POLK COUNTY SHERIFF S OFFICE RFP #P FLEET VEHICLE REPAIRS AND SERVICE February 12, 2016

Size: px
Start display at page:

Download "POLK COUNTY SHERIFF S OFFICE RFP #P2016-03 FLEET VEHICLE REPAIRS AND SERVICE February 12, 2016"

Transcription

1 Jim Keene Boulevard Winter Haven, FL Phone: POLK COUNTY SHERIFF S OFFICE RFP #P FLEET VEHICLE REPAIRS AND SERVICE February 12, 2016 TO: All Vendors The Polk County Sheriff s Office is seeking Proposals for Fleet Vehicle Repairs and Service, as indicated within the context of this Proposal. Submit your Proposal in a sealed envelope with the label provided marked, RFP #P Fleet Vehicle Repairs and Services. The Proposals are to be delivered as follows: Polk County Sheriff s Office Central Services Bureau Purchasing Section 1891 Jim Keene Boulevard Winter Haven, Florida Proposals are to be submitted no later than 2:00 P.M. on February 26, Proposals received after this time will not be considered. All requests for additional information or questions should be directed to Katy McArthur, CPPB; Purchasing Supervisor at kmcarthur@polksheriff.org or Detailed instructions for the completion of the Proposal are contained in this Request for Proposal. The Polk County Sheriff s Office reserves the right to award the proposal to the lowest, most responsive and responsible Vendor. The Award for this Proposal will be Multi-Vendor to ensure our Fleet is operational at all times. The Polk County Sheriff s Office further reserves the right to consider matters such as, but not limited to; quality offered, delivery terms, budget requirements, location, and service reputation of the Vendor, in determining the most advantageous Proposal. The Polk County Sheriff s Office thanks you for your effort and interest in serving the Polk County Sheriff s Office and the taxpayers of Polk County. Sincerely, David J. Rounds Deputy Director Central Services Bureau NINE STAR ACCREDITED AGENCY

2 Table of Contents Topic Page Vendor s Checklist 3 Special Terms and Conditions 4-5 Insurance Requirements 6 Proposal Form 7-8 Statement of No Proposal 9 General Terms and Conditions Vendor Acknowledgement Form Public Entity Crime Information Form 16 Anti-Collusion Statement Authorized Signatures/Negotiators Form 17 Return Proposal Label 18 Page 2 of 18

3 Checklist Failure to submit the following items may result in your proposal being declared non-responsive. Special Terms and Conditions Page 4-5 Insurance Requirement Page 6 3 Copies (Original and 2 copies) of Vendor Proposal Form(s) Page 7-8 Statement of No Proposal Page 9 General Terms and Conditions Page Vendor Acknowledgement Form, signed Public Entity Crime Information Form, signed Page 17 Anti-Collusion Statement, signed Authorized Signature/Negotiators Form Page 18 Return Proposal Label Page 19 Page 3 of 18

4 SPECIAL TERMS AND CONDITIONS 1. All responding Vendors must have and submit proof of insurance and workers compensation with their proposal. 2. All Vendors must have current city and or county applicable occupational license(s) and provide proof. 3. Vendor to supply Polk County Sheriff Office/Fleet Services Section with any and all warranties on their labor and materials. 4. All Vendors must be able to tear down the vehicle and give accurate cost of repair. This amount will be the amount to be paid by the Polk County Sheriff s Office. Estimated amount of repair must be based on awarded contract prices. No supplemental charges will be accepted/authorized or paid. 5. It is the Vendor s responsibility to pick up and return the vehicle to Fleet (as needed) once the repairs are completed. Fleet Services is located at 2815 Winter Lake Road, Lakeland, Florida If the vehicle is unable to be driven, then Fleet Services will make arrangements to deliver the vehicle to Vendor s location. However, the return of the repaired vehicle remains the responsibility of the Vendor making the repairs. 6. All Vendors are to use New, or with Fleet approval, Used OEM Parts in the repairs. No aftermarket parts are to be used in the repairs of Polk County Sheriff s Office vehicles with the exception of Head Light and Tail Light assemblies. 7. Failure to meet the agreed upon completion times may be cause for the Sheriff s Office to seek an alternate source to meet their requirements. A second failure to meet Polk County Sheriff s Office requirements on completion time or unacceptable repairs done, may be cause for removal from our Vendor s qualified listing. 8. Vendor s invoice must contain all information listed below: a. Unit # & VIN# receiving repairs b. Mileage of unit c. Labor Hrs. charged d. Legible signature and member number of the PCSO member accepting the finished work NOTE: If this information is not on the invoice, the invoice will not be paid by the Polk County Sheriff s Office until billing is corrected. 9. The Polk County Sheriff s Office/Fleet Services reserves the right to provide parts to the selected/awarded vendor. 10. The Sheriff s Office/Fleet Services will select the Vendor for repair from the awarded list of fleet repair vendors. Page 4 of 18

