Office of Contracts Administration Purchasing
|
|
- Doreen Webb
- 8 years ago
- Views:
Transcription
1 I. Purpose A. The purpose of this bid is to provide the City and County of San Francisco Public Utilities Commission Water Quality Division (WQD) with one (1) (System). II. Scope of Work A. The Contractor shall provide and deliver the proposed System as specified under this Bid Proposal. B. Contractor shall provide services for the installation, implementation, testing, training, preventative maintenance, software upgrades, and other technical support as stated under this Bid Proposal. III. General Requirements A. All bid prices must be bid on the City and County of San Francisco s Bid Sheet. B. All attached forms to be completed and submitted with your bid package. Any incomplete bid package may result in the rejection of your bid. C. Bidders shall refer to Bid Sheets, Attachments A and C for additional specifications and requirements. D. Bidder must meet all City, State, and Federal regulatory requirements. IV. Bidder/Manufacturer s Qualifications A. The City may make such investigations, as deemed necessary, prior to award of this contract to determine if bidder meets the qualifications and conditions under which work is to be performed. In order to receive consideration, Bidder must both be a manufacturer or an authorized dealer for the manufacturer; and have sufficient knowledge and experience in the products and services covered by the contract. B. Manufacturer/Bidder must have experience with placing into operation and on-site troubleshooting of the proposed system and must have support staff and technical experts experienced in implementation of the proposed System. C. The proposed System shall have been proven in operation for a minimum of one (1) year (e.g., vendor application laboratory, client laboratory, etc.). Page 1 of 9
2 V. Authorized Dealer If Bidder is not the manufacturer, Bidder must be a manufacturer s direct and certified authorized dealer or distributor. Bidder should provide a copy of written certification as an authorized dealer from the manufacturer (on manufacturer s letterhead) with the bid. VI. References Bidder to provide a minimum of three (3) references of customers, located in the United States, who have purchased and installed the proposed System within the last three (3) years. One of the three references must have had the proposed system in operation for at least one year, and at least one of the three references given should be a government agency. The SFPUC will utilize the references included in the proposals to evaluate the performance, suitability, and reliability of the proposed System. In addition, the SFPUC may make its own independent reference checks with other parties. The references should include names and contact information. Refer to Attachment C. VII. Manufacturing, Material, and Design Practices A. It is intended that the manufacturer, in the selection of components, shall use material and design practices that are the best available in the industry for the type of operating conditions to which the unit will be subjected. All parts, equipment and accessories shall conform in strength, quality of material and workmanship to recognized industry standards. The components and parts that shall be used in the construction and assembly of the instrument shall be of new and current manufacturer. The use of obsolete components and parts shall not be acceptable. B. For bids to be considered, all specifications listed must be of standard design model and not modified for bid purposes. VIII. Manufacturer s Specifications and Standard Equipment A. The System proposed must be equipped with all manufacturers standard equipment, attachments, and accessories. B. All equipment and components listed as standard by the manufacturer for model quoted shall be furnished whether or not such items are detailed herein. Optional equipment necessary to meet the following requirements of these specifications shall also be supplied. C. The specifications stated on this bid should be construed as minimum. Should the manufacturer s latest specifications exceed these specifications, they shall be considered minimum. Page 2 of 9
3 D. Complete manufacturer s specifications, published literature and photos or illustrations of System proposed shall be furnished with this bid. Only new models in current production which are catalogued by the manufacturer and for which printed literature and specifications are available will be accepted. 1. Bidder must note in writing any exceptions, additions, deletions or variations from the specifications as stated with this bid. IX. Material Specifications and Requirements for the System A. Material and technical specifications which are a part of this bid describe equipment, parts, and materials suitable for the City s needs. The proposed System shall include: 1. One (1) including acquisition and data reduction software and computer system to simultaneously run and meet the requirements of EPA Method and EPA Method B. Refer to Technical Specifications, Section X, for technical specifications for the various equipment, parts, materials, and required operating conditions for the proposed System. X. Technical Specifications A. 1. The system must include two (2) dual piston nonmetallic pump capable of flow rates of to 20 ml/min capable of both isocratic and gradient applications. 2. The system must be capable of simultaneous acquisition of two (2) applications. 3. The system must include a 1024-element, one (1) nm resolution, photodiode array detector with a wave-length rage of nm. Baseline drift must be less than 500 µau/h. 4. The system must include a temperature controlled suppressed conductivity detector with a measurement range of 0 to µs/cm with electronic noise < 0.1 ns/cm at 1 µs/cm. 5. The system must include all suppression components and consumables. 6. The system must include automated eluent generation for both isocratic and gradient applications. 7. The system must include automated eluent degassing. 8. The system must include an autosampler. Page 3 of 9
