buyer reserves the right to withhold all payments to any entity other than Seller, if Seller is not in compliance with this provision. If Seller fails to provide necessary information in accordance with this section, Buyer shall not be liable for any penalties, fees or interest resulting therefrom WAIVER - No claim or right arising out of a breach of this contract can be discharged in whole or in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration in writing and is signed by the aggrieved party MODIFICATIONS - This contract can be modified or rescinded only by a written agreement signed by both parties THE AGREEMENT - In the absence of an otherwise negotiated contract, or unless stated otherwise, the Agreement between Buyer and Seller shall consist of these Standard Terms and Conditions together with any applicable bid documents published by the Buyer and Seller s Response to such bid (the contract documents ). This Agreement is intended by the parties as a final expression of their agreement and is intended also as a complete and exclusive statement of the terms of their agreement. No course of prior dealings between the parties and no usage of trade shall be relevant to supplement or explain any term used in this Agreement. Acceptance of or acquiescence in a course of performance under this Agreement shall not be relevant to determine the meaning of this Agreement even though the accepting or acquiescing party has knowledge of the performance and opportunity for objection. Whenever a term defined by the Uniform Commercial Code (UCC) is used in this Agreement, the definition contained in the UCC shall control. In the event of a conflict between the contract documents, the order of precedence shall be these Standard Terms and Conditions, the Buyer s published bid documents and the Seller s response. If Buyer and Seller have otherwise negotiated a contract, this Agreement shall not apply APPLICABLE LAW / VENUE - This agreement shall be governed by the Uniform Commercial Code wherever the term "Uniform Commercial Code" or UCC is used. It shall be construed as meaning the Uniform Commercial Code as adopted and amended in the State of Texas. Both parties agree that venue for any litigation arising from this contract shall be in Fort Worth, Tarrant County, Texas. This contract shall be governed, construed and enforced under the laws of the State of Texas. Bid Opening Date: December 8, 2011, Page 26 of 46

27 27.0 INDEPENDENT CONTRACTOR - Seller shall operate hereunder as an independent contractor and not as an officer, agent, servant or employee of Buyer. Seller shall have exclusive control of, and the exclusive right to control, the details of its operations hereunder, and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, employees, contractors and sub-contractors. The doctrine of respondeat superior shall not apply as between Buyer and Seller, its officers, agents, employees, contractors and subcontractors. Nothing herein shall be construed as creating a partnership or joint enterprise between Buyer and Seller, its officers, agents, employees, contractors and subcontractors INDEMNIFICATION / LIABILITY SELLER COVENANTS AND AGREES TO, AND DOES HEREBY, INDEMNIFY, HOLD HARMLESS, AND DEFEND BUYER, ITS OFFICERS AND EMPLOYEES, FROM AND AGAINST ANY AND ALL SUITS OR CLAIMS FOR DAMAGES OR INJURIES, INCLUDING DEATH, TO ANY AND ALL PERSONS OR PROPERTY, WHETHER REAL OR ASSERTED, ARISING OUT OF OR IN CONNECTION WITH ANY NEGLIGENT ACT, OMISSION, OR INTENTIONAL CONDUCT ON THE PART OF THE SELLER, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES OR SUBCONTRACTORS, AND SELLER DOES HEREBY ASSUME ALL LIABILITY AND RESPONSIBILITY FOR INJURIES, CLAIMS OR SUITS FOR DAMAGES TO PERSONS OR PROPERTY, OF WHATSOEVER KIND OR CHARACTER, WHETHER REAL OR ASSERTED, OCCURRING DURING OR ARISING OUT OF THE PEFORMANCE OF THIS CONTRACT AS A RESULT OF ANY NEGLIGENT ACT, OMISSION OR INTENTIONAL CONDUCT ON THE PART OF THE SELLER, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES OR SUBCONTRACTORS SEVERABILITY - In case any one or more of the provisions contained in this agreement shall for any reason, be held to be invalid, illegal or unenforceable in any respect, such invalidity, illegality or unenforceability shall not affect any other provision of this agreement, which agreement shall be construed as if such invalid, illegal or unenforceable provision had never been contained herein FISCAL FUNDING LIMITATION - In the event no funds or insufficient funds are appropriated and budgeted in any fiscal period for payments due under this contract, then Buyer will immediately notify Seller of such occurrence and this contract shall be terminated on the last day of the fiscal period for which funds have been appropriated without penalty or expense to Buyer of any kind whatsoever, except to the portions of annual payments herein agreed upon for which funds shall have been appropriated and budgeted or are otherwise available NOTICES TO PARTIES - Notices addressed to Buyer pursuant to the provisions hereof shall be conclusively determined to have been delivered three (3) business days following the day such notice is deposited in the United States mail, in a sealed envelope with sufficient postage attached, addressed to Purchasing Manager, City of Forth Worth, Purchasing Division, 1000 Throckmorton Street, Fort Worth, Texas Notices to Seller shall be conclusively determined to have been delivered three (3) business days following the day such notice is deposited in the United States mail, in a sealed envelope with sufficient postage attached, addressed to the address given by Seller in its response to Buyer's invitation to bid. Or if sent via express courier or hand delivery, notice is considered received upon delivery NON-DISCRIMINATION - This contract is made and entered into with reference specifically to Chapter 17, Article III, Division 3 ("Employment Practices"), of the City Code of the City of Fort Worth (1986), as amended, and Seller hereby covenants and agrees that Seller, its employees, officers, agents, contractors or subcontractors, have fully complied with all provisions of same and that no employee, participant, applicant, contractor or subcontractor has been discriminated against according to the terms of such Ordinance by Seller, its employees, officers, agents, contractor or subcontractors herein. Bid Opening Date: December 8, 2011, Page 27 of 46

28 33.0 IMMIGRATION NATIONALITY ACT The City of Fort Worth actively supports the Immigration & Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Seller shall verify the identity and employment eligibility of all employees who perform work under this Agreement. Seller shall complete the Employment Eligibility Verification Form (I-9), maintain photocopies of all supporting employment eligibility and identity documentation for all employees, and upon request, provide Seller with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Seller shall establish appropriate procedures and controls so that no services will be performed by any worker who is not legally eligible to perform such services. Seller shall provide Buyer with a certification letter that it has complied with the verification requirements required by this Agreement. Seller shall indemnify Buyer from any penalties or liabilities due to violations of this provision. Buyer shall have the right to immediately terminate this Agreement for violations of this provision by Seller ENVIRONMENTAL This provision contains the minimum terms and conditions required of a waste services provider. The City reserves the right to require additional terms and conditions as necessary DEFINITIONS Unacceptable Waste shall mean any and all waste, including but not limited to Hazardous Waste, special waste, Medical Waste and friable asbestos, the acceptance and handling of which by City Collector would cause a violation of any permit condition, legal or regulatory requirement, substantial damage to City Collector s equipment or facilities, or present a substantial danger to the health or safety of the public or City Collector s employees. Environmental Damages shall mean all claims, judgments, damages, losses, penalties, fines, liabilities (including strict liability), encumbrances, liens, costs, and expenses of investigation and defense of any claim, whether or not such claim is ultimately defeated, and of any good faith settlement or judgment, of whatever kind or nature, contingent or otherwise, matured or unmatured, foreseeable or unforeseeable, including without limitation reasonable attorney s fees and disbursements and consultant s fees, any of which are incurred as a result of handling, collection, transportation, storage, disposal, treatment, recovery, and/or reuse of waste pursuant to this contract, or the existence of a violation of environmental requirements pertaining to, and including without limitation: a. Damages for personal injury and death, or injury to property or natural resources; b. Fees incurred for the services of attorneys, consultants, contractors, experts, laboratories and all other costs in connection with the investigation or remediation of such wastes or violation of environmental requirements including, but not limited to, the preparation of any feasibility studies or reports of the performance of any cleanup, remediation, removal, response, abatement, containment, closure, restoration or monitoring work required by any federal, state or local governmental agency or political subdivision, or otherwise expended in connection with the existence of such wastes or violations of environmental requirements, and including without limitation any attorney s fees, costs and expenses incurred in enforcing this contract or collecting any sums due hereunder; and c. Liability to any third person or governmental agency to indemnify such person or agency for costs expended in connection with the Environmental Requirements. Bid Opening Date: December 8, 2011, Page 28 of 46