5 11. The Sheriff s Office/Fleet Services reserves the right to competitively audit estimates and repair commitment times. I have read and understand the Special Terms and Conditions stated above and have the proper authority to execute proposal documents. Signature: Date: Print Name: Vendor Name: Page 5 of 18

6 POLK COUNTY SHERIFF S OFFICE INSURANCE REQUIREMENTS FOR SERVICE VENDORS Vendors are required to maintain proper insurance coverage, including Worker s Compensation, General, and Automobile Liability Insurance in order to be approved to do business with the Polk County Sheriff s Office. Workers Compensation is required for all contracts and/or services. The vendor shall provide, pay for, and maintain Workers Compensation insurance on all employees, its agents or subcontractors as required by Florida Statutes. A certificate of coverage must be submitted and a waiver of subrogation must be noted on the certificate. If you company is exempt from having Workers Compensation, you must submit a copy of the Exemption for our records. The successful vendor shall purchase and maintain in force, at his own expense, such insurance as will protect him and the Polk County Sheriff s Office from claims which may arise out of or result from the Vendor s execution of the work, whether such execution be by himself, his employees, agents, subcontractors, or by anyone for whose acts any of them may be liable. The successful Vendor shall furnish a copy of an original Certificate of Insurance, naming the Polk County Sheriff s Office as an additional insured. Should any of the policies be cancelled before the expiration date, the issuing company will mail 30 days written notice to the certificate holder. The successful Vendor shall furnish insurance in satisfactory limits, and on forms and of companies that are acceptable to the Purchaser s Attorney and/or Risk Management and shall require and show evidence of insurance coverage s on behalf of any subcontractors (if applicable), before entering into any agreement to sublet any part of the work to be done under this Contract. It is necessary that annual insurance certificates be submitted to the Purchasing Section to maintain approved vendor status and ensure compliance with all requirements. The Polk County Sheriff s Office welcomes the opportunity to work with you and to maintain a strong partnership. Should have any questions regarding this request, please do not hesitate to contact the Purchasing Section of the Polk County Sheriff s Office at (863) I have read and understand the contents of the above, and have the proper authority to execute Proposal documents. By signing below, you are affirming and approving all information contained in this Proposal and any attachments (Proposal form etc ) are legally executed. Signature: Print Name: Date: Vendor Name: Page 6 of 18

7 PROPOSAL FORM LABOR RATES SERVICE REQUESTED CONTRACTED PRICE OIL CHANGES MICRO GREEN (INCLUDES DISPOSAL FEES) GREEN- Mobile One (PCSO Filter) $50.00 YELLOW & RED (PCSO Filter) Oil Top Off $15.00 REGULAR OIL CHANGE (INCLUDES DISPOSAL FEE) Vendor's Oil & Filter (Air Filter on condition) $19.95 PCSO Parts or Obtain at PCSO cost at Fleet Vendor FULL FLUID FLUSH SERVICE (Transmission, Power Steering, Brake, Coolant, Differential) Soltec/PCSO Fluids and Parts Filter Change/First Service Only/Labor Only $ BRAKES/LABOR ONLY (PCSO PARTS) Front per Wheel $25.00 Rear per Wheel $25.00 TPMS SERVICES (PCSO PARTS) Per Wheel $8.00 TIRE CHANGES (STATE CONTRACT) Tire Repairs- Plug/Patch only $10.00 Mount and Balance per Wheel - New Tires Only $10.00 Tire Rotation/4 wheels $10.00 Any Tires not on Contract Dealer Cost + % Price ALIGNMENTS Front and/or Rear $39.95 FLAT LABOR RATE FOR ALL OTHER REPAIRS/PER HOUR Per Hour $55.00 ALL PARTS PRICING/VENDOR SUPPLIED Vendor cost +10% Page 7 of 18