4 9. The autosampler must be capable of automated inline sample filtration down to 0.2 µm with automated filter rinsing between samples. 10. The autosampler must be capable of automated sample/standard dilution. 11. The System must be capable of calibrating hexavalent chromium down to µg/l (parts per billion). 12. The autosampler vials must be commercially available. 13. The system must include the capability to cool/heat column subambient to 80ºC. 14. The system must be configured to supply post column reagent by pump. 15. The system must not require gas supplies. 16. The system must be capable of running both 2mm and 4mm column configurations. 17. The entire system fluid paths must be nonmetallic. 18. The system must include all tubing, reaction coils, reagent bottles, valves, columns and any other consumables to simultaneously produce an Initial Demonstration of Capability as defined in EPA Method and EPA Method The system must include acquisition software. 20. Computer system must contain at least one (1) TB hard drive, one (1) 24 inch high resolution monitor, at least 16 GB RAM, DVD-RW (CD-RW capable), two (2) Ethernet ports, keyboard, and mouse. XI. Demonstration Prior to award, the City and County of San Francisco may require a demonstration of System offered. If requested by the City, a demonstration unit shall be made available prior to award and provided at no additional cost to the City. XII. Submittals A. All bid sheets must be completed and signed. Page 4 of 9
5 B. Two (2) complete sets of manufacturer s original illustrative literature and photographs, operating and maintenance manuals of the proposed System is to be submitted with the bid packet. C. Two (2) complete sets of the manufacturer s list of all available software, compatible to Windows 7 Professional version, for instrument control for the system submitted with the bid packet. Please see Section X, Technical Specifications, for additional information. D. References. Refer to Attachment C. E. A copy of the manufacturer s written warranty is to be submitted with the bid packet. Refer to Section XVI, Warranty, for additional information. XIII. Installation/Implementation/Testing/Training A. The bid shall include all equipment, hardware, services, installation, implementation, testing, and training necessary to ensure full functionality of the unit. B. Installation/Implementation/Testing 1. Contractor shall assemble, install, implement, and test the system. All allowable costs associated with the installation, implementation, testing of the system shall be included in the bid line item cost. Cost should also include contractor s travel and lodging. 2. Contractor shall configure System and acquisition software to simultaneously run EPA Method and EPA Method Contractor shall provide method development for EPA Method and EPA Method Contractor shall provide data collected on the System to satisfy sections 9 and 10 of EPA Method and EPA Method C. Training Training of SFPUC employees will be required on-site at SFPUC facilities as follows: 1. Manufacturer s representative shall train three (3) SFPUC staff with instructions on operation and maintenance of the System and Software. 2. Trainings will be held at the SFPUC-Water Quality Laboratory location at 1000 El Camino Real Millbrae, CA Page 5 of 9
6 XIV. Technical Support A. Bidder must provide manufacturer-certified technical support for one year from the date of installation. Technical support shall include: 1) Telephone support for both hardware and software components between the hours of 8:00am-5:00pm PST, Monday through Friday, except on Holidays (standard business hours). For service calls placed outside of those hours, system engineers must be made available within six (6) hours of re-entry into standard business hours. 2) Remote access to assist, report, and advise from off-site location. 3) Preventative maintenance to be performed a minimum of one time per year for three (3) years after final acceptance. 4) Contractor shall be responsible for operational support and maintenance for all components supplied regardless of whether the Bidder is the actual manufacturer. Bidder is responsible to maintain service support for the entire system, and contacts to resolve service issues from different manufacturers will not be allowed. XV. Final Acceptance A. Final acceptance of the System by SFPUC will occur upon the satisfactory performance of a test for a fully operational and functional system. B. The City will make payments for all products, installation, implementation, testing and training services after Final Acceptance by SFPUC. The City will not make any payments prior to the City s Final Acceptance. XVI. Warranty A. A copy of the warranty policy for the System shall be furnished with the bid. B. The initial warranty period will begin after final acceptance of the System by the City. C. The Successful Bidder shall provide a three (3) year warranty on all parts and labor services, and three (3) annual preventative maintenance services, which will guarantee that all equipment and materials furnished under this bid will meet all contract requirements and are free of defects in equipment, material, or workmanship, and fit for its intended purpose. D. During the warranty period, if any parts or components fail or are defective, Contractor shall repair or replace defective or unsatisfactory parts and equipment. Defective parts Page 6 of 9