29 Environmental Requirements shall mean all applicable present and future statutes, regulations, rules, ordinances, codes, licenses, permits, orders, approvals, plans, authorizations, concessions, franchises, and similar items, of all governmental agencies, departments, commissions, boards, bureaus, or instrumentalities of the United States, states, and political subdivisions thereof and all applicable judicial, administrative, and regulatory decrees, judgments, and orders relating to the protection of human health or the environment, including without limitation: a. All requirements, including, but not limited to, those pertaining to reporting, licensing, permitting, investigation, and remediation of emissions, discharges, releases, or threatened releases of hazardous materials, pollutants, contaminants or hazardous or toxic substances, materials, or wastes whether solid, liquid, or gaseous in nature, into the air, surface water, groundwater, storm water, or land, or relating to the manufacture, processing, distribution, use, treatment, storage, disposal, transport, or handling of pollutants, contaminants, or hazardous or toxic substances, materials, or wastes, whether solid, liquid, or gaseous in nature; and b. All requirements pertaining to the protection of the health and safety of employees or the public Requirements - Contractor warrants that it understands the known hazards and suspected hazards that are present to persons, property and the environment by providing packing, transporting, and disposal of hazardous, special and solid waste. Contractor further warrants that it will perform all services under this contract in a safe, efficient and lawful manner using industry accepted practices, and in full compliance with all Environmental Requirements and is under no restraint or order which would prohibit performance of services under this contract Vehicle Specifications - All Vehicles used by Contractor and Contractor s subcontractor(s) in providing collection of materials under the Contract shall be designed to prevent leakage, spillage or overflow Generator Status - Contractor shall be required pursuant to assume generator status for the waste collected and to choose a disposal site for the waste subject to the City's approval, and to indemnify City against any and all environmental damages and the violation of any and all environmental requirements resulting from the handling, collection, transportation, storage, disposal, treatment, recovery, and/or recycling of waste collected pursuant to this agreement, when said environmental damages or the violation of said environmental requirements was the result of any act or omission of contractor, its officers, agents, employees, or subcontractors, or the joint act or omission of contractor, its officers, agents, employees, or subcontractors and any other person or entity ENVIRONMENTAL INDEMNIFICATION - CONTRACTOR DOES HEREBY RELEASE, INDEMNIFY, DEFEND, REIMBURSE, AND HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS, EMPLOYEES AND VOLUNTEERS, AGAINST ANY AND ALL ENVIRONMENTAL DAMAGES AND THE VIOLATION OF ANY AND ALL ENVIRONMENTAL REQUIREMENTS RESULTING FROM THE HANDLING, COLLECTION, TRANSPORTATION, TESTING, STORAGE, DISPOSAL, TREATMENT, RECOVERY, AND/OR REUSE, BY ANY PERSON, OF WASTE COLLECTED PURSUANT TO THIS CONTRACT. Bid Opening Date: December 8, 2011, Page 29 of 46

30 34.6 Licenses and Permits - Contractor agrees to obtain and pay for all licenses, permits, certificates, inspections and all Governmental Approvals and other fees required by Applicable Law or otherwise necessary to perform the services prescribed hereunder. Contractor shall also pay, at its own expense, all fees necessary to the collection and removal of Garbage, Refuse, Small Bulky Waste, Large Brush and Large Bulky Waste, C&D Waste, Yard Waste, and Recyclables and their residuals Unacceptable Waste - Contractor shall NOT knowingly accept, nor be required to accept for disposal, Unacceptable Waste. Contractor shall leave Unacceptable Waste at its original location and notify the Director immediately of the location and provide the Director with a description of such waste. Contractor reserves the right to reject or revoke acceptance of any Unacceptable Waste. Upon notification from the Contractor, the Director shall determine whether the waste is Unacceptable Waste or acceptable under the terms of this Contract. Contractor shall immediately return to the site to pick up the suspected waste upon notification from the Director that the waste is not Unacceptable Waste RIGHT TO AUDIT - Seller agrees that the Buyer, or Buyer s authorized representative, shall, until the expiration of three (3) years after final payment under this contract, and at no additional cost to Buyer, have access to and the right to examine and copy any directly pertinent books, computer disks, digital files, documents, papers and records of the Seller involving transactions relating to this contract, including any and all records maintained pursuant to Section 31 of this Agreement. Seller agrees that the Buyer shall have access, during normal working hours, to all necessary Seller facilities, and shall be provided adequate and appropriate workspace, in order to conduct audits in compliance with the provisions of this section. Buyer shall pay Seller for reasonable costs of any copying in accordance with the standards set forth in the Texas Administrative Code. The Buyer shall give Seller reasonable advance written notice of intended audits, but no less than ten (10) business days DISABILITY - In accordance with the provisions of the Americans With Disabilities Act of 1990 (ADA), Seller warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Seller or any of its subcontractors. Seller warrants it will fully comply with ADA's provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold Buyer harmless against any claims or allegations asserted by third parties or subcontractors against Buyer arising out of Seller's and/or its subcontractor's alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this agreement DISPUTE RESOLUTION - If either Buyer or Seller has a claim, dispute, or other matter in question for breach of duty, obligations, services rendered or any warranty that arises under this Agreement, the parties shall first attempt to resolve the matter through this dispute resolution process. The disputing party shall notify the other party in writing as soon as practicable after discovering the claim, dispute, or breach. The notice shall state the nature of the dispute and list the party s specific reasons for such dispute. Within ten (10) business days of receipt of the notice, both parties shall make a good faith effort, either through , mail, phone conference, in person meetings, or other reasonable means to resolve any claim, dispute, breach or other matter in question that may arise out of, or in connection with this Agreement. If the parties fail to resolve the dispute within sixty (60) days of the date of receipt of the notice of the dispute, then the parties may submit the matter to nonbinding mediation upon written consent of authorized representatives of both parties in accordance with the Industry Arbitration Rules of the American Arbitration Association or other applicable rules governing mediation then in effect. If the parties cannot resolve the dispute through mediation, then either party shall have the right to exercise any and all remedies available under law regarding the dispute. Revised January 6, 2010 Bid Opening Date: December 8, 2011, Page 30 of 46

31 ATTACHMENT A CONFLICT OF INTEREST QUESTIONNAIRE CONFLICT OF INTEREST DISCLOSURE REQUIREMENT Pursuant to Chapter 176 of the Local Government Code, any person or agent of a person who contracts or seeks to contract for the sale or purchase of property, goods, or services with a local governmental entity (i.e. The City of Fort Worth) must disclose in the Questionnaire Form CIQ ( Questionnaire ) the person s affiliation or business relationship that might cause a conflict of interest with the local governmental entity. By law, the Questionnaire must be filed with the Fort Worth City Secretary no later than seven days after the date the person begins contract discussions or negotiations with the City, or submits an application or response to a request for proposals or bids, correspondence, or another writing related to a potential agreement with the City. Updated Questionnaires must be filed in conformance with Chapter 176. A copy of the Questionnaire Form CIQ is enclosed with the submittal documents. The form is also available at If you have any questions about compliance, please consult your own legal counsel. Compliance is the individual responsibility of each person or agent of a person who is subject to the filing requirement. An offense under Chapter 176 is a Class C misdemeanor. NOTE: If you are not aware of a Conflict of Interest in any business relationship that you might have with the City, use N/A in each of the areas on the form. However, a signature is required in the #7 box in all cases. Bid Opening Date: December 8, 2011, Page 31 of 46