8 PROPOSAL FORM LABOR RATES (cont.) All units equipped with Micro Green Filters will use the Micro Green System (green, yellow and red) at 10,000 mile intervals; full Mobile One/Synthetic/Dexos compliant oil. All units using HUBB Filters will use Mobile One Synthetic Oil at 10,000 mile intervals. Oil and Filter insert change. All units not using Micro Green Filters or HUBB Filters will use Mobile One Extended Performance Filters with Mobile One Synthetic Oil at 10,000 mile intervals. Oil and Filter change. Tire Rotations required at every service. Vendor must stock PCSO parts and maintain inventory if requested or obtain from PCSO parts vendor. All vehicles must have a completed PCSO approved vehicle inspection performed EVERY Time a vehicle is serviced or repaired. Report must be submitted with the invoice. ******NOTE****** THERE WILL BE A MANDATORY POST PROPOSAL MEETING FOR AWARDED VENDORS (Date and time to be determined after award) By signing and dating below, I am agreeing to the listed rates (above) for services performed for the Polk County Sheriff s Office by my company. (Signature) (Printed Name) (Company Name) (Date) Page 8 of 18

9 STATEMENT OF NO PROPOSAL If you are not submitting a proposal on this service/commodity, please complete and MAIL this form to: Polk County Sheriff s Office Business Services/Purchasing Section 1891 Jim Keene Blvd Winter Haven, FL Failure to respond may result in deletion of Vendor s name from the Qualified Proposer s List for the Polk County Sheriff s Office. Company Business Name: Minority Owned: Address: ( ) Black Telephone: ( ) Hispanic Fax Number: ( ) Women Signature: ( ) Other Date: ( ) Non-Minority We, the undersigned have declined to submit a proposal on #P , Fleet Vehicle Repairs and Service because of the following reason: Specifications too tight, i.e., geared toward brand or manufacturer only. Explain below. Insufficient time to respond to the Proposal. We do not offer this service/commodity. We are in the business of: Unable to meet specifications Too busy at this time to Proposal project. Would like to be considered for future projects. Yes No Other: (please explain) Page 9 of 18

10 REQUEST FOR PROPOSAL GENERAL TERMS AND CONDITIONS Vendor: To ensure acceptance of the proposal, follow these instructions: 1. CONTRACT PERIOD: The Contract shall be effective for one (1) year from date of award with optional three (3) twelve (12) month renewal periods. All prices submitted shall remain unchanged during the period of performance. If the Board of County Commissioners of Polk County, in the regular course of its budget or appropriation process, withdraws, or fails to appropriate funds for the procurement of services under this Agreement, then the Sheriff may terminate this Agreement at the conclusion of any billing cycle or the beginning of the unfunded budget period with at least thirty (30) days prior written notice to Provider. The Sheriff agrees to pay Provider all charges and expenses incurred before the effective date of such termination. 2. EXECUTION OF PROPOSAL: Proposal must contain a manual signature of an authorized representative in the space provided. 3. SEALED PROPOSALS/SOLICITATIONS: All proposals must be submitted in a sealed envelope. The face of the envelope shall contain the date and time of the Proposal Opening and the Proposal Number if applicable. If the Proposal is to be returned via Express Mail or in a courier envelope, the Proposal documents should be submitted in a separate sealed envelope within the courier envelope. Express mail or courier envelopes will be opened and discarded. The face of the Sealed Proposal envelope should have attached the label included with the Proposal package or noted, the Proposal File Number and Attention: Purchasing Section Sealed Proposal. If there is not going to be a proposal submitted, please fill out the STATEMENT OF NO PROPOSAL form, included in this Proposal package. Offers by telephone or facsimile for a sealed proposal cannot be accepted. It is the Vendor s responsibility to assure that the proposal is delivered at the proper time and place of the proposal opening. 4. PROPOSAL OPENING: Shall be public on the date and at the time specified on the Proposal form or shortly thereafter. However, the purpose of the RFP opening is to document the vendors submitting proposals only. Information pertaining to proposals will be available in accordance with Florida State Statutes, Chapter 119. Proposals that for any reason are not delivered by the specified date and time will not be returned, but will be retained in the PROPOSAL FILE unopened. 5. RESPONSE TIME FOR INFORMATION: Proposers shall agree to provide any/all additional information and/or changes to the proposal(s) requested by the Polk County Sheriff s Office on a timely basis and/or within the deadlines provided so as not to place the Polk County Sheriff s Office in an unfair position of not having reasonable time to perform a fair and proper evaluation of information, materials, proposals, etc., submitted for review and consideration. This clause applies to the solicitation, evaluation and negotiation processes. Failure to comply with any and all deadlines set by the Polk County Sheriff s Office, as provided for in this clause, may be cause of the immediate rejection of your proposal. Page 10 of 18