7 and complex assemblies are to be replaced at no charge to the City. Contractor is responsible for all costs included but not limited to travel and lodging that arises from the need to replace parts or perform labor services that are covered under warranty. E. If the Successful Bidder is not the manufacturer, upon request, Bidder shall provide a copy of manufacturer s written guarantee, (on manufacturer s letterhead addressed to the City), that the manufacturer s warranty and service will be passed on to the City. Failure to provide this document within five (5) working days from date of written notification may result in the rejection of Bidder s bid. XVII. Award A. Award will be made in the aggregate to the lowest priced, most responsive and responsible bidder. Bidder must bid on all bid line items respective to this bid. In determining the award, will take into consideration, but will not be limited to: 1. Price (evaluated) 2. References 3. Functionality, continuity, and ease of use of computer software for multicomponent system operation, data acquisition and processing, and data evaluation 4. Satisfactory review of bidders' qualifications XVIII. Insurance Prior to award, the successful bidder or bidders will be required to furnish evidence of Insurance as follows: A. Without in any way limiting Contractor s liability pursuant to the Indemnification section of this Agreement, Contractor must maintain in force, during the full term of the Agreement, insurance in the following amounts and coverages: 1. Workers Compensation, in statutory amounts, with Employers Liability Limits not less than $1,000,000 each accident, injury, or illness; and 2. Commercial General Liability Insurance with limits not less than $1,000,000 each occurrence Combined Single Limit for Bodily Injury and Property Damage, including Contractual Liability, Personal Injury, Products and Completed Operations; and Page 7 of 9
8 3. Commercial Automobile Liability Insurance with limits not less than $1,000,000 each occurrence Combined Single Limit for Bodily Injury and Property Damage, including Owned, Non-Owned and Hired auto coverage, as applicable. B. Commercial General Liability and Commercial Automobile Liability Insurance policies must provide the following: 1. Name as Additional Insured the City and County of San Francisco, its Officers, Agents, and Employees. 2. That such policies are primary insurance to any other insurance available to the Additional Insureds, with respect to any claims arising out of this Agreement, and that insurance applies separately to each insured against whom claim is made or suit is brought. C. All policies shall provide thirty (30) days advance written notice to City of reduction or non-renewal of coverages or cancellation of coverages for any reason. Notices shall be sent to the following address: City and County of San Francisco Attn: PUC 525 Golden Gate Avenue, 7th Floor San Francisco, CA D. Should any of the required insurance be provided under a claims-made form, Contractor shall maintain such coverage continuously throughout the term of this Agreement and, without lapse, for a period of three years beyond the expiration of this Agreement, to the effect that, should occurrences during the contract term give rise to claims made after expiration of the Agreement, such claims shall be covered by such claims-made policies. E. Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit or provides that claims investigation or legal defense costs be included in such general annual aggregate limit, such general annual aggregate limit shall be double the occurrence or claims limits specified above. F. Should any required insurance lapse during the term of this Agreement, requests for payments originating after such lapse shall not be processed until the City receives Page 8 of 9
9 satisfactory evidence of reinstated coverage as required by this Agreement, effective as of the lapse date. If insurance is not reinstated, the City may, at its sole option, terminate this Agreement effective on the date of such lapse of insurance. G. Before commencing any operations under this Agreement, Contractor shall furnish to City certificates of insurance and additional insured policy endorsements with insurers with ratings comparable to A-, VIII or higher, that are authorized to do business in the State of California, and that are satisfactory to City, in form evidencing all coverages set forth above. Failure to maintain insurance shall constitute a material breach of this Agreement. H. Approval of the insurance by City shall not relieve or decrease the liability of Contractor hereunder. I. If a subcontractor will be used to complete any portion of this