REQUEST FOR QUOTE Virtual Desktop and Monitor
|
|
|
- Alexis Marsh
- 9 years ago
- Views:
Transcription
1 SUBURBAN MOBILITY AUTHORITY for REGIONAL TRANSPORTATION REQUEST FOR QUOTE Virtual Desktop and Monitor Prepared by: SMART Procurement Department-Buhl Building 535 Griswold Street, Suite 600 Detroit, MI Return to Attention of: Lola M. Clark Senior Purchases Agent 535 Griswold Street, Suite 600 Detroit, MI RFQ Control Number: RFQ Due Date: 3:00 PM Eastern Time, January 19, 2015 VENDOR NAME: REPRESENTATIVE NAME: STREET ADDRESS: _ CITY, STATE, ZIP: PHONE: FAX
2 TABLE OF CONTENTS 1.00 INTRODUCTION AND STATEMENT OF WORK INTRODUCTION AND SMART CONTACT INFORMATION SCOPE OF WORK/TECHNICAL SPECIFICATIONS AND OBJECTIVE SOLICITATION PROCEDURES SOLICITATION SCHEDULE PRE-QUOTE CONFERENCE OFFEROR COMMUNICATIONS REQUEST FOR APPROVED EQUALS ADDENDA TO THE RFQ QUOTE CONTENT REQUIREMENTS AND QUOTE SUBMISSION MODIFICATION OR WITHDRAWAL OF QUOTES QUOTE EVALUATION QUALIFICATION REQUIREMENTS DETERMINATION OF LOW OFFER NOTICE OF INTENT TO AWARD, AND CONTRACT AWARD PROTESTS REQUIRED FORMS AND SUBMISSIONS PRICING SCHEDULE ACKNOWLEDGEMENT OF ADDENDA OFFER AND AWARD... ERROR! BOOKMARK NOT DEFINED REQUEST FOR APPROVED EQUALS EEO / AFFIRMATIVE ACTION COMPLIANCE DEBARMENT AND SUSPENSION CERTIFICATION CONFLICT OF INTEREST CERTIFICATION DAVIS BACON ACT / MICHIGAN PREVAILING WAGE ACT DRUG AND ALCOHOL TESTING PROGRAM RFQ CHECKLIST GENERAL CONTRACTUAL PROVISIONS CONTRACT, CONTRACT DOCUMENTS, AND CONFLICTS AMENDMENTS CHANGE ORDERS RFQ AND RFQ OMISSIONS GOVERNING LAW AND PARTIES; VENUE AND DISPUTES COMPLIANCE WITH LAW NONDISCRIMINATION PRICE ADJUSTMENT FOR REGULATORY CHANGES PAYMENT AND RETAINAGE CANCELLATION OF PROCUREMENT INDEMNIFICATION RECORDS TERMINATION FOR CONVENIENCE TERMINATION FOR DEFAULT SMART S RIGHT TO DO WORK CONFIDENTIALITY OF BIDS SUCCESSION, ASSIGNMENT, AND SUBCONTRACTING i
3 TABLE OF CONTENTS 4.18 SURVIVABILITY AND SEVERABILITY WAIVER INCORPORATION OF RFQ DOCUMENT WARRANTY REQUIRED SUBMISSIONS FOR SELECTED VENDOR(S) AFTER NOTICE OF INTENT TO AWARD ii
4 1.00 INTRODUCTION AND STATEMENT OF WORK 1.01 Introduction and SMART Contact Information This Request for Quote (RFQ) is being solicited by the Suburban Mobility Authority for Regional Transportation (SMART), a public transportation authority in southeast Michigan that serves more than 10 million passengers annually. Request for Quote (RFQ) Title: Virtual Desktop and Monitor RFQ Control Number: Date Advertised: N/A Date Issued: January 8, 2015 Due Date, Time, and Location: January 19, 2015 at 3:00 PM Eastern Time Procurement Department 535 Griswold St., Suite 600, Detroit, MI Purchasing Agent: Lola M. Clark Address: [email protected] Telephone Number: (313) Procurement Manager: Project Manager: Charles F. Couwlier Melvin Evans 1.02 Scope of Work/Technical Specifications and Objective Virtual Desktop and Monitor Catalog Number / Description Product Code Qty SKU Id Chassis Options: 7290-Z90D7-16G FLASH/4G RAM - Dual Core Z90D4G 1 [329-BCBP][389- BEBE][800- BBFF] 116 Operating System: Microsoft Windows Embedded Standard 7 OSENG 1 [619-AEYY][619- AFEN] 11 Keyboard: US English (QWERTY) Dell KB212-B QuietKey USB Keyboard Black USKBYD 1 [580-ABLE] 4 Mouse: Dell MS111 USB Optical Mouse USBSIB 1 [570-AAAE] 12 DVI/VGA Adapter: DVI-I port. DVI to VGA (DB-15) adapter DVIVGA 1 [492-BBKU] 106 Stand: Vertical Stand STANDV 1 [575-BBCN] 558 Z90D7: Wyse Thin Client Desktop 7290 Z90D7, CTO WZ90D7 1 [210-ACKR] 1 Powercord: System Power Cord (English) USPWC 1 [450-ACSP] 207 1
5 TABLE OF CONTENTS Shipping: Shipping Material for System with Keyboard SHWKB 1 [328-BBKC][340- AINJ][387-BBFN] 465 Power Supply: 65W AC Adapter PS65W 1 [450-ACTL] 1015 UPC Label: NO UPC LABEL NOLBL 1 [389-BCGW] 292 Documentation: Safety/Environment and Regulatory Guide (English) TSENG 1 [340-AMQJ] 21 FGA Module: No FGA NOFGA 1 [817-BBBB] 572 Tech Sheet (English) ENGDOC 1 [340-AMQC] 60 Hardware Support Services: 3 Year, Return For Repair/Customer Pays Freight S3YCPF 1 [ ][ ][ ] [ ] 29 2
6 2.00 SOLICITATION PROCEDURES 2.01 Solicitation Schedule Pre-Quote Conference (if applicable) (Section 2.02): N/A Requests for Approved Equals (Section 2.04): 1/13/15 Bid Due Date, Time and Public Opening (Section 1.01): 2.02 Pre-Quote Conference 3:00 PM, ET January 19, 2015 A Pre-Quote Conference (including a site visit if applicable) will be held on the above date and time at. The project will be discussed at the meeting; however, no statements understood to be modifications to the RFQ are valid or binding unless issued as addenda. Attendance is encouraged, but is not mandatory. A Pre-Quote Conference will not be held. A Site Visit can be scheduled by contacting the Project Manager, at. The Project Manager or designee is not authorized to discuss specifics of the RFQ. Any representations made during the site visit are not binding on SMART, and should not be used in the preparation of the RFQ response. No addenda will be issued as a result of this site visit. Separate site visits will not be held if there is a scheduled Pre-Quote conference Offeror Communications During the solicitation process, all forms of contact and correspondence in regard to any aspect of this solicitation shall only be with the Purchasing Agent identified in Section Further, this Offer must be made based upon an independent price determination, and Offeror shall not have communications with others for the purpose of restricting competition. Any alleged breach of this Section may, at SMART s sole discretion, result in the rejection of the breaching Offeror s Bid Request for Approved Equals Whenever brand, manufacturer, or product names are used, they are included for the purpose of establishing a description of the item. This inclusion is not advocating or prescribing the use of a particular brand, item, or product. Whenever such names appear, request for approved equal substitutions will be considered. Vendor's request for approved equals shall include all aspects of product which would document the products salient features. Requests for substitutions, information, clarification, or questions must be submitted by the date and time listed in Section 2.01, Solicitation Schedule. For every approved equal requested, the bidder shall demonstrate the quality of its product to SMART and shall furnish sufficient technical data, test results, or other information that SMART shall require, enabling SMART to determine whether the bidder's product is or is not equal to that specified Addenda to the RFQ SMART reserves the right to amend the RFQ at any time prior to the Quote Due Date. Any such amendments will be issued as addenda to the RFQ, and will become part of the RFQ. Addenda will be posted exclusively on the MITN website, All Offerors shall acknowledge the receipt of all addenda in their Quote. Failure to do so may result in the rejection of an Offeror s Quote, at SMART s sole discretion. 3
7 SOLICITATION PROCEDURES 2.06 Quote Content Requirements And Quote Submission Offerors must precisely follow all of the instructions of the RFQ. All Quotes must include the entire RFQ document. Failure to conform to all requirements may result, at SMART s sole discretion, in rejection of an Offeror s Quote. Each package shall contain one (1) original, signed document Modification or Withdrawal of Quotes A modification of a quote already received will be accepted by SMART only if the modification is received prior to the quote Due Date, is requested by SMART, or is made in response to a request for revised quote. All modifications shall be made in writing and executed and submitted in the same form and manner as the original quotes. An offeror may withdraw a quote prior to the quote Due Date by submitting to SMART a written request for withdrawal executed by the offeror s authorized representative. The withdrawal of a quote does not prejudice the right of an offeror to submit another quote within the time set for receipt of quotes Quote Evaluation Quotes will be evaluated and selected using the criterion and processes explained herein. In addition to disqualifying proposers and/or Quotes based upon this process, SMART may, in its sole discretion, reject any or all Quotes or offerors for any reason. Additionally, offerors are hereby on notice that the lowest dollar cost bidder may not always be awarded a contract. Any and all Deviations, Clarifications, reservations, and additional or contradictory terms included in a quote may result in its rejection, at SMART s sole discretion. Further, SMART reserves the right to waive minor defects or irregularities in any Quote Qualification Requirements Bids are first evaluated, as a threshold requirement to conduct business with SMART, to determine the responsibility of Offerors. If it is found that an offeror does not meet these requirements, that offeror is deemed non-responsible and their Bid will be excluded from consideration for Bid award. This determination is made in the sole discretion of SMART. Responsibility requirements are as follows: A. Sufficient financial strength and resources and capability to finance the work to be performed and complete the contract in a satisfactory manner as measured by one of the following: 1. Offeror's financial statements prepared in accordance with United States Generally Accepted Accounting Principles (GAAP) and audited or reviewed by an independent certified public accountant authorized to practice in the jurisdiction of either SMART or the offeror. If offeror does not have audited or reviewed financial statements, offeror may provide complete copies of the prior two year s signed federal tax returns. 