11 6. PRICES AND TERMS: The Polk County Sheriff s Office will evaluate and select the proposal they feel will be in the best interest of the Sheriff s Office. a. TAXES: Polk County Sheriff s Office does not pay Federal Excise or State Sales Taxes. b. MISTAKES: Vendors are expected to examine the specifications, delivery schedules, proposal prices and all instructions pertaining to product(s). Failure to do so will be at Vendor s risk. c. CONDITION: All product(s) not conforming in every way acceptable to the Polk County Sheriff s Office shall be rejected. d. F.O.B. Prices: All prices shall be quoted F.O.B. Destination. The Seller shall pay all transportation charges and title to the goods shall transfer to the Purchaser at the destination. 7. NON-EXCLUSIVE AGREEMENT: The Polk County Sheriff s Office reserves the right to negotiate with more than one vendor. The Polk County Sheriff s Office may have contracts with other vendors for the same supplies or services. Selection of vendors may be on the basis of price, availability, hours of operation, or location. 8. CLARIFICATIONS/INTERPRETATION AND ADDENDA: No interpretation or changes to the meaning of the Request for Proposal will be made to any Vendor orally, except by written addendum. All questions regarding this proposal should be submitted in writing and must be received no later than five (5) calendar days prior to the closing date for proposal submittal, addressed to Polk County Sheriff s Office, Katy McArthur, CPPB, Purchasing Supervisor, 1891 Jim Keene Blvd. Winter Haven, Florida 33880, kmcarthur@polksheriff.org or fax to CONFLICT OF INTEREST: The award hereunder is subject to Chapter 112, Florida Statutes. All Vendors must disclose with their proposal, the name of any officer, director, or agent who is also an employee of the Polk County Sheriff s Office. Further, all Vendors must disclose the name of any Polk County Sheriff s Office employee who owns, directly or indirectly, an interest of five percent (5%) or more of the Vendor s firm or any of its branches. 10. OWNERSHIP OF DOCUMENTS: All deliverable analysis, reference data, bills, completed reports, or any other form of written instrument or document created or resulting from the Vendor s services or performance during the course of this Agreement, if any, shall become the property of PCSO after final payment is made to the Vendor for services Vendor has furnished. 11. AWARD OF CONTRACT a. The contract shall be awarded to the most responsive, responsible and best qualified Proposer meeting specifications, terms and conditions and the needs of the PCSO, in the exclusive determination of the PCSO. b. The PCSO shall take into consideration the financial responsibility and stability of the Proposer, proven skill and experience, technical competence, facilities for performing the contract, size, resources and qualifications, previous satisfactory performance and other abilities of the Proposer that will enable Proposer to efficiently perform the contract. c. All information furnished in support of the foregoing should enable a clear evaluation of the Proposer s ability to carry out all proposed work and fulfill all responsibilities as delineated in the Request for Proposal. Page 11 of 18