agreement, the Contractor shall ensure that the subcontractor shall provide all necessary insurance and shall name the City and County of San Francisco, its officers, agents and employees and the Contractor listed as additional insureds. XIX. Delivery Delivery/freight charges shall be FOB Destination, Millbrae, CA. Delivery shall be made to the SFPUC location between the hours of 8:00 a.m. and 4:00 p.m. at: City and County of San Francisco San Francisco Water Power Sewer Attn: Natasha Zahedi, Laboratory Manager 1000 El Camino Real Millbrae, CA XXVI. Questions A. Any questions or clarifications concerning the requirements in this bid proposal must be submitted, in writing, and received by the Office of Contract Administration no less than five (5) business days prior to the bid opening date and time. Questions or clarifications should be addressed to: Abby Fard, Purchaser, Office of Contract Administration 525 Golden Gate Ave., San Francisco, CA Phone: , afard@sfwater.org Bidders who fail to do so will waive all further rights to protest based on these specifications and conditions. Page 9 of 9
General Specifications And Requirements For San Francisco Road Mowing Services
General Specifications and Requirements for Mowing & Road-Side Clearing Services For The December 16, 2014 I. General Requirements A. This bid is to provide road mowing services for the San Francisco Public
More informationRequest 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 informationBerkeley Unified School District ROUTING FORM Contract, MOU and Amendment Approval
ROUTING FORM Contract, MOU and Amendment Approval All Independent Contractor Agreement, MOU and Amendment Forms should be routed to Purchasing Department first for tracking. Purchasing will send the documents
More informationStephenson County, Illinois
Stephenson County, Illinois REQUEST FOR PROPOSALS For EXTERIOR CLEANING OF STEPHENSON COUNTY COURTHOUSE Bids Due: Sealed proposals are due and must be received in the Stephenson County Administrator s
More informationPROPOSAL 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 informationREQUEST FOR PROPOSAL # 6530 ROOFING REPAIR SERVICES FOR VARIOUS WASHTENAW COUNTY BUILDINGS
BIDDERS COMPANY NAME REQUEST FOR PROPOSAL # 6530 ROOFING REPAIR SERVICES FOR VARIOUS WASHTENAW COUNTY BUILDINGS Prepared By: Washtenaw County Purchasing Administration Building 220 N. Main, B-35 Ann Arbor,
More informationCity of Kirkland, WA - Contract For Aircraft Industry
City of Kirkland, WA REQUEST FOR QUOTATION LiDAR (Light Distance And Ranging) Data Acquisition Services Job #29-15-IT The City of Kirkland, Washington is soliciting price quotations from qualified and
More informationD3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 007316 INSURANCE REQUIREMENTS
SECTION 007316 INSURANCE REQUIREMENTS PART 1 - INSURANCE REQUIREMENTS 1.01 GENERAL A. Any person, firm or corporation Contractor authorizes to work upon the Property, including any subcontractor, shall
More informationTHE CITY OF KIRKLAND REQUEST FOR PROPOSALS (RFP) Fine Payment Processing by Credit Card Job No. 21-15-KMC
THE CITY OF KIRKLAND REQUEST FOR PROPOSALS (RFP) Fine Payment Processing by Credit Card Job No. 21-15-KMC The City of Kirkland is soliciting proposals from vendors interested in processing credit card
More informationCITY OF BROOKHAVEN INVITATION TO BID NUMBER 15-215 ARMORED CAR SERVICES
CITY OF BROOKHAVEN INVITATION TO BID NUMBER 15-215 ARMORED CAR SERVICES The City of Brookhaven is accepting sealed bids from qualified firms for an Annual Price Agreement for the purchase of Armored Car
More informationKirkland Tourism Program Request for Qualifications Marketing and Public Relations Consultant Job # 45-13-CMO
Kirkland Tourism Program Request for Qualifications Marketing and Public Relations Consultant Job # 45-13-CMO The City of Kirkland Tourism program seeks a marketing and public relations consultant to support
More informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL I NATURE OF PROPOSAL The Town of Davie, acting as lead agency for the Broward Governmental Cooperative Purchasing Group invites qualified firms or individuals to submit a proposal
More informationSANTA BARBARA METROPOLITAN TRANSIT DISTRICT. Invitation for Bids for Architectural & Engineering Services. Addendum Number 1 Issued August 5, 2013
SANTA BARBARA METROPOLITAN TRANSIT DISTRICT Invitation for Bids for Architectural & Engineering Services Addendum Number 1 Issued August 5, 2013 The Santa Barbara Metropolitan Transit District (MTD) herewith
More informationCity of Kirkland. Request for Proposal. Property Management Services City of Kirkland Rental Properties. Job # 56-15-FAC
City of Kirkland Request for Proposal Property Management Services City of Kirkland Rental Properties Job # 56-15-FAC Issue Date: September 17, 2015 Due Date: October 1, 2015 REQUEST FOR PROPOSALS The
More informationOAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP
OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION
More informationSchedule 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 informationAGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and
AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] THIS AGREEMENT is made and entered into this day of, 2014, by and between the City of Yreka, a municipal corporation, hereinafter referred