2. Ability to secure required bond(s), if required under the bonding requirements described herein. 3. Willingness of any parent company to provide the required financial guaranty evidenced by a letter of commitment signed by an officer of the parent company having the authority to execute the parent company guaranty. Such letter of commitment must be accompanied by the parent company s financial statements prepared in accordance 4
8 SOLICITATION PROCEDURES with United States Generally Accepted Accounting Principles (GAAP) and audited or reviewed by an independent certified public accountant. 4. Ability to obtain required insurance with coverage values that meet minimum requirements evidenced by a letter from an underwriter confirming that the offeror can be insured for the required amount. It should be noted that this information is requested for internal evaluation purposes only, and like any other information which forms part of a proposer's submission, it will be held in strict confidence. However, once a proposer is selected, some or all the information submitted may be subject to the Freedom of Information Act, unless it qualifies as an exemption. If you would like anything kept confidential, please mark the materials as such. Those materials will be returned to any proposers not selected. The materials of the selected vendor must be kept on file with SMART as part of the contract, however, in the event of a FOIA request, SMART will promptly notify the vendor and allow it the opportunity to seek judicial relief. B. Evidence that the human and physical resources of the Offeror are sufficient to perform the Contract as specified and assure delivery of all equipment and/ or services within the time specified in the Contract. Examples of ways to demonstrate this are as follows: 1. Evidence of sufficient personnel staffing levels with sufficient skills, training, expertise, to complete the Contract as required and satisfy any circumstances that may arise during the Contract; 2. Evidence of sufficient equipment to complete the Contract as required and satisfy any circumstances that may arise during the Contract. C. Evidence of satisfactory performance and integrity on past and current contracts. Examples of ways to demonstrate this are as follows: 1. References from past and current clients; 2. Awards and accolades based upon similar past and current projects; 3. Prior contractual successes with SMART. D. Compliance with all Equal Employment Opportunity laws and regulations. This may only be evidenced by proper completion of Form 3.05, EEO / Affirmative Action Compliance Determination of Low Offer If a Quote has been determined to meet all Qualification Requirements set forth in Section 2.09, conforms to the Scope of Work set forth in Article 1.00, and is not otherwise rejected pursuant to RFQ terms, it is then evaluated based upon pricing. Based upon the terms, conditions, and limitations set forth within the RFQ, the lowest priced conforming bid from an eligible Offeror will be the selected quote. If the RFQ is for multiple line items, SMART reserves the right to award contracts for individual line items if it is in the best interest of SMART to do so Notice of Intent to Award, and Contract Award Once SMART has determined the Offeror to which it intends to award the Contract, a Notice of Intent to Award letter will be sent to that Offeror requesting all Required Submissions, which are listed in Section 5.00, Required Submissions for Selected Vendor(s) After Notice of Intent to Award. Failure to submit satisfactory documents within ten (10) business days may result, at 5
9 SOLICITATION PROCEDURES SMART s sole discretion, in the contract being awarded to an alternative offeror. These documents must be accepted prior to initiation of work under the Contract. The Notice of Intent to Award does not bind SMART, and is not an acceptance of the Offer. The acceptance of an Offer for award, if made, shall be evidenced only by a fully executed Offer and Award Form, Form 3.03, delivered in person, by mail, or electronically to the Offeror whose Offer is accepted. No other act by SMART shall evidence acceptance of an Offer. Such notice shall obligate said Offeror to commence performance under the Contract Protests Interested parties, as defined by FTA Circular F, that believe they have been aggrieved by a solicitation or the award of any resulting contract may file a written notice of protest with the General Manager of SMART. This must be via certified mail, with a copy served upon SMART s General Counsel in the same manner. The General Manager or their designee shall review and determine the merits of any such protest. The General Manager may, at their sole discretion, schedule a hearing on the protest and/or receive evidence or legal argument from any interested party, but shall not be bound by the rules of evidence nor formal procedure. The General Manager shall issue their conclusion to the protesting party in writing via certified mail, and shall also advise the SMART Board of Directors. Protests addressing the adequacy of the solicitation process, and all solicitation documents, must be received by the General Manager no later than five (5) business days before the Quote Due Date (See Section 1.01). Notice of protest of the award of a solicitation must be received by the General Manager no more than five (5) business days after the SMART Board of Directors has authorized the General Manager to award a contract for that solicitation. Failure to adhere to these time limitations will result in the protested issue(s) being waived by all parties. All determinations made by the General Manager are final. Review of protests and the disposition thereof filed with the FTA are governed by FTA Circular F, as amended. All protests shall be made in accordance with any and all applicable laws, regulations and ordinances. 6
10 3.00 REQUIRED FORMS AND SUBMISSIONS Forms must be completed and included in the Offeror s Response to the RFQ, even though some may not seem to apply to this solicitation. Failure to complete any of these forms may result, at SMART s sole discretion, in the rejection of that Quote. Article 5.00, Required Submissions for Selected Vendor after Notice of Intent to Award, details all submissions the successful Offeror must produce before being awarded the Contract. When SMART has chosen an Offeror to which it intends to award the Contract, a Notice of Intent to Award letter, see Section 2.11, will be sent to the recommended vendor and will require all submissions prior to the award of the Contract. 7
11 3.01 Pricing Schedule The Offeror hereby offers to furnish to SMART all goods and/or services at the prices as proposed below, pursuant to all requirements, terms, and conditions as stated in the RFQ and response. Rates provided must be inclusive of all costs and fees, including but not limited to those fees imposed by Federal, state, and local governments. No additional fees will be accepted NAME OF OFFEROR: Descripton Wyse Terminal Wyse 7290-Z90D7 or Approved Equal QTY PRICE EXTENSION 20 Dell Monitor Dell UltraSharp 24 PremierColor monitor-u2413 or 20 Approved Equal Cost of Delivery (if not included in price) 1 # of Days to be Delivered Total 8
12 3.02 Acknowledgement of Addenda Addenda are published on the Michigan Intergovernmental Trade Network website, Failure to acknowledge all addenda may result in rejection of any such Quote, at SMART s sole discretion. The Offeror acknowledges receipt of the following addenda. If the RFQ did not have any addenda, please submit this form filled out as NOT APPLICABLE. Addendum Number, Dated Addendum Number, Dated Addendum Number, Dated Addendum Number, Dated Name of Offeror: Signature Of Offeror s Authorized Official: Name And Title of Offeror s Authorized Official: 9