12 d. The PCSO reserves the right to waive minor variations to specifications, information, irregularities and technicalities in any proposals; to reject any or all proposals in whole or in part with or without cause, and/or make awards either as individual items or as a total combined proposal, and /or to negotiate with Proposers, and/or to accept proposals that in our judgment will be in the best interest of the Polk County Sheriff s Office. The PCSO specifically reserves the right to reject any conditional proposal, and will normally reject those, which make it impossible to determine the true amount of the proposal. The PCSO shall not be obligated to issue any statement or explanation as to the selection or non-selection of any Proposal. e. In case of any doubt or differences of opinion as to the services to be furnished or any part of this Request for Proposal hereunder, the decision of the Sheriff shall be final and binding on all parties. f. Any Contract resultant from this Request for Proposal shall not be assignable. Contractor may not assign, sublet, convey or transfer its interest in the Contract. g. The contract to be entered into is contingent upon, and subject to the appropriation and availability of sufficient funds. h. Should the PCSO be unable to negotiate a satisfactory contract with the firm considered to be the most qualified at a price the PCSO determines to be fair, competitive, and reasonable, negotiations with that firm will be formally terminated. The PCSO shall then undertake negotiations with the second most qualified firm. Failing accord with the second most qualified firm, the PCSO will terminate negotiations. The PCSO may then undertake negotiations with the third most qualified firm. i. Proposal tabulations will be released within 30 days of proposal opening unless otherwise stated. 12. NEGOTIATIONS: The Polk County Sheriff s Office reserves the right to negotiate with one or more Vendors. 13. DISPUTES: In case of any doubt or differences of opinion as to the services to the services to be furnished hereunder, the decision of the Sheriff shall be final and binding on both parties. 14. LEGAL REQUIREMENTS: Federal, State, County and local laws, ordinances, rules and regulations that in any manner affect the product/service herein apply. Lack of knowledge by the Vendor will in no way be cause for relief from responsibility. 15. FLORIDA STATE STATUTE CONTRACTS, PUBLIC RECORDS: (1) For the purposes of this section, the term: a. Contractor means an individual, partnership, corporation, or business entity that enters into a contract for services with a public agency and is acting on behalf of the public agency as provided under s (2). b. Public agency means a state, county, district, authority, or municipal officer, or department, division, board, bureau, commission, or other separate unit of government created or established by law. Page 12 of 18

13 (2) In addition to other contract requirements provided by law, each public agency contract for services must include a provision that requires the contractor to comply with public records laws, specifically to: a. Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the service. b. Provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. c. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. d. Meet all requirements for retaining public records and transfer, at no cost to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 16. STATEMENT RELATIVE TO PUBLIC ENTITY CRIMES: The Vendor is directed to the Florida Public Entity Crime Act , Florida Statues, and the Polk County Sheriff s Office requirements that the successful Vendor comply with it in all respects prior to and during the term of the Contract. 17. AFTER AWARD: The Polk County Sheriff s Office reserves the right to add or delete items at prices to be negotiated at the time of addition or deletion. In the event of market changes, the Polk County Sheriff s Office may negotiate justified adjustments both upward/downward such as price, terms, etc, to this contract when the Sheriff s Office in its sole judgment, considers such adjustments to be in the best interest of the Polk County Sheriff s Office. 18. NON-PERFORMANCE/LIQUIDATED DAMAGES: Time is of the essence of this Contract and failure to deliver within the time period shall be considered a default. In case of a default, the Polk County Sheriff s Office may procure the required services and/or goods from other sources and hold the Contractor responsible for any excess costs occasioned thereby and may immediately cancel the Contract. 19. VENDOR S SITE VISIT: The Polk County Sheriff s Office reserves the right, at its discretion, to conduct on site visitations of any vendors facilities. The purpose of the visit will be to ensure the Polk County Sheriff s Office of the Vendor s capabilities of successfully administering this contract. If, in the Polk County Sheriff s Office s opinion, any vendor does not have the required capabilities as listed herein, this shall be considered grounds for nonaward/cancellation. 20. VERBAL/WRITTEN PURCHASE ORDERS: The award of this Proposal does not constitute an order. Before delivery is made, the Vendor must receive a duly executed Purchase Order. Acceptance by the Vendor is assumed upon issue by the Polk County Sheriff s Office, of a duly executed purchase order. Inspection and acceptance of item(s) will be at the stated destination(s) unless otherwise provided, and title to and risk of loss or damage is the responsibility of the Vendor until the acceptance by the Polk County Sheriff s Office. Page 13 of 18