More informationSPECIALIZED 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 informationINVITATION 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 informationAPPENDIX 6 INDEMNIFICATION, RELEASE AND INSURANCE
APPENDIX 6 1. Indemnification INDEMNIFICATION, RELEASE AND INSURANCE Concessionaire shall promptly indemnify, defend, hold harmless the Fairmount Park Conservancy (the Conservancy ) and the City of Philadelphia
More informationINSURANCE 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 informationNEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016
NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,
More informationSAMPLE 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 informationWASHINGTON 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 informationKALEIDA HEALTH INSURANCE REQUIREMENTS SERVICE PROVIDERS. Bodily Injury and Property Damage Limit occurrence. General Aggregate $2,000,000
1. INSURANCE TO BE MAINTAINED BY VENDOR/SERVICE PROVIDER Prior to providing products/equipment and/or services under this Agreement, Vendor/Service Provider, at its own cost and expense, shall procure
More informationRequest for Proposal. City of Monrovia Case Management, Facilities Management and Work Order Application Replacement
Request for Proposal City of Monrovia Case Management, Facilities Management and Work Order Application Replacement City of Monrovia Information Systems Division January 2, 2014 Responses Due January 27,
More informationHow To Build A Data Backup System In Town Of Trumbull
TOWN OF TRUMBULL, CONNECTICUT GENERAL INSTRUCTIONS TO BIDDERS The Town of Trumbull, Connecticut (hereinafter referred to as Town), through the Office of the Purchasing Agent, will accept sealed bids from
More informationCOUNTY ADMINISTRATOR 220 NORTH MAIN STREET, P.O. BOX 8645 ANN ARBOR, MICHIGAN 48107-8645 (734) 222-6850 FAX (734) 222-6715
COUNTY ADMINISTRATOR 220 NORTH MAIN STREET, P.O. BOX 8645 ANN ARBOR, MICHIGAN 48107-8645 (734) 222-6850 FAX (734) 222-6715 TO: FROM: Andy LaBarre, Chair Ways & Means Committee Verna McDaniel Washtenaw
More informationCITY OF KIRKLAND. REQUEST FOR PROPOSALS Jail Cell Phone Services JOB NO. 28-11-PD
CITY OF KIRKLAND REQUEST FOR PROPOSALS Jail Cell Phone Services JOB NO. 28-11-PD PROJECT SCOPE: The City of Kirkland is accepting proposals from qualified providers of Jail Cell Phone Services in the four
More informationREQUEST FOR PROPOSAL (RFP) AMBULANCE SERVICES TO PROVIDE SERVICE IN THE AREA COVERED BY THE PLEASANT VALLEY AMBULANCE DISTRICT (OCTOBER, 2012)
I. PROJECT INTRODUCTION: REQUEST FOR PROPOSAL (RFP) AMBULANCE SERVICES TO PROVIDE SERVICE IN THE AREA COVERED BY THE PLEASANT VALLEY AMBULANCE DISTRICT (OCTOBER, 2012) The Town of Pleasant Valley, Dutchess
More informationEXHIBIT B. Insurance Requirements for Construction Contracts
EXHIBIT B Insurance Requirements for Construction Contracts Contractor shall procure and maintain for the duration of the contract, and for x years thereafter, insurance against claims for injuries to
More informationCITY 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 informationSTATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office
STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office SERVICES CONTRACT/P. O. # Title: THIS CONTRACT, and amendments and supplements thereto, is
More informationIMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you!
` SUBCONTRACTOR: PHONE PROJECT: LOCATION: Page 1 of 6 SUBCONTRACT (SHORT FORM) JOB NO.: COST CODE: PRICE: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC.
More information-1- -2- -3- -4- -5- INSURANCE REQUIREMENTS FOR DEVELOPER EXTENSION AGREEMENTS 1.1 The developer shall obtain and keep in force during the term of the contract, Commercial General Liability insurance policies
More informationREQUEST FOR QUOTE (RFQ)
REQUEST FOR QUOTE (RFQ) Texas Guaranteed Student Loan Corporation (referred to herein as TG ) is a private, nonprofit corporation that promotes public access to higher education and student success in
More informationInsurance & 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 informationNORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP
NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP Insurance Recommendations for Consultant Contracts For contracts providing professional services by Accountants, Architects, Attorneys, Counselors, Consultants,
More informationCity 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 informationINSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS
INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS Without limiting CONTRACTOR's indemnification of COUNTY, and in the performance of this Contract and until all of its obligations pursuant to this
More informationEXHIBIT K Insurance Requirements
EXHIBIT Insurance Requirements Subject to approval by the City's Risk Manager of the insurers and policy forms, and further subject to HUD's rights under the HUD Documents during the term of the HUD Documents,
More informationINDEPENDENT CONTRACTOR SERVICES AGREEMENT
INDEPENDENT CONTRACTOR SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 2010, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal corporation, whose
More informationREQUEST 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 JBrown@santa-ana.org
More informationEXHIBIT D INSURANCE REQUIREMENTS
A. INSURANCE Before performing any contract work, Contractor shall procure and maintain, during the life of the contract, unless otherwise specified, insurance listed below. The policies of insurance shall