32 Bid Opening Date: December 8, 2011, Page 32 of 46

33 Bid Opening Date: December 8, 2011, Page 33 of 46

34 Attachment B Vendors Questionnaire If additional pages are required for answers, please state circumstances on an attachment with the coordinating/identifying number to response. Vendor s Name: Vendor s Local Address: Phone: Fax: Number of years in this type of service? Has your business operated under any other names? Yes No If so, what names(s):, and explain circumstances of the change: Number of employees ON THE JOB each week? Number of crew your company employees to perform these services in a given day? Number of employees per crew? What constitutes your normal business days and working hours: Weekdays Weekends Provide information on your method of warranty for services and goods: Name of person(s) to contact when placing an order: Name/Title Phone: Fax: Name/Title Phone: Fax: The undersigned swears to the truth and accuracy of all statements and answers contained herein: Vendor Name: Signature Printed Name Date Bid Opening Date: December 8, 2011, Page 34 of 46

35 Attachment C The Vendor Shall Adequately Spray for the Following Pests: Populations of pests not specifically excluded in writing, including Ants, Bees, Wasps, Hornets Cockroaches, Rodents and other Miscellaneous Pests as listed herein are included in this Agreement. Ants Hymenoptera Larger yellow ant, Acanthomyops interjectus Odorous house ant, Tapinoma sessile Pavement ant, Tetramorium caespitum Thief ant, Solenopsis molesta Sugar ant Fire ant Bees, Hornets, and Wasps Hymenoptera Bees Apis spp, Bombus spp. Hornets, Dolichovespula maculata Paper wasps, Polistes spp. Solitary wasps, Various species Yellowjackets, Vespula spp. Cockroaches Blattaria American cockroach, Periplaneta americana Brownbanded cockroach, Supella longipalpa German cockroach, Blattella germanica Oriental cockroach, Blatta orientalis Pennsylvania wood cockroach, Parcoblatta pensylvanica Surinam cockroach, Pycnoscelus surinamensis Rodents Roof/Black rat, Rattus rattus House mouse, Mus musculus Norway rat, Rattus norvegicus Miscellaneous Pests House Centipede, Scutigera coleoptrata Silverfish, Lepisma saccharina, Ctenolepisma spp. Boxelder bug, Boisea trivittatis Earwigs, Dermaptera Elm leaf beetle, Pyrrhalta luteola Multicolored Asian lady beetle, Harmonia axyridis House Flies Bid Opening Date: December 8, 2011, Page 35 of 46

36 Attachment D - Price Sheet Please note that the City of Fort Worth reserves the right to ADD OR DELETE locations requiring these services without Vendor approval or prior notice. Vendor is encouraged to inspect the areas prior to submitting bid in order to be fully aware of the scope of services required. Failure to do so will not relieve the successful bidder from performing in strict accordance with the specifications at no additional cost to the City. Personnel at each location will show the Vendor the areas to be treated by appointment only. Item # MAP LOC Location Estimated Area Contact number Annual Estimated Qty Pest Control Monthly Charge Extended Cost 1 103L Southside Svc, Ctr Columbus Trail 6000 sq. ft $ $ 2 76G Water Svc. Ctr., 2201 W. Daggett St sq. ft $ $ 3 103L Street Services, 4100 Columbus Tr sq. ft $ $ 4 103L Environmental, 4100 Columbus Tr sq. ft $ $ 5 103L Street Svc. (Main Office), 4100 Columbus Tr sq. ft $ $ 6 103L Street Svc. (Bldg. A, D, & F), 4100 Columbus 6700 sq. ft $ $ 7 103L Street Svc.(Bldg. E), 4100 Columbus 3300 sq. ft $ $ 8 90Q TPW James Avenue (Main Building), 5001 James Avenue sq.ft $ $ 9 90Q James Ave Ser. Ctr., 5021 James Avenue 6000 sq. ft $ $ Fire Admin., 3rd Floor, Public Safety Bldg., V Throckmorton 9600 sq. ft $ $ 11 90E Fire Supply, 2900 W. Bolt St sq ft $ $ 12 90E Fire Equipment, 2920 W. Bolt St sq. ft $ $ 13 63W Fire Station 1, 120 N. Pecan St sq ft $ $ 14 76D Fire Station 2, 1000 Cherry St sq ft $ $ 15 78R Fire Station 3, 4700 Ramey Ave sq. ft $ $ 16 91O Fire Station 4, 2954 Old Mansfield Rd sq. ft $ $ 17 77X Fire Station 5, 1000 Evans Ave sq. ft $ $ 18 76E Fire Station 6, 205 University Dr 4000 sq. ft $ $ 19 66V Fire Station 7, 925 Morrison Dr 4000 sq. ft $ $ 20 77J Fire Station 8, 1301 W. Rosedale St sq. ft $ $ 21 49Q Fire Station 9, 2575 Polaris Dr sq ft $ $ 22 76R Fire Station 10, 3209 Hemphill St sq ft $ $ Fire Station 11, 1900 Texan Dr sq. ft $ $ 23 62N SCBA, 400 Grand Ave sq.ft $ $ 24 62L Fire Station 12, 120 N.W. 22 St sq.ft $ $ 25 46L Fire Station 13, 5333 Lea Crest Lane 4000 sq.ft $ $ 26 78F Fire Station 14, 2737 Meadowbrook Dr sq.ft $ $ 27 47W Fire Station 15, 3100 Azle Ave sq.ft $ $ 28 74M Fire Station 16, 5933 Geddes Ave 6100 sq.ft $ $ 29 91J Fire Station 17, 212 Felix St sq. ft $ $ 30 75G Fire Station 18,1908 Carelton Rd sq. ft $ $ 31 63L Fire Station 19, 2613 Carnation Ave sq. ft $ $ 32 65T Fire Station 20, 1051 Woodhaven Blvd sq. ft $ $ 33 90A Fire Station 21, 3501 South Hills Dr sq. ft $ $ 34 93A Fire Station 22, 4849 Wilbarger 4000 sq. ft $ $ 35 73P Fire Station 23, 3201 Portales Dr sq. ft $ $ 36 80E Fire Station 24, 3101 Forest Ave sq. ft $ $ 37 48X Fire Station 25, 3801 N. Main St sq. ft $ $ 38 89W Fire Station 26, 6124 S. Hulen St sq. ft $ $ 39 53X Fire Station 27, 2940 Precint Line Rd sq. ft $ $ K Fire Station 28, 1224 Everman Pkwy 6000 sq. ft $ $ 41 90S Fire Station 29, 6400 Westcreek Dr sq. ft $ $ 42 74X Fire Station 30, 4416 Southwest Blvd sq. ft $ $ 43 35V Fire Station 31, 4209 Longstraw Dr sq. ft $ $ 44 58T Fire Station 32, White Settlement Rd sq. ft $ $ 45 56U Fire Station 33, Statler Blvd 6500 sq. ft $ $ Fire Station 34, Sendera Ranch Blvd sq. ft $ $ 46 7L Fire Station 35, 2201 Flight Line Rd sq. ft $ $ J Fire Station 36, 5045 Columbus Trl sq. ft $ $ 48 22N Fire Station 37, 4721 Ray White Rd sq. ft $ $ Bid Opening Date: December 8, 2011