13 3.03 Offer and Award By executing below, the Offeror hereby offers to furnish equipment and services as proposed, pursuant to all requirements, terms, and conditions as stated in the IFB and response, and incorporated in SMART s Invitation For Bid No Offeror stipulates that all terms of the Contract are negotiated, and that the consideration for this Contract is real and not merely a recital. This Contract is valid and enforceable with electronic, facsimile, and mechanically reproduced signatures, and if separately countersigned. This Offer shall remain open and valid for 120 days from the Bid Due Date. Offer: Company Name: Street Address: City, State, Zip: Legal Entity (Select One): State of Incorporation: Tax ID Number: Name of Authorized Official: Signature of Offeror s Authorized Official: Title of Offeror s Authorized Official: Date: Individual / Sole Proprietor C Corporation S Corporation Partnership Trust / Estate Limited Liability Company By executing below, SMART accepts the Offer as indicated above. Award: Name and Title of SMART Official Signature Date 10
14 3.04 Request for Approved Equals This form must be used to request an approval of items equal to items with specified brand names. This form must be submitted by the Request for Approved Equal Deadline, noted in Section Each request must be submitted on a separate form. Multiple requests on the same form will not be answered. Attach additional pages if necessary. If Offeror has no Requests for Clarification, please submit this form filled out as NOT APPLICABLE. RFQ Control Number: Request Number: Request for Approved Equal Regarding RFQ Section: Approved Equal: Reason/Rationale for Request: NAME OF OFFEROR: SMART Response: 11
15 3.05 EEO / Affirmative Action Compliance SMART only conducts business with Offerors who are Equal Opportunity Employers. Offerors must complete this form regarding compliance. Offerors must comply with SMART s nondiscrimination requirements as set forth in Section 4.07, Nondiscrimination. Additionally, certain contractors that are awardees of federally-funded contracts are required to file affirmative action plans with government agencies as set forth in Executive Order and its implementing regulations, 41 C.F.R. Chapter 60. To assist SMART in determining whether Offeror is required to have such a plan on file, please answer the following questions: 1. Does Offeror employ over fifty (50) employees? Yes No 2. Has Offeror completed in excess of $1,000,000 in federally-funded contracts in the past year? Yes No If Offeror answered Yes to both questions, please answer the following question: 1. Which government agency currently has Offeror s Affirmative Action Plan on file: Offeror hereby affirms compliance with all Equal Employment and applicable Affirmative Action requirements as required by law and as set forth herein. Name of Offeror: Signature of Offeror s Authorized Official: Name and Title of Offeror s Authorized Official: Date: Should you have any questions or concerns regarding the completion of this form, or compliance provisions set forth herein, please contact: Austin Colson, EEO/ DBE / D&A Compliance Coordinator SMART Buhl Building, Suite Griswold Detroit, MI Phone: (313) Fax: (248) [email protected] 12
16 REQUIRED FORMS 3.06 Debarment and Suspension Certification Certification of Primary Participation Regarding Debarment, Suspension and Other Responsibility Matters The Primary Participant (applicant for a FTA grant, or potential contractor for a major third party contract), certifies to the best of its knowledge and belief that it and its principals: 1. This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is required to verify that none of the contractor, its principals, as defined at 49 CFR , or affiliates, as defined at 49 CFR , are excluded or disqualified as defined at 49 CFR and Have not within a three year period preceding this bid been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state or local) transaction or contract under a public transaction, violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; 3. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state or local) with commission of any of the offenses enumerated in Paragraph two (2) of this certification; and 4. Have not within a three year period preceding this bid had one or more public transactions (federal, state or local) terminated for cause or default. If the Primary Participant (applicant for a FTA grant or potential third party contractor) is unable to certify to any of the statements in this certification, the participant shall attach an explanation to this certification. The certification in this clause is a material representation of fact relied upon by SMART. If it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to SMART, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Signature of Offeror s Authorized Official: Name and Title of Offeror s Authorized Official: Date: 13
17 REQUIRED FORMS Conflict of Interest Certification 3.07 Conflict of Interest Certification No employee, officer or member of the Board of Directors of SMART shall solicit or be a party, directly or indirectly, to any contract between him/herself and any firm of which he/she is a partner, member or employee. Kinship shall extend to all parents, children, grandparents, grandchildren, uncles, aunts, first cousins, nephews or nieces whether related by marriage or blood. The contractor shall indicate below the names and kinship between the officers and/or principal beneficiaries of the firm quoting on this solicitation and any SMART employee, officer or board member who may exercise any discretion over the letting, evaluating, awarding or administering of this solicitation and resulting contract: PLEASE INDICATE ANY RELATIONSHIPS BELOW. IF NONE EXIST, please submit this form filled out as NONE EXIST. Name Kinship Name of Offeror: Signature of Offeror s Authorized Official: Name and Title of Offeror s Authorized Official: Date: 14
18 REQUIRED FORMS 3.08 Davis Bacon Act / Michigan Prevailing Wage Act The Contractor certifies compliance with the requirements of 49 U.S.C. 5333(a), the Davis-Bacon Act, 40 U.S.C. 276a through 276a(7), and implementing U.S. DOL regulations, Labor Standards Provisions Applicable to Contracts Governing Federally Financed and Assisted Construction (also Labor Standards Provisions Applicable to Non-construction Contracts Subject to the Contract Work Hours and Safety Standards Act), 29 C.F.R. Part 5, and Michigan Prevailing Wages on State Projects Act, M.C.L.A et. seq., in the performance of this Contract. Contractor agrees to pay employees performing work pursuant to the Contract at a rate not less than the minimum wages specified in the applicable wage determination issued by the U.S. Secretary of Labor, and to pay said wages not less frequently than once a week. Contractor agrees to submit certified payrolls, on the U.S. Department of Labor Payroll Form WH347, for this project. This form can be found at Each submission shall have the applicable wage determination attached thereto. SMART will not process invoices that are not in compliance with this Section or these regulations. SMART s failure to process improperly submitted invoices as set forth herein does not relieve Contractor from payment due to subcontractors pursuant to the terms of Contract Section 4.09, Payment. Certified payrolls (with the applicable wage determination attached) shall be sent with each invoice to: SMART Governmental Accounting 535 Griswold Street, Suite 600 Detroit, MI Offeror hereby certifies compliance with wage regulations and invoice submission requirements as set forth in this Section. Name of Offeror: Signature of Offeror s Authorized Official: Name and Title of Offeror s Authorized Official: Date: _ 15
19 REQUIRED FORMS 3.09 Drug and Alcohol Testing Program The services under this contract are subject to the FTA s Safety Sensitive / Drug and Alcohol Testing Program, 49 C.F.R. Parts 653 and 654. Offerors (and their subcontractors for the Contract) are required to have a drug and alcohol testing program for these employees. Safety sensitive employees are employees that perform the following functions: Operating a revenue service vehicle, including when not in revenue service Operating a non-revenue vehicle when required to be operated by a holder of a Commercial Driver s License (CDL) Controlling dispatch or movement of a revenue service vehicle Maintaining (including repairs, overhaul and refurbishing) of components used in a revenue service vehicle or equipment used in revenue service Offeror hereby affirms that it has a drug and alcohol testing program as required by law and as set forth herein. Name of Offeror: Signature of Offeror s Authorized Official: Name and Title of Offeror s Authorized Official: Date: Should you have any questions or concerns regarding the completion of this form, or compliance provisions set forth herein, please contact: Austin Colson, EEO/ DBE / D&A Compliance Coordinator SMART Buhl Building, Suite Griswold Detroit, MI Phone: (313) Fax: (248) [email protected] 16