More informationApril 22, 2009 REQUEST FOR PROPOSALS (RFP)
April 22, 2009 REQUEST FOR PROPOSALS (RFP) The New Jersey Schools Development Authority (NJSDA) is seeking proposals to engage a contractor to provide HVAC preventative maintenance and repairs at NJSDA
More informationCHANGE NOTICE NO. 1 to CONTRACT NO. 071B4300130 Between THE STATE OF MICHIGAN and CONTRACT SUMMARY:
Form No. DTMB-3522 (Rev. 4/2012) AUTHORITY: Act 431 of 1984 COMPLETION: Required PENALTY: Contract will not be executed unless form is filed STATE OF MICHIGAN DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET
More informationSAMPLE CONSTRUCTION INSURANCE REQUIREMENTS
SAMPLE CONSTRUCTION INSURANCE REQUIREMENTS A. In General The shall purchase and continuously maintain in full force and effect for the policy periods specified below the insurance policies specified in
More informationMenlo Park City School District 181 Encinal Avenue Atherton, CA 94027
181 Encinal Avenue Atherton, CA 94027 The offers this information to any individual or firm wishing to be added to the District s general construction informal bid list for all trades pursuant to Public
More informationRFQ # 15-008-10 CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE
RFQ # 15-008-10 CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE I. INTRODUCTION Shelby County Government (the County ), is soliciting services of a qualified election management
More informationISLAMORADA, VILLAGE OF ISLANDS FLORIDA. REQUEST FOR QUOTES for NEW HVAC UNITS (RFQ-16-11) May 11, 2016
ISLAMORADA, VILLAGE OF ISLANDS FLORIDA REQUEST FOR QUOTES for NEW HVAC UNITS May 11, 2016 Islamorada, Village of Islands Village Administrative Center 86800 Overseas Highway Islamorada, Florida 33036 ISLAMORADA,
More informationRequest for Proposal. Replacement or Addition of Case Management, Facilities Management, Asset Management and Work Order Applications
Request for Proposal Replacement or Addition of Case Management, Facilities Management, Asset Management and Work Order Applications City of Monrovia Information Systems Division March 5, 2015 Responses
More informationCeres 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 informationExtralegal Truck Permit Insurance Requirements
Extralegal Truck Permit Insurance Before applying for an Extralegal Truck Permit, insurance for the permittee must be on file with SFMTA s Extralegal Truck Permit department. Applicants must submit both
More informationMEMORANDUM OF UNDERSTANDING BETWEEN THE CITY OF WALNUT CREEK AND DIABLO REGIONAL ARTS ASSOCIATION
Attachment MEMORANDUM OF UNDERSTANDING BETWEEN THE CITY OF WALNUT CREEK AND DIABLO REGIONAL ARTS ASSOCIATION I. PARTIES. This Memorandum of Understanding [hereinafter "MOU" or "Agreement"], dated for reference
More informationH. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency.
Insurance Requirements (1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48.
More informationSTANFORD UNIVERSITY SUPPLIER INSURANCE GUIDELINES
Contractor/Consultant shall not commence Services until it has obtained all of the required insurance, set forth below, and such insurance has been approved by University/Owner. Contractor/Consultant shall
More informationRIGHT OF ENTRY RECITALS. A. WHEREAS, CITY owns and operates the Norman Y. Mineta San Jose International Airport ( Airport ); and
RIGHT OF ENTRY This Right of Entry Agreement ( AGREEMENT ) is made this day of, 2015, by and between NAME, [an individual/ a corporation/ a limited liability company/ a partnership] ( ENTRANT ) and the
More informationCONTRACT INSURANCE REQUIREMENTS
CONTRACT INSURANCE REQUIREMENTS Dakota County requires that each Contractor with whom the County negotiates a contract, meet standard insurance requirements. Please review these documents to acquaint yourself
More informationDocument Scanning Services JOB NO. 08-16-PB
City of Kirkland 123 5 th Avenue Kirkland, Washington 98033 REQUEST FOR PROPOSALS (RFP) Document Scanning Services JOB NO. 08-16-PB Release Date January 25, 2016 Proposals shall be accepted until 3:00
More informationMay 29, 2012 Solicitation of quotations
RE CI OFN AL ADMINISTRATIVE CORPORATION JOSEPH P. BORT M ETROCENTER 101 EIGHTH STREET OAKLAND, CA 94607-4700 510/817.5700 TDDITTY 51 W81 7-5769 FAX 510/817.5848 vtetrnxiiitan Transportation (omnitssion
More informationARTICLE 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 informationRequest for Quotation RFQ 591-14 ID Card Printers
Request for Quotation RFQ 591-14 ID Card Printers Due: April 4, 2014 at 2:00PM MOUNTAIN TIME Buyer: Amy Stull Purchasing 802 Grand Avenue astull@coloradomtn.edu COLORADO MOUNTAIN JUNIOR COLLEGE DISTRICT
More informationDepartment 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 informationREQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SUPPORT SERVICES
REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SUPPORT SERVICES The City of Palmer, AK (hereinafter City) is issuing a Request for Proposal (hereinafter RFP) to obtain the services of a qualified firm to
More informationMeeting of Township Board November 1, 2010 7:00 PM A G E N D A
240 S. Route 59 Bartlett, Illinois 60103 Meeting of Township Board November 1, 2010 7:00 PM A G E N D A I. Call to Order II. III. IV. Pledge of Allegiance Roll Call Town Hall (Public Comments) V. Supervisor
More informationSAMPLE RESPONSIBLE OFFICERS.