37 Fire Station 38, Park Vista Blvd sq. ft $ $ 49 88V Fire Station 39, 7655 Oakmont Blvd 6933 sq ft $ $ 50 32P Fire Station 40, 8510 Spring St sq. ft $ $ Fire Station 41, Willow Springs Rd sq. ft $ $ 51 48T Fire Station 44, 4017 Falcon Way West Meacham Field sq ft $ $ 52 76G Fire Investigation at 715 Texas St sq.ft $ $ 53 62Z Police Administration Building, 305 W. Belknap (1st-4th floor) sqft $ $ 54 62U Training Division & Weapons Range, 1000 Calvert Ct sqft $ $ 55 90E Communications Division, 3000 W. Bolt St sq ft $ $ 56 62K Police Horse Barns ( First Building), 2500 N. Houston St sq. ft $ $ 57 62K Police Horse Barns ( Second Building), 2500 N. Houston St sq. ft $ $ 58 62K North Division Head Quarters, 2500 N. Houston St sq. ft $ $ 59 79E East Division Head Quarters, 5650 E. Lancaster sq ft $ $ 60 90E South Division Head Quarters, 3128 W. Bolt St sq ft $ $ 61 73R West Division Head Quarters, 3525 Marquita St sqft $ $ 62 63P Police Air Support, 1400 Nixon 2000 sq. ft $ $ 63 62P Police Auto Pound, 1301 E. Northside Dr sq. ft $ $ 64 78J Traffic Division, 1100 Nashville St sq ft $ $ 65 83J North NPD Station #1, 500 E. 1st St. 450 sq. ft $ $ 66 48V North NPD Station #2, 3457 Decatur Ave 8040 sq. ft $ $ 67 65U East NPD Station #4, 5924 Boca Raton 2400 sq. ft $ $ 68 92H East NPD Station #7, 4204 Miller Ave 4000 sq. ft $ $ 69 76M South NPD Station #8, 1000 W. Magnolia Ste. D 5208 sq. ft $ $ 70 89S West NPD Station # 10, 5043 Grandbury Rd sq. ft $ $ 71 75E West NPD Station # 12, 2509 Merrick. St sq. ft $ $ 72 76D Police Jail, 1000 N. Lamar St sq. ft $ $ 73 76L Crime Against Children Building, 908 Southland 6500 sq. ft $ $ 74 64N Special Operations Division, 3009 Race sq ft $ $ 75 76D Central Library, 300 Taylor St sqft $ $ 76 89F Southwest Regional Library, 4001 Library Ln sq ft $ $ 77 62N North side Branch Library, 601 Park St sq. ft $ $ 78 89R Wedgwood Branch Library, 3816 Kimberly Ln sq. ft $ $ 79 79E Meadowbrook Branch Library, 5651 E. Lancaster Ave sq. ft $ $ 80 78S East Berry Branch Library, 4300 E. Berry 7000 sq. ft $ $ 81 74Q Ridglea Branch Library, 3625 Bernie Anderson sq ft $ $ 82 91E Seminary Branch Library, 501 E. Bolt St sq. ft $ $ 83 63K Riverside Branch Library, 2913 Yucca 7000 sq. ft $ $ 84 48Z Diamond Hills/Jarvis Branch Library, 1300 NE 35 St sq. ft $ $ 85 66S East Regional Library, 6301 Bridge St sq ft $ $ 86 36N Summer glen Branch, 4205 Basswood Blvd sq ft $ $ 87 77J Ella Mae Shamblee Library, 959 E. Rosedale St sq ft $ $ 88 68N Water Dept., 4500 Wilma Lane, FW, Texas sq ft $ $ 89 76G Water/Scada Building, th Avenue 7680 sq. ft $ $ 90 76G Water/South Holly Filter Building, th Avenue 3200 sq. ft $ $ 91 76G Water/Ferric and Polymer - South Holly, th Avenue 2400 sq. ft $ $ 92 76G Water/Blower - South Holly, th Avenue 2200 sq. ft $ $ 93 76G Water/Caustic Floride - South Holly, th Avenue 2200 sq. ft $ $ 94 76G Water/Polymer - South Holly, th Avenue 2000 sq. ft $ $ 95 76G Caustic Floride - North Holly, th Avenue 2300 sq. ft $ $ 96 76G Water/South Holly Chemical Building, th Avenue 3970 sq. ft $ $ 97 76G Water/South Holly Pump Station, th Avenue 1270 sq. ft $ $ 98 91Q Water/Rollings Hills WTP, 2500 S.E. Loop sq ft $ $ 99 32Y Water/Eagle Mountain WTP, 6801 Bowman Roberts RD sq. ft $ $ S Eagle Mountain Pump Station, 8619 Eagle Mountain Circle 5000 sq. ft $ $ T Water Production Trailer, 6820 Boat Club Rd. # sq. ft $ $ D Water Dept. Pump Station, 3716 Watonga 6300 sq. ft $ $ G Water Field Operations, th Avenue sq ft $ $ W Water/City Building, 3601 Lincoln Avenue sq ft $ $ A Fort Worth Convention Center, 1111 Houston St sqft $ $ Will Rogers Memorial Center/1 Amon Carter, 3401 W A Lancaster sq ft $ $ w Fort Worth Power Plant, 100 Commerce 9,00 sq. ft. 12 $ $ G Animal Care & Control Center, 4900 Martin St sq ft $ $ Z Cable Communication Office, 401 W.2nd St sq. ft $ $ X Business Assistance Center, 1150 South Freeway sq ft $ $ X Tech Fort Worth, 1120 South Freeway sq ft $ $ C Engineering Department 1122 Fournier St sq. ft $ $ Code Compliance, Solid Waste, Drop-off Station #1, H Brennan 3400 sq. ft $ $ Bid Opening Date: December 8, 2011