14 21. DELIVERY TICKETS/INVOICING: The successful Vendor shall furnish a priced and itemized delivery ticket or invoice for every delivery made to the Polk County Sheriff s Office. The delivery ticket or invoice shall include the date, department delivered to, and purchase order number and shall be signed by a representative of the requesting department when delivery is made. 22. RETURNS: Any goods delivered to the Polk County Sheriff s Office not as ordered shall be returned to the successful Vendor at no cost to the Polk County Sheriff s Office. Each respondent shall list herein what, if any, restocking charge will be charged to the Polk County Sheriff s Office for items being returned by the Polk County Sheriff s Office at no fault of the vendor. Any restocking charge shall be taken into consideration in the award/evaluation process. 23. INSURANCE: The successful vendor shall purchase and maintain in force, at his own expense, such insurance as will protect him and the Polk County Sheriff s Office from claims which may arise out of or result from the Vendor s execution of the work, whether such execution be by himself, his employees, agents, subcontractors, or by anyone for whose acts any of them may be liable. The successful Vendor shall furnish a copy of an original Certificate of Insurance, naming the Polk County Sheriff s Office as an additional insured. Should any of the policies be cancelled before the expiration date, the issuing company will mail 30 days written notice to the certificate holder. The successful Vendor shall furnish insurance in satisfactory limits, and on forms and of companies that are acceptable to the Purchaser s Attorney and/or Risk Management and shall require and show evidence of insurance coverage s on behalf of any subcontractors (if applicable), before entering into any agreement to sublet any part of the work to be done under this Contract. 24. CANCELLATION/TERMINATIONS/SUSPENSION: The Polk County Sheriff s Office may cancel this agreement WITHOUT CAUSE at any time by giving sixty (60) days written notice to the VENDOR. In addition, the may immediately suspend business with the VENDOR with written notification. The VENDOR may cancel this agreement WITHOUT CAUSE at any time by giving not less than sixty (60) days written notice to the. The VENDOR shall continue to provide services beyond the sixty (60) days notice period and through the transition to a new supplier/contractor so long as the is proceeding reasonably and in good faith to enter into an agreement with a replacement supplier/contractor. 25. OPTION TO EXTEND THE TERM OF THIS CONTRACT: This Contract may be renewed on a yearly basis at the option of the Polk County Sheriff s Office. If the Polk County Sheriff s Office desires to renew this Contract, a Notice of Intent to Renew will be submitted no less than (60) sixty days before the Contract expires. This Notice of Intent shall not be deemed to commit the issuing party to a renewal. The total duration of this Contract shall not exceed four (4 years). 26. AGREEMENT: This Proposal and the Purchase Orders issued hereunder constitute the entire agreement between the Polk County Sheriff s Office and the Vendor awarded the Proposal. No modification of this Proposal shall be binding on the Polk County Sheriff s Office or the Vendors. Page 14 of 18