20 REQUIRED FORMS 3.10 RFQ Checklist To be considered in the evaluation of this contract, bidders are required to submit all requested information (unless the section is marked omitted by choice ), sign all forms, and return the entire RFQ document. Your quote must include: All pages of the RFQ document Financial Statements as set forth in Section 2.09(a) Evidence of human and physical resources as set forth in Section 2.09(b) Evidence of satisfactory performance and integrity on past and current contracts as set forth in Section 2.09(c) Pricing Form (Form 3.01) Acknowledgment of Addenda (Form 3.02) Offer and Award Form (Form 3.03) Request for Approved Equals Form (Form 3.04) EEO / Affirmative Action Compliance Form (Form 3.05) Debarment and Suspension Certification (Form 3.06) Conflict of Interest Certification (Form 3.07) Davis Bacon Act / Michigan Prevailing Wage Act Form (Form 3.08) Omitted by Choice Drug and Alcohol Testing Program Form (Form 3.09) Omitted by Choice Offeror hereby affirms that all required information has been included as set forth herein. Name of Offeror: Signature of Offeror s Authorized Official: Name and Title of Offeror s Authorized Official: Date: 17
21 4.00 GENERAL CONTRACTUAL PROVISIONS This Article contains terms and conditions of the Contract Contract, Contract Documents, and Conflicts The documents (including portions of the RFQ), and materials incorporated therein, listed below constitute the complete contract (referred to throughout the solicitation as the Contract ) between SMART and the Offeror. This Contract contains the entire agreement of the parties, and supersedes all prior negotiations, agreements, conversations, communications, and any other understandings with respect hereto. The Contract consists of: 1. Amendments, if applicable 2. Best and Final Offer, if applicable 3. Addenda, if applicable 4. Introduction and Statement of Work (Article 1.0) 5. General Contractual Provisions (Article 4.0) 6. All other Articles and Sections of the RFQ, as issued 7. Offeror Quote All requirements and duties of the Contract issued by SMART are independent and shall augment any other similar requirements and duties stated herein. If any direct conflict among the requirements and duties of the Contract arises, the order of precedence shall be as listed above Amendments Amendments to this Contract are valid only if in writing and signed by the SMART Procurement Manager and an authorized representative of the Contractor. Notwithstanding, no amendments to this Contract are valid that are in violation of applicable laws, regulations, or SMART Board Policy Change Orders SMART reserves the right to require alterations in, additions to and deductions from the work initially contemplated in the formation of the Contract without rendering void the Contract. All work shall be described in a written Change Order signed by the SMART Procurement Manager. The contractor shall submit a detailed technical Bid for the amended requirements within 30 days if necessary, as determined by SMART. If the Contractor determines that any pricing changes will result from the Change Order, it shall be treated as a request for an amended pricing schedule and Contractor shall not proceed with the modified work until authorized by SMART. Amended pricing information shall be submitted with all backup documentation within 30 days. The proposed technical Bid and, if applicable, pricing schedule, shall be accepted or modified by negotiation. Disagreements arising under this Section that cannot be resolved by negotiation may result, at SMART s sole discretion, in a Termination for Default (See Section 4.14) of the Contract. SMART may alternatively elect, at its sole discretion, to revert to the original requirements of the Contract RFQ and RFQ Omissions The Contractor shall have the responsibility of supplying all parts and services required to make the product complete and ready for service, even though such details may not be specifically set forth in the RFQ or Quote. 18
22 GENERAL CONTRACTUAL PROVISIONS 4.05 Governing Law and Parties; Venue and Disputes This Contract and all related disputes shall be interpreted in accordance with the laws of the State of Michigan, except those which would direct the application of the laws of another jurisdiction. All disputes arising under this Contract shall be decided by arbitration if the parties mutually agree, or in a court in the State of Michigan of competent jurisdiction Compliance with Law By signing Form 3.03, Offer and Award, Offeror certifies compliance with all applicable Federal, state, county, and local laws, regulations, ordinances, and codes; including those which the FTA requires all Offerors explicitly certify compliance with, as listed below: American Recovery and Reinvestment Act FTA Cargo Preference requirements FTA Fly America requirements Clean Air Act Water Pollution Control Act Davis-Bacon Act Davis-Bacon Act Copeland Anti-Kickback Act Contract Work Hours and Safety Standards Act Energy Policy and Conservation Act Privacy Act Additionally, Contractor certifies compliance with all FTA terms, including but not limited to FTA Circular F, as amended, which are hereby incorporated. Contractor is responsible for the procurement of all required permits and licenses. Contractor further certifies compliance with all changes to the aforementioned laws, regulations, ordinances, codes, policies, etc., throughout the term of the Contract. Contractor additionally certifies that it is not an Iran-linked business as set forth in Michigan Public Act 517 of Finally, Offeror shall determine whether any or all of the aforementioned requirements apply to any or all subcontractors, and certifies compliance by any such applicable subcontractors Nondiscrimination In accordance with the Title VI of the Civil Rights Act of 1964, section 303 of the Age Discrimination Act of 1975, section 202 of the Americans with Disabilities Act of 1990, 49 U.S.C. section 5332, the Michigan Elliot-Larsen Civil Rights Act, MCLA et seq., and SMART policy, the Offeror agrees that it will not discriminate based upon race, color, creed, national origin, sex, age, disability, height, weight, familial status, marital status, or sexual orientation Price Adjustment for Regulatory Changes If price adjustment is required for changes that are mandatory as a result of legislation or regulations that are promulgated and become effective after the Due Date of the Contract, the adjustment shall be negotiated between SMART and the Contractor. Failure to successfully negotiate any adjustment may result, at SMART s sole discretion, in Termination for Default, Section 4.14, of the Contract Payment and Retainage Subject to the terms of the Contract, SMART shall pay and the Contractor shall accept the amounts set forth in the price schedule as full compensation for all costs and expenses of completing the Work in accordance with the Contract, including but not limited to all labor and material required, overhead, expenses, storage and shipping, risks and obligations, taxes (as applicable), fees and profit, and any unforeseen costs. SMART shall make payment at the amount specified herein within thirty (30) calendar days after receipt of a proper invoice. 19