38 Code Compliance, Solid Waste Service, Drop-off Station #2, A 5150 Martin Luther King Freeway 3400 sq. ft $ $ Code Compliance, Solid Waste Services, Drop-off Station #3, W 6260 Old Hemphill Road 3400 sq. ft $ $ TPW - Hazel Harvey Peace Center for Neighborhoods, W Missouri Ave 4300 sq. ft $ $ D TPW- Parking Garage, 927 Taylor Street sq ft $ $ A TPW -City Hall (Municipal Building), 1000 Throckmorton sq ft $ $ U Municipal Court/Lake Patrol Office, 7501 Surfside Drive 800 sq ft $ $ A TPW -Public Safety Building, 1000 Throckmorton sq ft $ $ A Annex Building (the old gas Bldg.), 908 Monroe sq.ft $ $ B Planning/Development-Alarms Section, 4200 S. Freeway 804 sq. ft $ $ G ITS Department/Telecommunications, th Avenue 1500 sq. ft $ $ D The Zipper Building, 275 W. 13th Street FTW, TX sq ft $ $ T Air Traffic Control Tower, Wing Way 2,16 sq. ft $ $ T Spinks Jet Building, 450 Alsbury Court 3000 sq. ft $ $ L Maintenance Building # 33, Wildcat Way N sq ft $ $ F Day Labor Center, th Ave. FTW,TX sq. ft $ $ 128 Riverside Community Center, 3700 E Belknap 19,060 sq ft $ $ 129 Diamond Hill Community Center, 1701 NE 36th Street 12,218 sq ft $ $ 130 North Tri-Ethnic Center, 2950 Roosevelt Ave sq. ft $ $ 131 Northside Community Center, 1801 Harrington sq. ft $ $ 132 Andrew Doc Session, 201 Sylvania Ave 6130 sq. ft $ $ 133 Gateway Park, Concession Stand, 4705 E 1st St 3430 sq. ft $ $ 134 *Fort Worth Nature Center, 9601 Fossil Ridge 6000 sq. ft $ $ 135 Hillside Center, 1201 E Maddox sq ft $ $ 136 Sycamore Center, 2525 E Rosedale St sq. ft $ $ 137 Martin Luther King Center, 5565 Truman Dr sq. ft $ $ 138 Handley-Meadowbrook Center, 6201 Beaty sq. ft $ $ 139 Southside Community Center, 959 E Rosedale St sq. ft $ $ 140 Fellowship Corners, 1601 New York 4700 sq. ft $ $ Meadowbrook Golf Course, Snack & Pro Shop, 1815 Jenson 141 Rd 6410 sq. ft $ $ Meadowbrook Golf Course, Maintenance Compound, Jenson Rd 3300 sq. ft $ $ 143 Meadowbrook Golf Course, Cart Barn, 1815 Jenson Rd 3900 sq. ft $ $ Sycamore Creek Golf Course, Snack & Pro Shop, 401 MLK 144 Freeway 1500 sq. ft $ $ Sycamore Creek Golf Course, Mainenance Compound, MLK Freeway 2420 sq. ft $ $ 146 Sycamore Creek Golf Course, Cart Barn, 401 MLK Freeway 1750 sq. ft $ $ South District Operations, 2 story Main Building including 147 basement area, 5201 James Ave 4550 sq. ft $ $ 148 Worth Heights Community Center, 3551 New York Ave sq. ft $ $ 149 Greenbriar Community Center, 5200 Hemphill sq. ft $ $ 150 Highland Hills Community Center, 1600 Glasgow sq. ft $ $ 151 Southwest Community Center, 6300 Welch Ave sq. ft $ $ Pecan Valley Golf Course, Snack & Pro Shop, 6400 Pecan 152 Valley Dr 6074 sq. ft $ $ Pecan Valley Golf Course, Maintenance Compound, Pecan Valley Dr 3300 sq. ft $ $ Pecan Valley Golf Course, Cart Barns (2), 6400 Pecan Valley 154 Dr 5800 sq. ft $ $ 155 Haw's Athletic Center, 600 Congress St sq. ft $ $ 156 RD Evans Community Center, 3200 Lackland Rd sq. ft $ $ 157 Fire Station Community Center, 1601 Lipscomb sq. ft $ $ 158 Thomas Place Community Center, 4237 Lafayette 4648 sq. ft $ $ 159 Como Community Center, 4900 Horne St sq. ft $ $ Botanic Garden - Rock Springs Building, Office Area, Rock Springs Rd 2425 sq. ft $ $ 161 Botanic Garden - Rock Springs Building, Restaurant Area, 3220 Rock Springs Rd 3234 sq. ft $ $ 162 Botanic Garden - Japanese Garden Gift Shop, 3304 Japanese Garden Lane 2500 sq. ft $ $ 163 Botanic Garden - Japanese Garden Ticket House, 3300 Japanese Garden Lane 220 sq. ft $ $ Log Cabin Village, HA Foster Cabin, 2100 Log Cabin Village 164 Ln 2162 sq. ft $ $ Log Cabin Village, WS Pickard Cabin, 2100 Log Cabin Village 165 Ln 672 sq. ft $ $ Bid Opening Date: December 8, 2011

39 Log Cabin Village, Issac Seela Cabin, 2100 Log Cabin Village 166 Ln 270 sq. ft $ $ Log Cabin Village, Issac Parker Cabin, 2100 Log Cabin Village 167 Ln 1035 sq. ft $ $ Log Cabin Village, HH Howard Cabin, 2100 Log Cabin Village 168 Ln 648 sq. ft $ $ 169 Log Cabin Village, Shaw Grist Mill, 2100 Log Cabin Village Ln 270 sq. ft $ $ Log Cabin Village, JB Thompkins Cabin, 2100 Log Cabin 170 Village Ln 540 sq. ft $ $ Log Cabin Village, Blacksmith Shop, 2100 Log Cabin Village 171 Ln 306 sq. ft $ $ 172 Trinity Park Shelter, Intersection W 7th & Trinity Park Dr 2400 sq. ft $ $ Rockwood Golf Course, Snack & Pro Shop, 1851 Jacksboro 173 Highway 2700 sq. ft $ $ Rockwood Golf Course, Maintenance Compound, Jacksboro Highway 2700 sq. ft $ $ 175 Rockwood Golf Course, Cart Barn, 1851 Jacksboro Highway 4875 sq. ft $ $ Z Boaz Golf Course, Maintenance Compound including 176 computer office, 3200 Lackland Rd 2100 sq ft $ $ 177 Z Boaz Golf Course, Cart Barn, 3200 Lackland Rd 3750 sq. ft $ $ 178 Fort Worth Herd Facility, 131 E Exchange # sq. ft $ $ 179 Bradley Center, 2601 Timberline $ $ 180 Mcleland Tennis Center, 1600 W Seminary $ $ *Fort Worth Nature Center, Refuge Service Center, Broadview Dr 4200 sq. ft $ $ 182 Westside Service Center, 7151 Calmont Ave 1421 sq. ft $ $ 183 Marine School House, 2100 Log Cabin Village Ln 600 sq. ft $ $ 184 Botanic Garden - Garden Center, 3220 Botanic Garden Blvd sq. ft $ $ 185 Eugene McCray Community Center, $ $ 186 TPW- Parking Garage A, 311 W 10th St $ $ 187 SW Municipal Court Building, 3741 SW Loop $ $ Botanical Garden - Maintenance Compound, 3222 Old Garden 188 Rd 2400 sq. ft $ $ 189 Botanical Garden - Warehouse, 3500 Linden Rd 7800 sq. ft $ $ Total annual cost for pest control services: $ * By request only Vendor Name: Signature Printed Name Date Bid Opening Date: December 8, 2011

40 Attachment E Business hours vary among sites. Attachment E lists facility, programs at the site, and hours of operation. This list was accurate as of November 1, 2011, it is subject to change without notice. Key words: LNP = After School, Evening & Late Night CU = Comin Up Gang Intervention Program NG = No Gymnasium YS = Athletics Youth Sports Program SC = Senior Citizens, Inc. STAR = Student Training Afterschool Recreation YMCA/CF = YMCA/Camp Fire Grant HOURS PER WEEK WEST DISTRICT Community Center Days Time Hours Como Mon thru Fri 8:00 am -- 9:00 pm 65 LNP 2pm-11 W&Th + 4 hrs Sat 9:00 am -- 6:00 pm 9 pm 3pm- F&Sa + 9 hrs 12am SUB-TOTAL: 74 1pm-10 Su + 8 hrs pm CU 7pm-11 M - F + 4 hrs pm TOTAL ADDITIONAL HOURS: hours TOTAL ALL HOURS: 99 R. D. Evans Mon thru Wed 11:00 am -- 8:00 pm 40 Thur 10:00 am -- 8:00 pm Fri 2:00 pm -- 6:00 pm Sat 9:00 am -- 1:00 pm 5 SCS 10 am-12 pm 2 nd Friday of each month + 2 hrs per month 45 Thomas Place Mon thru Thu 10:00 am -- 7:30 pm 21 NG Fri 3:00 pm -- 6:00 pm 9 Sat 10:00 am -- 2:00 pm Fire Station Mon thru Fri 11:00 am -- 8:00 pm 27 Sat 9:00 am CU 7-11 pm M-F + 20 hrs -- 1:00 pm 13 SUB-TOTAL: 45 TOTAL ADDITIONAL HOURS: TOTAL ALL HOURS: These hours reflect the net additional hours for the auxiliary programs for individuals or organizations offered at the community centers. All centers are also available for rentals during the times the center is not open. Bid Opening Date: December 8, 2011, Page 40 of 46