ON-CALL EMERGENCY SERVICES AGREEMENT CITY OF BELLINGHAM -- The CITY OF BELLINGHAM, first-class municipal corporation of the State of Washington, located at City Hall, 210 Lottie Street, Bellingham, Washington,
More informationINSURANCE REQUIREMENTS FOR VENDORS
INSURANCE REQUIREMENTS FOR VENDORS The Contractor/Vendor shall purchase and maintain for the duration of the contract/work insurance against claims for injuries to persons or damages to property which
More informationHow To Insure Construction Contracts In Northern California Schools Insurance Group
NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP Cover Note to NCSIG Members & Their Architects/Engineers Insurance Recommendations for Construction Contracts Applicable to New Construction & Modernization/Remodeling
More informationThe purpose of this Agreement is to establish the services of Independent Contractor to the University of La Verne on
THIS AGREEMENT is made by and between UNIVERSITY OF LA VERNE ( University ) and. Independent Contractor In consideration of the mutual promises and covenants contained herein, the parties are agreed as
More informationPHILADELPHIA REDEVELOPMENT AUTHORITY ADDENDUM TO OWNER/ARCHITECT AGREEMENT OWNER: ARCHITECT: PROJECT: This Addendum shall amend the Agreement between Architect and Owner executed in connection with certain
More informationDelaware State University
Delaware State University University Area(s) Responsible: Office of Enterprise Risk Management Policy Number & Name: 7-33: Insurance Requirements for Vendors, Contractors and Service Providers Approval
More informationREQUEST FOR PROPOSALS: PROFESSIONAL INSURANCE CONSULTANT SERVICES
TURKISH CONSULATE GENERAL NEW YORK REQUEST FOR PROPOSALS: PROFESSIONAL INSURANCE CONSULTANT SERVICES For the TURKEVI CENTER AT 821 UNITED NATIONS PLAZA NEW YORK CITY, NEW YORK ISSUING DATE FOR REQUEST
More informationEXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY
EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY Revised: February 23, 2008 EXHIBIT C INSURANCE REQUIREMENTS Without limiting Consultant s indemnification, Consultant shall
More informationPHILADELPHIA REDEVELOPMENT AUTHORITY INSURANCE REQUIREMENTS
PHILADELPHIA REDEVELOPMENT AUTHORITY INSURANCE REQUIREMENTS The individual or entity seeking to enter into a contract with the Philadelphia Redevelopment Authority or who is entering into a contract with
More informationAttachment 4: Insurance Requirements
The prospective awardee shall be required to procure, at its sole cost and expense, all insurance required by this Section and, unless otherwise required by this Section, provide proof of the same within
More informationREQUEST FOR INFORMATION TO PROVIDE RESIDENTIAL TREATMENT SERVICES IN A LICENSED MENTAL HEALTH REHABILITATION CENTER
February 10, 2014 REQUEST FOR INFORMATION TO PROVIDE RESIDENTIAL TREATMENT SERVICES IN A LICENSED MENTAL HEALTH REHABILITATION CENTER I. INTRODUCTION The County of Kern, through its Mental Health Department
More informationREQUEST 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 informationREQUISITION & PROPOSAL
DATE: 4/12/12 ORIGINATING DEPT NO. UPON REQUEST NAMES OF ARTICLES, SPECIFICATIONS AND PURPOSE The Alabama State Port Authority McDuffie Terminal will be accepting bids on the following OR APPROVED EQUAL
More informationADDENDUM A1. Subcontractor Insurance Requirements
ADDENDUM A1 Subcontractor Insurance Requirements Certificates and endorsements must be received and approved prior to the start of any work. No payments will be released until all insurance documents are
More informationAGREEMENT 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 informationInsurance Procured by the Contractor The Contractor shall take out, maintain, and pay the premiums on Commercial General Liability Insurance, including but not limited to premises-operations, products-completed
More informationCOUNTY OF BRUNSWICK REQUEST FOR PROPOSALS FOR GRINDING AND SCREENING SERVICES
COUNTY OF BRUNSWICK REQUEST FOR PROPOSALS FOR GRINDING AND SCREENING SERVICES Brunswick County is requesting proposals (RFP) to provide grinding and screening services for yard wastes and land clearing
More informationREQUISITION & PROPOSAL