23 GENERAL CONTRACTUAL PROVISIONS Contractor shall pay all subcontractors performing work under this Contract within thirty (30) days of receipt of a proper invoice for work performed satisfactorily. Contractor shall not withhold payment due to subcontractors that is being held by SMART as retainage. Payment Retainage For all progress payment contracts, Contractor shall be paid ninety (90) percent of the amount earned under the Contract and pursuant to the provisions set forth herein. SMART shall retain ten (10) percent to ensure faithful performance of the Contract, which shall be due as part of SMART s final payment under the Contract. All such invoices shall clearly set forth (a) the invoice amount, (b) the amount retained for that invoice, (c) the total amount billed toward the Contract, and (d) the total amount retained by SMART against the Contract Cancellation of Procurement SMART reserves the right to cancel this solicitation at any time before the Contract is fully executed, for any reason, and shall thereby incur no liability to any offeror or prospective offeror Indemnification The Contractor shall, to the extent permitted by law protect, indemnify and hold SMART, its Board of Directors, officers, employees and agents, and consultants, harmless from any and all liabilities, damages, claims, demands, liens, encumbrances, judgments, awards, losses, costs, expenses, and suits, actions or proceedings, including expenses, costs, and attorneys fees, in the defense, settlement or satisfaction thereof for any injury, death, loss or damage to persons or property of any kind whatsoever arising out of or resulting from the negligent acts, errors, or omissions of the Contractor, including its officers, employees, servants, agents, subcontractors and suppliers. At SMART s sole discretion, the Contractor shall undertake at its own expense the defense of any such suit, action, or proceeding. The Contractor shall promptly notify SMART of the notice or assertion of any such suit, action, or proceeding. SMART will endeavor to furnish all reasonable assistance necessary for defending any such suit, action, or proceeding, and shall be repaid all reasonable costs incurred in doing so. SMART maintains the right to select and pay for its own counsel Records The Contractor shall retain records, including but not limited to, all data, documents, reports, records, and supporting materials relating to the project for whichever of the following events occurs later: 1. Six (6) years from the termination of the Contract; 2. The resolution of any litigation or settlement of any claims arising out of this Contract; or 3. The resolution of any exception to costs and expenses taken by SMART, the U.S. Department of Transportation, Comptroller General of the United States, or the State of Michigan. SMART or its designee may perform audits of the Contractor, and, if applicable, all tiers of subcontractors, of financial information related to this Contract. The Contractor agrees to make these records, including but not limited to bank statements, general ledger, payroll records, and accounts receivable ledgers, available for review in a timely manner when requested by SMART. SMART also requires annual financial statements including balance sheets, income statements, and statements of cash flows. Contractor additionally agrees to provide the FTA, Comptroller General of the United States, the Secretary of the U.S. Department of Transportation, or any of their designees, access to any books, documents, papers, and records of the Contractor which are pertinent to or relate in any way to the Contractor s performance of this Contract for the purpose of making audits, excerpts, and transcriptions, or when conducting an audit and/or inspection. In the event of a sole source Contract, single responsive offer, Contract modification, Change Order, or competitive negotiated procurement, SMART and the U.S. Department of 20
24 GENERAL CONTRACTUAL PROVISIONS Transportation, or their designees, shall have the right to examine all books, records, documents, and other costs and pricing data related to the Contract price. The right of examination shall extend to all documents necessary for adequate evaluation of the cost or pricing data Termination for Convenience SMART may terminate this contract, in whole or in part, at any time by notice, in writing and with at least fifteen (15) days advance notice, to the Contractor when it is in SMART s best interest. The Contractor shall be paid its costs, including contract close-out costs, and profit on work performed up to the time of termination. The Contractor shall promptly submit its termination claim to SMART to be paid to the Contractor. If the Contractor has any property in its possession belonging to SMART, the Contractor will dispose of it in the manner SMART directs Termination for Default SMART may terminate this Contract, in whole or in part, by written notice of default if the Contractor breaches any term or condition of this Contract, or fails to perform the work in any aspect required within the RFQ. This right to terminate may be exercised if the Contractor fails to cure all defaults listed within the notice of default within fifteen (15) days of the notice of default. The notice shall be in writing and signed by the Procurement Manager, and is effective on the date it is mailed to the Contractor. SMART shall be liable only for those services authorized and rendered, and/or goods received, before the effective date of termination. If the Contractor has any property in its possession belonging to SMART, the Contractor will dispose of it in the manner SMART directs SMART s Right to Do Work If the Contract is terminated for default in whole or in part, as set forth in Section 4.13, Termination for Default, due to poor workmanship, deficient work, or incomplete work, SMART may, without prejudice to any other remedy it may have, repair or complete said work, and may deduct the cost thereof from payment then or thereafter due to the Contractor. In such case, the Authority shall issue a Change Order deducting from payment then or thereafter due the Contractor the cost of correcting such work, including compensation for labor and/or any contracted services required to make corrections. If payment then or thereafter due to the Contractor is not sufficient to cover such amount, the Contractor shall pay the difference to the Authority within thirty (30) days of receiving an invoice from SMART Confidentiality of Bids Access to all documents in SMART s possession is governed by the Michigan Freedom of Information Act (FOIA). SMART will endeavor to not disclose any information it believes to be exempt under the FOIA, but does not guarantee any such non-disclosure Succession, Assignment, and Subcontracting This Contract will be binding on the parties, their successors, and assigns, as well as all of Contractor s subcontractors of every tier. Contractor may not assign or subcontract its rights or obligations under the Contract without prior written permission of SMART. Names and addresses of all approved subcontractors must be provided to SMART and kept current throughout Contract performance Survivability and Severability Contractor s obligations herein shall survive the nominal expiration of Contract obligations, and SMART may obtain any remedy under law, Contractor, or equity to enforce the obligations of the 21
25 GENERAL CONTRACTUAL PROVISIONS Contractor that survive the manufacturing, warranty, final payment, and all other Contract periods. If any provision of this Contract is deemed unenforceable, then the remainder of this Contract shall remain enforceable to the extent permitted by law Waiver The failure by SMART to require performance of any provision shall not affect SMART s right to require performance at any time thereafter, nor shall SMART s waiver of any breach or default of this Contract constitute a waiver of any subsequent breach or default or a waiver of the provision itself Incorporation of RFQ Document Offeror s quote shall include all terms, conditions, explanations, work, etc. in this RFQ document. If the Offeror fails to return portions of the solicitation with their bid, those portions are incorporated by reference Warranty The Offeror warrants and represents that all materials, goods, services, and equipment furnished under the Contract will be new, of good quality, free from defects of material or workmanship, and in conformance with the Contract documents for a period of one (1) year from the date they are furnished and accepted by SMART hereunder. This warranty is in addition to any other warranties provided under the Contract, and any and all warranties and remedies, express or implied, as provided by law or otherwise. 22