41 HOURS PER WEEK SOUTH DISTRICT Community Center Days Time Hours Worth Heights Mon thru Fri 8:00 am -- 9:00 pm 65 Sat 9 am 4:00 pm 7 LNP 3-11 pm W&Th + 4 hrs SUB-TOTAL: 72 4 pm- F&Sa + 11 hrs 12am 2-10 pm Su + 8 hrs TOTAL ADDITIONAL HOURS: hours TOTAL ALL HOURS: 95 Greenbriar Mon thru Wed 11:00 pm -- 8:00 pm 9.5 SCS 8 am 3 pm M-F +17 hrs Thu 11:00 am -- 9:00 pm 31.5 Fri 2:00 pm -- 6:00 pm Sat 9:00 am -- 1:00 pm 4 STAR 3 6 pm M-F +3 hrs SUB-TOTAL: hrs TOTAL ADDITIONAL HOURS: 20 TOTAL ALL HOURS: 65 Highland Hills Mon 12:00 pm -- 8:00 pm Tue thur Thu 10:00 am -- 8:00 pm STAR 3 6 pm M-F +3 hrs Fri 3:00 pm 6:00 pm Sat 9:00 am 1:00 pm SUB-TOTAL: TOTAL ADDITIONAL HOURS: TOTAL ALL HOURS: Southwest Mon 8:30 am -- 8:00 pm 11.5 Tue 1:00 pm -- 8:00 pm 8.5 Wed 1:00 pm -- 8:00 pm 8.5 Thu 8:30 am -- 8:00 pm 11.5 Fri 2:00 pm -- 6:00 pm Sat 9:00 am -- 1:00 pm 5 TOTAL HOURS: 45 These hours reflect the net additional hours for the auxiliary programs for individuals or organizations offered at the community centers. All centers are also available for rentals during the times the center is not open. Bid Opening Date: December 8, 2011, Page 41 of 46

42 HOURS PER WEEK NORTH DISTRICT Community Center Days Time Hours Riverside (in Sylvania Park) Mon 1:00 pm -- 10:00 pm 9 Tue thru Thu 9:00 am -- 9:00 pm 36 YS 6-10 pm Th +1 hr SUB-TOTAL: 45 YS 9 am-4 PM Sa +7 hrs Code 8 am-5 pm M-F +17 hrs Compliance TOTAL ADDITIONAL HOURS: 39 Health 8 am-5 pm M-F +0 hrs Sanitarian TOTAL ALL HOURS: 84 Police 2 10 pm M- +11 hrs Storefront Su Contract 9 am-4 pm Sa +7 hrs Instructor STAR 3 pm-6 pm M-F +3 hrs 39 hours Diamond Hill Mon thru Thu 12:30 am -- 8:30 pm 32 CU 8:30pm- M-F + 11hrs Fri 1:00 pm -- 8:00 pm 7 11pm YMCA/CF 3:30pm-7 M-F + 0hrs Sat 12:00 am -- 6:00 pm 6 pm SCS 8 am-3 pm M-F + 20hrs SUB-TOTAL: hours TOTAL ADDITIONAL HOURS: 31 TOTAL ALL HOURS: 76 Mon thru Fri 8:00 am -- 9:00 pm 65 North Tri-Ethnic SCS 8 am-3 pm M-F + 0 hrs Sat 10:00 am -- 3:00 pm 4 TOTAL HOURS: 69 Northside Mon - Tues 8:00 am -- 9:00 pm 26 SCS 8 am-3 pm M-F + 0 hrs Wed - Thurs 8:00 am -- 11:00 pm 30 YS 6-9 pm Tu&Th + 0 hrs Fri Sat 10:00 am -- 2:00 pm 8 LNP 3-11 p.m. W&Th + 4 hrs 3:00pm -- 12:00am 18 4 pm- F&Sa + 11 hrs 12am SUB-TOTAL: 2-10 pm Su + 8 hrs TOTAL ADDITIONAL HOURS: hours TOTAL ALL HOURS: 92 These hours reflect the net additional hours for the auxiliary programs for individuals or organizations offered at the community centers. All centers are also available for rentals during the times the center is not open. Bid Opening Date: December 8, 2011, Page 42 of 46

43 HOURS PER WEEK EAST DISTRICT Community Center Days Time Hours Eugene McCray Mon thu Thu 10:00am -- 8:00pm 40 SCS 10am-2pm M-Th 0+ hrs Sat 9:00am -- 2:00pm 5 NRD 8am 5pm W +2 hrs -- SUB-TOTAL: 45 TOTAL ADDITIONAL HOURS: 2 TOTAL ALL HOURS: 47 Hillside Mon thu Thu 12:00 pm -- 8:00 pm 32 CU 8:30pm- M-F +12½ hrs Fri 9:00 am -- 6:00 pm 9 11pm YS 6-8 pm F + 2 hrs Sat 10:00 am -- 3:00 pm 5 STAR 3 6 pm M-F + 0 hrs SUB-TOTAL: 46 14½ hours TOTAL ADDITIONAL HOURS: 14.5 TOTAL ALL HOURS: 60.5 Sycamore Mon thru Tu 10:00am -- 7:00 pm 18 LNP 3-11 pm W&Th + 0 hrs Wed thru Thu 2:00pm -- 11:00pm 18 4 pm-12am F&Sa + 0 hrs Fri thru Sat 3:00pm -- 12:00 am pm Su + 0 hrs Sunday 2:00pm -- 11:00pm 9 CU 7-11 pm M-F + 8 hrs SUB-TOTAL: 63 YS 6-9 pm F + 0 hrs 9:30am- Sa + 0 hrs TOTAL ADDITIONAL HOURS: 8 3pm 8 hours TOTAL ALL HOURS: 71 MLK Mon thru Fri 8:00 am -- 9:00 pm 65 Sat 9:00 am -- 6:00 pm 9 LNP 3-11 pm W&Th + 4 hrs SUB-TOTAL: 74 4 pm- F&Sa + 10 hrs 12am 2-10 pm Su + 8 hrs TOTAL ADDITIONAL HOURS: hours TOTAL ALL HOURS: 96 Handley-Meadowbrook Mon thru Thu 12:00 pm -- 9:00 pm 36 Fri 1:00 pm -- 5:00 pm 4 YS 6pm-9pm Tu&Th 0 hrs Sat 10:00 am -- 3:00 pm 5 SCS 9am-2pm M-F 0 hrs TOTAL ALL HOURS: 45 TOTAL ADDITIONAL HOURS: 0 TOTAL ALL HOURS: 45 These hours reflect the net additional hours for the auxiliary programs for individuals or organizations offered at the community centers. All centers are also available for rentals during the times the center is not open. Bid Opening Date: December 8, 2011, Page 43 of 46