REQUISITION & PROPOSAL DATE August 21, 2007 McDuffie Island DEPARTMENT ORIGINATING DEPT NO. 99167 TO: Prospective Bidders Please procure the following and DELIVER TO: MOBILE, ALABAMA NAMES OF ARTICLES,
More informationQSP 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 informationSECTION 00 73 16 INSURANCE REQUIREMENTS
SECTION 00 73 16 INSURANCE REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES 1.02 Insurance Requirements 1.02 INSURANCE REQUIREMENTS A. The successful Contractor shall procure and maintain for the duration
More informationAGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER (Small Projects-Construction Costs Generally Under $100,000)
AISD PROJECT NO. PROJECT TITLE AND ADDRESS: AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER (Small Projects-Construction Costs Generally Under $100,000) This Agreement ( Agreement ) is made as of the day
More informationRequest for Qualifications (RFQ)
Request for Qualifications (RFQ) East Central College is seeking qualifications for architectural and engineering services required to support the development of a campus wide master plan, as well as architectural
More informationGENERAL 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 informationLAS VEGAS VALLEY WATER DISTRICT
LAS VEGAS VALLEY WATER DISTRICT INSURANCE/INDEMNITY REQUIREMENTS TO PROVIDE PROFESSIONAL SERVICES Contacts Under $25,000 Page 2 Contracts over $25,000 and under $100,000. Page 3 Contacts Over $100,000
More informationAPPENDIX B INSURANCE & BONDING REQUIREMENTS FC-5801
APPENDIX B INSURANCE & BONDING REQUIREMENTS ARCHITECTURAL AND ENGINEERING DESIGN SERVICES AT HARTSFIELD- JACKSON ATLANTA A. Preamble The following requirements apply to all work under the agreement. Compliance
More informationInvitation 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 informationCanterbury Park Pool Chamber Replacement
Requirement Request For Quotation To provide services, equipment and materials to replace the Concrete Pool Service & Drainage vault at the Canterbury Park Pool located at 2185 Arch Street, Ottawa, ON
More informationExhibit 1 to Part 3 Project-Specific Terms
Exhibit 1 to Part 3 Project-Specific Terms (Date of Standard Exhibit 1 to Part 3: May 2014) Part 3 (2013 Lump Sum Agreement Between Department and Design-Builder), Part 4 (2013 General Conditions of Contract
More informationAttachment 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 informationFY 2016-2017 Licensed Timber Operators & Tree Service Contractors
TUOLUMNE COUNTY ADMINISTRATOR S OFFICE Request for Qualifications (RFQ) AMENDED MAY 2, 2016 SPECIFICATIONS, TERMS, & CONDITIONS For: FY 2016-2017 Licensed Timber Operators & Tree Service Contractors RFQ
More informationSAMPLE VERBIAGE OF SUBCONTRACT AGREEMENT INSURANCE REQUIREMENTS (PLEASE REFER TO YOUR STRUCTURE HOME SUBCONTRACT AGREEMENT)
SAMPLE VERBIAGE OF SUBCONTRACT AGREEMENT INSURANCE REQUIREMENTS (PLEASE REFER TO YOUR STRUCTURE HOME SUBCONTRACT AGREEMENT) INSURANCE REQUIREMENTS A. COVERAGE: Subcontractor and its subcontractors and
More informationCALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE
CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE The following are excerpts from Caltrans 2010Standard Specifications. Specifications are subject to change so refer to the project
More informationGENERAL INSTRUCTIONS AND REQUIREMENTS
CHICAGO TRANSIT AUTHORITY INSURANCE AND BOND REQUIREMENTS [FOR CONSTRUCTION RELATED CONTRACTS rev. 12/04/02] REQUISITION NUMBER: SPECIFICATION NUMBER CTA: PART I. GENERAL INSTRUCTIONS AND REQUIREMENTS
More informationCastaic Lake Water Agency Storage Area Network Expansion. Request for Proposal. July 2012
Castaic Lake Water Agency Castaic Lake Water Agency Storage Area Network Expansion Request for Proposal July 2012 Questions due by 5:00 p.m., Wednesday, July 18, 2012. Proposals will be received until
More informationMASTER AGREEMENT Enterprise Rent-A-Car and National Car Rental Master Agreement No: 9950 (hereinafter Contractor ) And
Page 1 of 5 1. Scope: This addendum covers the led by the State of Oregon for use by state agencies and other entities located in the Participating State/Entity authorized by that state s statutes to utilize
More information