26 GENERAL CONTRACTUAL PROVISIONS 5.00 REQUIRED SUBMISSIONS FOR SELECTED VENDOR(S) AFTER NOTICE OF INTENT TO AWARD The following must be submitted by an Offeror within ten (10) business days of receipt of a Notice of Intent to Award as set forth in Section 2.11, Notice of Intent to Award, and Contract Award. A. Insurance The selected Offeror shall maintain such insurance as will provide indemnity for claims under the Workers Compensation act and Employer s Liability; from claims for damages because of bodily injury, including death, to all others and from claims for damages to property - any or all of which may arise out of or result from the Vendor s operations under this contract, or from any subcontractor or anyone directly or indirectly employed by either of them. Before starting any work for SMART, the Contractor must furnish original certificates of insurance stating that it carries insurance in the following types and minimum amounts: Comprehensive General Liability - Each Occurrence BI/PD $1,000,000 - Personal and Adv. Injury $1,000,000 - General Aggregate $2,000,000 Products and Completed Operations $2,000,000 Automobile Liability $1,000,000 CSL Employer s Liability $500,000 Workers Compensation Statutory Limits Certificates must set forth the amounts of coverage, policy number, and expiration date, and must name SMART as an additional insured, and must provide for thirty (30) days advance written notice of cancellation or reduction in coverage. Coverage must be primary and noncontributory and provide a waiver of subrogation in favor of SMART. If the Contractor is selfinsured, a certificate from the appropriate State agency must be furnished by such agency to SMART. If during the term of the Contract, the insurance certificate or any required coverage expires or is otherwise modified, the Contractor is responsible for providing renewed certificates. The purchase of insurance shall not be a satisfaction of the Contractor s indemnification requirements to SMART. B. Other Required Submissions, if applicable No others are required. Other submissions are required as follows: 23
SMART. This proposal must be returned by: December 22, 2011 2:00pm
SMART SUBURBAN MOBILITY AUTHORITY FOR REGIONAL TRANSPORTATION REQUEST FOR QUOTES This is NOT an order. Please submit a quote of your net price for services described herein for SMART transportation. The
SMART SUBURBAN MOBILITY AUTHORITY FOR REGIONAL TRANSPORTATION REQUEST FOR QUOTES QUANTITY UNIT DESCRIPTION UNIT EXTENSION PRICE
SMART SUBURBAN MOBILITY AUTHORITY FOR REGIONAL TRANSPORTATION REQUEST FOR QUOTES This is NOT an order. Please submit a quotation ON THIS FORM of your net price for materials and/or services described herein
Request for Proposal (RFP) for Contract Management
Request for Proposal (RFP) for Contract Management The City of Belton seeks a qualified management consulting firm to assist in the administration of the HOME Program to be awarded through the Texas Department
MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS
MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS DRAFT for Discussion Only 8.22.14 THIS MASTER GRANT CONTRACT, and amendments and supplements thereto, is between the State
BENTON COUNTY PERSONAL SERVICES CONTRACT
BENTON COUNTY PERSONAL SERVICES CONTRACT This is an agreement by and between BENTON COUNTY, OREGON, a political subdivision of the State of Oregon, hereinafter called COUNTY, and, hereinafter called CONTRACTOR.
AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES
AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES THIS AGREEMENT is made as of December 1, 2003, by and between the San Francisquito Creek Joint Powers Authority, a body corporate and politic
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
Event Details. Please note that Specifications for Genetec Software Support can be located in the Bid Documents attachment.
Event Details RFB-Q151071A Buy RFx 1 Event Description Provide as specified. Please visit the Port Authority's website (www.portauthority.org), click on the ebusiness tab (located in the upper right hand
Request For Quotes. 928 South Ninth Street Springfield, IL 62703-2497 REQUEST FOR QUOTES PAYROLL PROCESSING SERVICES RFQ-2015-09
928 South Ninth Street Springfield, IL 62703-2497 REQUEST FOR QUOTES PAYROLL PROCESSING SERVICES RFQ-2015-09 RESPONSES DUE: OCTOBER 16, 2015 Page 1 of 10 TABLE OF CONTENTS TABLE OF CONTENTS 2 PART I: SPRINGFIELD
THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS
THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS Contracting for Independent Contractor services with the University of Utah may require completion of the following: Employee/Independent
NPSA GENERAL PROVISIONS
NPSA GENERAL PROVISIONS 1. Independent Contractor. A. It is understood and agreed that CONTRACTOR (including CONTRACTOR s employees) is an independent contractor and that no relationship of employer-employee
CARVER COUNTY INDEPENDENT CONTRACTOR/PROFESSIONAL SERVICE AGREEMENT
CARVER COUNTY INDEPENDENT CONTRACTOR/PROFESSIONAL SERVICE AGREEMENT This Agreement is entered into by and between the County of Carver, 600 East 4 th Street, Chaska, Minnesota 55318, through (Division),
MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.
MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.] THIS CONTRACT (the Contract ) is made as of the day
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
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
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
COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2012 - Edition 1
CAO Contract Log # COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2012 - Edition 1 THIS CONTRACT is made and entered into this 16 th day of April, 2013, by and between the COUNTY OF MARIN, hereinafter
AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS
AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS NAME OF CONTRACTOR: RESPONSIBLE PRINCIPAL OF CONTRACTOR:, Vendor
INDEPENDENT CONTRACTOR SERVICES AGREEMENT
INDEPENDENT CONTRACTOR SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 2010, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal corporation, whose
STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between. and HARRISBURG AREA COMMUNITY COLLEGE
STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between and HARRISBURG AREA COMMUNITY COLLEGE This Agreement is made between Harrisburg Area Community College (HACC), whose primary address is One HACC
AGREEMENT FOR CONSULTING SERVICES (Sponsored Research) Consulting Agreement Number CA###-####-#### IIT PURCHASE ORDER NO. **
AGREEMENT FOR CONSULTING SERVICES () Consulting Agreement Number CA###-####-#### IIT PURCHASE ORDER NO. ** THIS AGREEMENT is made and entered into as of this day of, 20 (the Effective Date ) by and 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
PROFESSIONAL/CONSULTING SERVICES AGREEMENT
This SERVICES AGREEMENT ( Agreement ) is entered into by and between the undersigned, ( Contractor ), (Social Security Number or Federal I.D. No.), located at and Texas Southern University ( TSU ), an
Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement
THIS INDEPENDENT CONTRACTOR SERVICES AGREEMENT (this Agreement ) is made this day of, 20 (the Effective Date ), regardless of the date of execution, by and between Sierra Field Services, Inc., a Nevada
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
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
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
GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME
GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME This GOODS AND SERVICES AGREEMENT ("Agreement") is entered into and effective [DATE], by and
BROKER AND CARRIER AGREEMENT
P.O. Box 889 394 NE Hemlock Redmond, OR 97756 BROKER AND CARRIER AGREEMENT All loads tendered by Central Oregon Truck Company ("Broker") and accepted for transportation by third party carriers ("Carrier")
AGREEMENT FOR INDEPENDENT CONTRACTOR SERVICES (NAME OF PROJECT) PROJECT # 101
AGREEMENT FOR INDEPENDENT CONTRACTOR SERVICES (NAME OF PROJECT) PROJECT # 101 THIS AGREEMENT FOR INDEPENDENT CONTRACTOR SERVICES is made this day of, 2013, and entered into by and between the City of Meridian,
ELECTRONIC INDEPENDENT CONTRACTOR AGREEMENT INTRODUCTION
INTRODUCTION This is an AGREEMENT between you and Field Solutions, LLC ( Field Solutions ) that defines the terms and conditions for Field Solutions to engage you to provide services to our customers as
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
How To Work With The City Of Riverhead
MEMORANDUM OF UNDERSTANDING BETWEEN RIVERSIDE COMMUNITY COLLEGE DISTRICT and CITY OF RIVERSIDE THIS MEMORANDUM OF UNDERSTANDING ( MOU ) is made and entered into this day of, 2012 ( Effective Date ), by
PURCHASE ORDER TERMS AND CONDITIONS
PURCHASE ORDER TERMS AND CONDITIONS This purchase order is subject to the following terms and conditions. The terms and conditions herein set forth constitute an offer by Purchaser and may be accepted
PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015
PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015 Project Description: The Regional Transit Authority of New
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,
INDEPENDENT CONTRACTOR AGREEMENT
INDEPENDENT CONTRACTOR AGREEMENT This Agreement is hereby entered into between the ESCONDIDO UNION HIGH SCHOOL DISTRICT, hereinafter referred to as District, and hereinafter referred to as Contractor.
CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois
CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois INTERACTIVE WHITEBOARDS (SMARTBOARDS) AND DIGITAL PROJECTORS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School
ARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and
ARCHITECTURAL SERVICES CONTRACT STATE OF TEXAS COUNTY OF NUECES THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and hereinafter called Architect
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]
IEC Electronics Terms and Conditions
IEC Electronics Terms and Conditions 1. General: This Purchase Order is placed subject to these terms and conditions including those within the Purchase Order. The terms of any proposal referred to in
LEARNING CENTER WELCOME VIDEO
REQUEST FOR QUOTATIONS (RFQ) LEARNING CENTER WELCOME VIDEO Solicitation No. 16-033 32-505 Harry Oliver Trail Thousand Palms, CA 92276 ATTN: Contracts Assistant Phone: (760) 343-3456 Fax: (760) 343-3845
STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT
STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT Contract #: Total Obligation: AGREEMENT BETWEEN: The Georgia Department of Transportation s location identified in Paragraph 101A
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
MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND
MEDICAL INSURANCE CARRIER CLAIM AUDIT All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint
STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010
STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010 Fiscal Year 2011 1 TABLE OF CONTENTS Part 1 - Informational...3 Part 2 - Operating Environment...8 Part
Terms and Conditions for Purchase Orders for Recycling Materials
Terms and Conditions for Purchase Orders for Recycling Materials This Agreement is made by and between AEROJET-GENERAL CORPORATION, an Ohio corporation with a place of business at Rancho Cordova, California
BUSINESS ASSOCIATE AGREEMENT
BUSINESS ASSOCIATE AGREEMENT THIS BUSINESS ASSOCIATE AGREEMENT ( Agreement ) is entered into by and between (the Covered Entity ), and Iowa State Association of Counties (the Business Associate ). RECITALS
BENCHMARK MEDICAL LLC, BUSINESS ASSOCIATE AGREEMENT
BENCHMARK MEDICAL LLC, BUSINESS ASSOCIATE AGREEMENT This BUSINESS ASSOCIATE AGREEMENT ( Agreement ) dated as of the signature below, (the Effective Date ), is entered into by and between the signing organization
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
STANDARD AGREEMENT FOR CONSULTANT SERVICES. THIS AGREEMENT, made and entered into in the City of Modesto, State of
STANDARD AGREEMENT FOR CONSULTANT SERVICES THIS AGREEMENT, made and entered into in the City of Modesto, State of California, this day of, 20, ( Effective Date ) by and between the CITY OF MODESTO, a municipal
388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email [email protected] ADDENDUM NO. 1
388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email [email protected] May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation
E-RATE CONSULTING AGREEMENT
E-RATE CONSULTING AGREEMENT This E-Rate Consulting Agreement is made and entered into on this _6th_ day of August 2012 between the Harrisburg School District (the District ) and Julie Tritt-Schell (the
INDEPENDENT CONTRACTOR AGREEMENT (ICA)
INDEPENDENT CONTRACTOR AGREEMENT (ICA) (This agreement is not a construction contract within the meaning of Civil Code section 2783, and is not an agreement for the provision of construction services within
CITY OF SHERWOOD Independent Contractor Agreement (for Personal Services or for Public Works under $25,000)
CITY OF SHERWOOD Independent Contractor Agreement (for Personal Services or for Public Works under $25,000) Dated: Parties: City of Sherwood ( CITY ) 20 NW Washington Street Sherwood, Oregon 97140 And
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
INVITATION FOR PRICE QUOTES FIRE HOSE TESTING
INVITATION FOR PRICE QUOTES FIRE HOSE TESTING The Franklin Regional Council of Governments (FRCOG), on behalf of certain Fire Departments in Franklin County, MA, is soliciting price quotes from qualified
A. For the consideration agreed below to be paid to Contractor by City, Contractor shall provide
STATE OF TEXAS CONTRACT FOR SERVICES COUNTY OF DALLAS THIS CONTRACT is made and entered into by and between the CITY OF DALLAS, a Texas municipal corporation, located in Dallas County, Texas (hereinafter
AGREEMENT 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
IMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you!
` SUBCONTRACTOR: PHONE PROJECT: LOCATION: Page 1 of 6 SUBCONTRACT (SHORT FORM) JOB NO.: COST CODE: PRICE: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC.