44 HOURS PER WEEK COMMUNITY SERVICES Community Center Days Time Hours Riverside (on Sylvania Avenue) Mon thru Fri 8:00 am -- 5:00 pm 45 NG Southside Mon & Tue 8:00 am -- 8:00 pm 24 NG Wed, Thu & Fri 8:00 am -- 6:00 pm 30 TOTAL HOURS: 54 HOURS PER WEEK HAWS ATHLETIC CENTER Days Time Hours Haws Mon thru Fri 7:30 am -- 9:00 pm 67.5 Sat 9:00 am -- 5:00 pm 8 TOTAL HOURS: 75.5 Bertha Collins Youth Sports Mon thur Fri 8:00 am -- 5:00 pm TOTAL HOURS: HOURS PER WEEK NATURE CENTER AND REFUGE Days Time Hours Visitors Center Tue thru Sat 9:30 am -- 4:30 pm 35 Sun 12:30 pm -- 4:30 pm 4 TOTAL HOURS: 39 Refuge Access Gates Mon thru Sun 9:00 am -- 5:00 pm HOURS PER WEEK LOG CABIN VILLAGE Days Time Hours Log Cabin Village Tue thru Fri 9:00 am -- 4:00 pm 24 Sat & Sun 1:00 am -- 5:00 pm 4 TOTAL HOURS: 35 HOURS PER WEEK BOTANIC GARDEN CENTER Days Time Hours Botanic Garden Center Mon thru Fri 8:00 am -- 10:00 pm 70 Sat 8:00 am -- 5:00 pm 9 Sun 1:00 pm -- 5:00 pm 4 TOTAL HOURS: 83 Bid Opening Date: December 8, 2011, Page 44 of 46

45 Attachment F - References Please complete and return this form with the bid. The Vendor shall furnish, with the bid, the following information, for at least three (3) recent customers to whom products and/or services have been provided that are similar to those required by this solicitation. ANY NEGATIVE VERIFICATIONS, FAILURE TO VERIFY, OR OTHER PUBLIC INFORMATION MAY RENDER BID NON-AWARDABLE. The City will be the sole judge of references. 1. Company s Name Name of Contact Title of Contact Present Address City, State, Zip Code Telephone Number ( ) Fax Number ( ) 2. Company s Name Name of Contact Title of Contact Present Address City, State, Zip Code Telephone Number ( ) Fax Number ( ) 3. Company s Name Name of Contact Title of Contact Present Address City, State, Zip Code Telephone Number ( ) Fax Number ( ) Bid Opening Date: December 8, 2011, Page 45 of 46

46 NO BID SHEET - INVITATION TO BID NO FOR PEST AND TERMITE CONTROL SERVICES BID OPENING DATE: DECEMBER 8, 2011 Cristina Camarillo, Buyer Purchasing Division Fax No address: [email protected] If your firm has chosen not to submit a bid for this procurement, please complete this form and submit to: City of Fort Worth, Purchasing Division 1000 Throckmorton Street Fort Worth, Texas {or fax to above address} Please check the items that apply: Do not sell the item(s) required. Cannot be competitive. Cannot meet the Specifications highlighted in the attached Bid. Cannot provide Insurance required. Cannot provide Bonding required. Cannot comply with Indemnification requirements. Job too large. Job too small. Do not wish to do business with the City. Other reason. Company Name: Authorized Officer or Agent Signature: Telephone: ( ) FAX Number: ( ) Bid Opening Date: December 8, 2011, Page 46 of 46

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

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

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

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

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

More information

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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ARTICLE 1 PROPOSAL REQUIREMENTS AND CONDITIONS 1.1 Contract Documents The documents that comprise the Contract Documents are set forth in the Agreement and the definition of "Contract

More information

PURCHASE ORDER TERMS AND CONDITIONS

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

More information

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M. CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue

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

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011 GALVESTON COUNTY HEALTH DISTRICT Request For Proposal Health Insurance Broker Services RFP 15-011 INTRODUCTION The Galveston County Health District (GCHD) is requesting Proposals for health insurance broker

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

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

TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM

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

More information

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

How To Write A Contract Between College And Independent Contractor

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

More information

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

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

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

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

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

Subcontractor Insurance & Licensing Requirements Please provide the items below

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

More information

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

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS M. D. ANDERSON CANCER CENTER SERVICE PROVIDER for A PROJECT OF LIMITED SIZE OR SCOPE

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS M. D. ANDERSON CANCER CENTER SERVICE PROVIDER for A PROJECT OF LIMITED SIZE OR SCOPE AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS M. D. ANDERSON CANCER CENTER SERVICE PROVIDER for A PROJECT OF LIMITED SIZE OR SCOPE This Agreement is made as of, 20 (the Effective Date ), by and between: The

More information

REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO

REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO PROPOSAL NUMBER: 13-02 DESCRIPTION: Administration of 401(a) and 457 Plans RECORDING DATE: 2/25/2013 The Board

More information

GENERAL TERMS & CONDITIONS OF QUOTE

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

More information

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

PROPOSAL SPECIFICATIONS. for Integrated Pest Management (IPM) Pest Control Service Contract

PROPOSAL SPECIFICATIONS. for Integrated Pest Management (IPM) Pest Control Service Contract PROPOSAL SPECIFICATIONS for Integrated Pest Management (IPM) Pest Control Service Contract 1. Service to be provided. The Metropolitan Knoxville Airport Authority (MKAA) is seeking a pest control contractor

More information

TABLE OF CONTENTS. Prefacej... 1

TABLE OF CONTENTS. Prefacej... 1 TABLE OF CONTENTS Prefacej... 1 How Can I Receive Copies Of Solicitations?j... 2 Bidder s List... 2 Vendor Registration System... 2 Public Notice/Advertisement... 3 Posting... 3 Internet... 3 Pre-Bid Conferences...

More information

CITY OF CHARLOTTETOWN. REQUEST FOR QUOTATIONS SUPPLY AND INSTALL LIGHTING Municipal Parking Garages

CITY OF CHARLOTTETOWN. REQUEST FOR QUOTATIONS SUPPLY AND INSTALL LIGHTING Municipal Parking Garages CITY OF CHARLOTTETOWN REQUEST FOR QUOTATIONS SUPPLY AND INSTALL LIGHTING Municipal Parking Garages May 2016 PAGE 2 CITY OF CHARLOTTETOWN REQUEST FOR QUOTATIONS SUPPLY AND INSTALL LIGHTING Municipal Parking

More information

Request for Proposal Hewlett Packard Network Switches and Peripherals

Request for Proposal Hewlett Packard Network Switches and Peripherals Request for Proposal Hewlett Packard Network Switches and Peripherals Vernon Public Schools, Connecticut BID # VPS-FY16-003 Inquiries: Robert Sigan Director of Information Technology [email protected]

More information

NEW YORK STATE OFFICE OF GENERAL SERVICES SURPLUS PROPERTY SALE - CABOOSE

NEW YORK STATE OFFICE OF GENERAL SERVICES SURPLUS PROPERTY SALE - CABOOSE NEW YORK STATE OFFICE OF GENERAL SERVICES SURPLUS PROPERTY SALE - CABOOSE Seller s Disclosure/Bidders Acknowledgment of Terms, Conditions, and Other Requirements NYS Surplus Property CABOOSE Buyers are

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

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

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

More information

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m.

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m. Seattle Public Schools Contracting Services 2445 Third Avenue South Seattle, WA 98134 Telephone: (206) 252-0566 Fax: (206) 743-3018 [email protected] REQUEST FOR PROPOSAL NO. RFP09503

More information

WASHINGTON SUBURBAN SANITARY COMMISSION

WASHINGTON SUBURBAN SANITARY COMMISSION APPENDI B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO. 1. INSURANCE REQUIREMENTS A. INSURANCE: The Contractor shall be required to maintain insurance for

More information

SPECIALIZED SEATING AND WINDOW EQUIPMENT FOR MODIFICATION OF PRISONER TRANSPORTATION VANS

SPECIALIZED SEATING AND WINDOW EQUIPMENT FOR MODIFICATION OF PRISONER TRANSPORTATION VANS COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 Inquiry No. RFQ-3279HB DATE: October 9, 2015 Please quote the lowest prices at which you

More information

Schedule Q (Revised 1/5/15)

Schedule Q (Revised 1/5/15) Schedule Q (Revised 1/5/15) CONSTRUCTION CONTRACTOR INSURANCE REQUIREMENTS Section 0.0 Introduction of the Owner-Controlled Insurance Program The City of Oakland (City) has implemented an Owner-Controlled

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

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

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

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control City of Boulder, Colorado Request for Proposals RFQ #74-2012 The City of Boulder is soliciting Statements of Qualification and hourly billing rates from contractors with experience in General Scope of

More information

CITY OF DALLAS. Request for Competitive Sealed Proposal (RFCSP) BUZ1524. For. SCADA Repair, Parts and Support

CITY OF DALLAS. Request for Competitive Sealed Proposal (RFCSP) BUZ1524. For. SCADA Repair, Parts and Support CITY OF DALLAS Request for Competitive Sealed Proposal (RFCSP) BUZ1524 For SCADA Repair, Parts and Support Purpose The purpose of this specification is to establish a thirty-six (36) month service agreement

More information

Robla School District

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

More information

How To Get A Job Done

How To Get A Job Done CUMBERLAND COUNTY COMMUNITY DEVELOPMENT (CCCD) HOUSING REHABILITATION PROGRAM PO DRAWER 1829 707 EXECUTIVE PLACE FAYETTEVILLE, NC 28302-1829 CONTRACTOR QUALIFICATIONS: REHABILITATION CONTRACTOR'S HANDBOOK

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

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

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT PREPARED BY: EXETER FIRE DEPARTMENT 20 COURT STREET EXETER NH 03833 TABLE OF CONTENTS PAGE INVITATION

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

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS MAIL BIDS TO: STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 RFP 14-08 REQUESTING DEPT: PURCHASING TITLE OF RFP: E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC

More information

Insurance & Bonding Requirements. Eastside Trail Extension

Insurance & Bonding Requirements. Eastside Trail Extension Eastside Trail Extension A. Preamble The following requirements apply to all work under the Agreement. Compliance is required by all Bidder/Contractors. To the extent permitted by applicable law, (ABI)

More information

INFORMATION FOR VENDORS CITY OF ALLENTOWN PENNSYLVANIA

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

More information

#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

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

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

More information

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

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

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

More information

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND PHARMACY BENEFITS MANAGER BID PACKAGE All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint

More information

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT Joliet Junior College Request for Proposal INFORMATION SECURITY PENETRATION ASSESSMENT RFP Opening MAY 22, 2013 @ 2:00P.M. Background

More information

Webb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent

Webb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent Webb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent Formal Invitation for Bids (ITB) Bid 2016-93 Annual Contract for Plumbing Repair Due: August 20, 2015 before 2:00p.m. Public Notice

More information

To receive consideration, bids must be submitted in accordance to the following instructions:

To receive consideration, bids must be submitted in accordance to the following instructions: CITY OF COOS BAY Invitation to Bid For On Call Plumbing Services The City of Coos Bay is soliciting bids to contract with up to two qualified licensed plumbing contractors to perform a full range of as

More information

Invitation to Bid (ITB) ITB15000677

Invitation to Bid (ITB) ITB15000677 Invitation to Bid (ITB) ITB15000677 ORACLE EXADATA STORAGE SERVER SUPPORT IDAHO DEPARTMENT OF HEALTH & WELFARE INFORMATION & TECHNOLOGY SERVICES DIVISION Date of Issuance: 05/21/2015 TABLE OF CONTENTS

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

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

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

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

REQUEST FOR LETTER OF INTEREST For Lobbying Services for City Mayor and Council Office CM 14-019QSP

REQUEST FOR LETTER OF INTEREST For Lobbying Services for City Mayor and Council Office CM 14-019QSP CITY OF AVONDALE Finance and Budget Department 11465 W Civic Center Drive, Suite 250 Avondale, AZ 85323-6807 Phone: 623-333-2029 Fax: 623-333-0200 REQUEST FOR LETTER OF INTEREST For for City Mayor and

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

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

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

More information

City of Plano Municipal Center 1520 Avenue K # 370 Plano, TX 75074

City of Plano Municipal Center 1520 Avenue K # 370 Plano, TX 75074 Suppliers Guide This guide is intended to give a brief insight into the City procurement process. The City's basic procurement philosophy is that competitive participation of the business community is

More information

Yale University Request For Proposal (RFP) for Pest Control Operations Yale University Buildings and Properties

Yale University Request For Proposal (RFP) for Pest Control Operations Yale University Buildings and Properties Yale University Request For Proposal (RFP) for Pest Control Operations Yale University Buildings and Properties SECTION 1: Administrative and Contractual Information 1.1 RFP Purpose Yale University (henceforth

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

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

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

More information

To: From: Patricia Baskerville, PCS Email: Email: [email protected] Phone: (000) Date: June 12, 2015 Pages: 10

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

More information

Request for Statements of Qualifications # 27676 for Electric Motor Repair

Request for Statements of Qualifications # 27676 for Electric Motor Repair Request for Statements of Qualifications # 27676 for Electric Motor Repair PURPOSE: The City is requesting Statements of Qualifications (SOQ s) from Qualified and Fully Equipped Electric Motor Repair shops

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

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

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

More information

Town of West New York Hudson County, NJ Notice for R.F.P. (Request for Proposal) Animal Control Shelter Services (2 nd Occasion)

Town of West New York Hudson County, NJ Notice for R.F.P. (Request for Proposal) Animal Control Shelter Services (2 nd Occasion) Town of West New York Hudson County, NJ Notice for R.F.P. (Request for Proposal) Request for Proposals will be received by the Town Clerk of the Town of West New York, in the County of Hudson, New Jersey,

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

TABLE OF CONTENTS. Purchasing and Contracts Division... 1. Purchasing Policies and Procedures... 1. The Competitive Process... 2

TABLE OF CONTENTS. Purchasing and Contracts Division... 1. Purchasing Policies and Procedures... 1. The Competitive Process... 2 TABLE OF CONTENTS Title Page Purchasing and Contracts Division... 1 Purchasing Policies and Procedures... 1 The Competitive Process... 2 Vendor Participation... 2 Vendor Database... 2 Web Site Information...

More information

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office [email protected]

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

COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK 12601 (845) 486-3670

COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK 12601 (845) 486-3670 COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK 12601 (845) 486-3670 The Division of Central Services has developed this

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

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

AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401

AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401 AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401 The Arapahoe Library District (ALD) is seeking competitive proposals from qualified, reliable Vendors to hire a professional audio/visual company.

More information

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

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

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS CAMPUS PLANNING, DESIGN & CONSTRUCTION Sixth Avenue and Grant Street PO Box 172760 Bozeman, Montana 59717-2760 Phone: (406) 994-5413 Fax: (406) 994-5665 INSTRUCTIONS TO BIDDERS 1. Table of Contents Provided

More information

Integrated Pest Management Program Contract Guide Specification - 2005 Revision -

Integrated Pest Management Program Contract Guide Specification - 2005 Revision - Public Buildings Service National Capital Region Integrated Pest Management Program Contract Guide Specification - 2005 Revision - (This Document is Intended for General Guidance Only And Does Not Pertain

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

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

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

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

More information