To: From: Patricia Baskerville, PCS Email: Email: [email protected] 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
CAP CONSULTING SERVICES AGREEMENT
CAP CONSULTING SERVICES AGREEMENT This Agreement is made on this day of, by and between the College of American Pathologists, a not-for-profit Illinois corporation with offices at 325 Waukegan Road, Northfield,
SERVICE AGREEMENT CONTRACT NO. ARTICLE 1 SCOPE OF SERVICES
SERVICE AGREEMENT CONTRACT NO. THIS AGREEMENT dated 20 between the STOCKTON UNIVERSITY (the "UNIVERSITY") and (Name of Company), with a business address at ("the Service Provider ). 1.1 The Services ARTICLE
BRITISH SOCCER CAMP A G R E E M E N T
THE STATE OF TEXAS * COUNTY OF CORYELL * KNOW ALL MEN BY THESE PRESENTS: BRITISH SOCCER CAMP A G R E E M E N T This agreement is made and entered into this the 20th day of January, 2015 by and between
Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 [email protected]
SECTION I Shawnee County is requesting qualifications/proposals for the renovation of 2600 SW East Circle Drive, Topeka, Kansas 66606 which will be utilized by the Shawnee County Health Agency per the
Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501
CITY OF FLORENCE Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 REQUEST FOR QUALIFICATIONS NO. 2014-08 ARCHITECTURAL SERVICES FOR COMMUNITY GYMNASIUM DESIGN PROPOSAL
Independent Contractor Agreement. Name of Contractor: Address: Social Security or Tax I.D. Number:
HOFSTRA UNIVERSITY Name of Contractor: Address: Social Security or Tax I.D. Number: Independent Contractor Agreement THIS INDEPENDENT CONTRACTOR AGREEMENT (together with any attachments referred to below,
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/
Terms and Conditions for Tax Services
Terms and Conditions for Tax Services In the course of delivering services relating to tax return preparation, tax advisory, and assistance in tax controversy matters, Brady, Martz & Associates, P.C. (we
AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FOR. Attention:
AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FOR NAME OF CONSULTANT: RESPONSIBLE PRINCIPAL OF CONSULTANT: CONSULTANT'S ADDRESS: Attention: CITY'S ADDRESS: City of Beverly Hills 455 N. Rexford Drive
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
REQUEST FOR PROPOSAL OFFICE OF THE NEVADA ATTORNEY GENERAL GRANTEE- FORECLOSURE RELIEF PROGRAM MAY 20, 2011
REQUEST FOR PROPOSAL OFFICE OF THE NEVADA ATTORNEY GENERAL GRANTEE- FORECLOSURE RELIEF PROGRAM MAY 20, 2011 SCOPE OF WORK: The Office of the Attorney General (AGO) recently received a settlement from Wells
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
Disclaimer: Template Business Associate Agreement (45 C.F.R. 164.308)
HIPAA Business Associate Agreement Sample Notice Disclaimer: Template Business Associate Agreement (45 C.F.R. 164.308) The information provided in this document does not constitute, and is no substitute
Insurance Producer Agreement
Insurance Producer Agreement THIS AGREEMENT ( Agreement ) is made and entered into on this day of. (the Effective Date ), by and between KPS Health Plans (hereinafter referred to as KPS ), a duly licensed
OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP
OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION
AGREEMENT FOR SECURITY AND TRANSPORT SERVICES
AGREEMENT FOR SECURITY AND TRANSPORT SERVICES THIS AGREEMENT For Security Services (the Agreement ) is made and entered into effective this day of, 20, by and between CITY OF Commerce City, COLORADO, a
COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642
COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP Issue Date: August 22, 2008 RFP #: 1642 Title: Applicant Tracking Software Classification Code: 20851 Issuing Agency: Using Agency And/Or Location Where
HIPAA BUSINESS ASSOCIATE AGREEMENT
HIPAA BUSINESS ASSOCIATE AGREEMENT This HIPAA Business Associate Agreement and is made between BEST Life and Health Insurance Company ( BEST Life ) and ( Business Associate ). RECITALS WHEREAS, the U.S.
UNIVERSITY PHYSICIANS OF BROOKLYN HIPAA BUSINESS ASSOCIATE AGREEMENT CONTRACT NO(S):
UNIVERSITY PHYSICIANS OF BROOKLYN HIPAA BUSINESS ASSOCIATE AGREEMENT CONTRACT NO(S): THIS AGREEMENT is made by and between UNIVERSITY PHYSICIANS OF BROOKLYN, INC., located at 450 Clarkson Ave., Brooklyn,
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]
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
INSURANCE AGENT AGREEMENT
INSURANCE AGENT AGREEMENT THIS INSURANCE AGENT AGREEMENT is made, 200_ by and between Athens Area Health Plan Select, Inc. ( AAHPS or the Plan ), and ( Agent ). RECITALS: WHEREAS, AAHPS is licensed to
TULANE UNIVERSITY INDEPENDENT CONTRACTOR SERVICE AGREEMENT. Effective Date:
TULANE UNIVERSITY INDEPENDENT CONTRACTOR SERVICE AGREEMENT Effective Date: This INDEPENDENT CONTRACTOR SERVICE AGREEMENT (this Agreement ) is effective as of the Effective Date set forth above, by and
Duluth Transit Authority
REQUEST for BIDS FOR ASSISTANCE CALLS SERVICES, ALARM MONITORING SERVICES January 6, 2016 2402 W. Michigan St Duluth, MN 55806 (218) 623-4316 fax: (218) 722-4428 email: [email protected] Bid # 041-16-0304.1
REQUEST FOR QUOTATION
REQUEST FOR QUOTATION Nutrition Services Solicitation Number: QT1604 Description: Kitchen Appliances for Nutrition Services Date: September 30, 2015 SUBMIT OFFER BY: October 14, 2015 by 2:00 PM PROCUREMENT
Business Associate Agreement
This Business Associate Agreement Is Related To and a Part of the Following Underlying Agreement: Effective Date of Underlying Agreement: Vendor: Business Associate Agreement This Business Associate Agreement
1. INTERPRETATIONS AND DEFINITIONS Whenever used in this Agreement, the following terms shall have the meaning set out below:
Support and Maintenance Agreement For all CAE Healthcare Products Introduction to Your Support and Maintenance Services With the purchase of any brand new CAE Healthcare Product, customers are provided,
TAFT LIBRARY ADDENDUM STANDARD FORM OF AGREEMENT BETWEEN TOWN OF MENDON ( THE TOWN ) AND ( ARCHITECT ) 1.1 Delete space if no additional information.
TAFT LIBRARY ADDENDUM STANDARD FORM OF AGREEMENT BETWEEN TOWN OF MENDON ( THE TOWN ) AND ( ARCHITECT ) This Addendum is attached to and modifies the Standard Form of Agreement between the Town and Architect,
CONSULTING SERVICES AGREEMENT
CONSULTING SERVICES AGREEMENT THIS AGREEMENT ("Agreement") is entered into on / /, between SCWOA ("Consultant"), a CA corporation with its principal place of business located at PO Box 1195, Pacifica,
Below is an overview of the Molex lease process as it applies to Molex Application Tooling equipment.
Dear Valued Customer, Below is an overview of the Molex lease process as it applies to Molex Application Tooling equipment. Lease process: Molex does not offer leases for all of the equipment that we promote.
Small Public Work Contract
City of Bellevue 450 110 th Ave. NE Bellevue, WA 98004 Small Public Work Contract City of Bellevue Contract Identification Information: Contract Title: This CONTRACT is entered into the date
CULVER CITY UNIFIED SCHOOL DISTRICT INDEPENDENT CONTRACTOR AGREEMENT FOR PROFESSIONAL SERVICES (SPECIAL SERVICES) CONSULTING SERVICES
CULVER CITY UNIFIED SCHOOL DISTRICT INDEPENDENT CONTRACTOR AGREEMENT FOR PROFESSIONAL SERVICES (SPECIAL SERVICES) CONSULTING SERVICES This Independent Contractor Agreement for Special Services ( Agreement
Health Plan Select, Inc. Business Associate Privacy Addendum To The Service Agreement
This (hereinafter referred to as Addendum ) by and between Athens Area Health Plan Select, Inc. (hereinafter referred to as HPS ) a Covered Entity under HIPAA, and INSERT ORG NAME (hereinafter referred
City of Round Rock. Request for Statement of Interest and Proposals. Transit Master Plan
City of Round Rock Request for Statement of Interest and Proposals Transit Master Plan General The City of Round Rock seeks qualified planning firms to submit Statements of Interest and Proposals (SIP)
Leads may be resubmitted within 4 months of the leads license renewal date.
1. LEAD GENERATION SERVICES (a) IBP agrees to collect and provide School with Leads as further specified herein and as described in the Lead Payment Schedule as may be executed by the parties from time