15 27. BACKGROUND INVESTIGATIONS: All vendors and/or possible subcontractors prior to award may be subject to a background investigation. Access to Agency Facilities by vendors/workers is a privilege which may be revoked for any adverse background or intelligence checks. 28. INDEMNIFICATION: Vendor, shall indemnify, defend (by counsel reasonably acceptable to PCSO) protect and hold PCSO, its officers, employees and agents from and against any and all claims, actions, causes of action, liabilities, penalties, forfeitures, damages, losses, and expenses (including, without limitation, attorney s fees and cost during negotiation, through litigation and all appeals therefrom) whatsoever pertaining to the death of or injury to any person, or any damage to any property arising out of or resulting from (i) the failure of Vendor to comply with applicable laws, rules or regulations, (ii) the breach by Vendor of its obligations under this Agreement, (iii) any claim for trademark, patent or copyright infringement arising out of the scope of the Vendor s performance of this Agreement, or (iv) the negligent acts, errors or omissions, or the intentional or willful misconduct, of Vendor, its sub-contractors, agents, employees and invitees, provided, however, that Vendor shall not be obligated to defend or indemnify PCSO with respect to any such claims or damages arising out of PCSO s sole negligence. 29. ADDITIONAL INFORMATION: The Polk County Sheriff s Office Purchasing Section reserves the right to request additional information needed for clarification from any proposer for evaluation purposes. 30. PIGGYBACK CLAUSE: At the option of the awarded vendor, the vendor agrees to allow the Polk County Sheriff s Office and other governmental entities of the state of Florida and its agencies, political subdivisions, counties, and cities, to purchase additional items by piggybacking on this Proposal. Each government entity may procure goods and services as described herein with the same terms and conditions, and for the same price. Each governmental entity desiring to accept these Proposals, and make award thereof, shall do so independently of any other government entity. Each government entity shall be responsible for its own purchases and shall be liable for goods and services ordered and received by it, and no government entity assumes any liability by virtue of this Proposal. 31. EXCEPTIONS TO PROPOSAL: All proposal submittals must clearly state with specific detail all deviations to the requirements imposed upon the Proposal by the General Terms and the Specifications. Such deviations should be stated upon the Proposal Response or appended thereto. Proposers are hereby advised that the will only consider proposals that meet the specifications and other requirements imposed upon them by this proposal package. In instances, where an exception is stated upon the Proposal Response, said proposal will be subject to rejection by the in recognition of the fact that said proposal does not meet the exact requirements imposed upon the Proposer by the General Terms and the Specifications. 32. DUE DILIGENCE: Due care and diligence have been used in preparing these specifications and related information. However, no warranties are made as to the accuracy and completeness of the required information. It is the responsibility of Proposers to ensure they have all the information they deem necessary to affect their proposal. The PCSO will not be responsible for the failure on the part of the Proposers to determine the full extent of the risk exposures and scope of work required to effectively perform under the contract. --- End of Terms and Conditions --- Page 15 of 18

16 VENDOR ACKNOWLEDGEMENT By signing and submitting this Pre-Qualification Package, Vendor acknowledges he/she has read, understands, and can provide the minimum requirements stated herein, that he/she has visited the site, performed investigations and verifications as he/she deems necessary, understands/accepts terms and conditions familiarized him/herself with the local conditions under which the work is to be performed and will be responsible for any and all errors in his/her Pre-Qualification Package resulting from his/her failure to do so. Vendor certifies this Pre- Qualification Package has not been prepared in collusion with any other Vendor or other person or persons engaged in the same line of business. PUBLIC ENTITY CRIME INFORMATION A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Proposal on a contract to provide any goods or services to a public entity, may not submit a Proposal on a contract with a public entity for the construction or repair of a public building or a public work, may not submit Proposals on leases of real property to a public entity, may not be awarded or perform work as a Vendor, supplier, sub- Vendor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section , for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted Vendor list. ANTI-COLLUSION STATEMENT The below signed Proposer has not divulged to, discussed or compared his/her proposal with other Vendors and has not colluded with any other Proposer or parties to a Proposal whatsoever. Note: no premiums, rebates, or gratuities to any employee or agent are permitted with, before, or after any delivery of materials. Any such violation will result in the cancellation and/or return of material (as applicable) and the removal from the master vendors list. I have read and understand the contents of the above. Signature: Date: Print Name: Vendor Name: Page 16 of 18

17 AUTHORIZED SIGNATURES/NEGOTIATORS The proposer represents that the following persons are authorized to sign and/or negotiate contracts and related documents to which the proposer will be duly bound: Name Title Phone # Fax # (Signature) (Title) (Name of Business) The proposer/offer or shall complete and submit the following information with the proposal or proposal: Type of Organization Sole Proprietorship Partnership Joint Venture Corporation State of Incorporation: Federal I.D. or Social Security number is Page 17 of 18

18 Cut along outer border and tape this label to your Request for Proposal envelope to identify it as a Request for Proposal. Neither faxed nor electronically submitted documents will be accepted. Be sure to include the name of the company submitting the proposal where requested. DELIVER TO: PURCHASING SECTION Polk County Sheriff s Office 1891 Jim Keene Boulevard Winter Haven, FL REQUEST FOR PROPOSAL DO NOT OPEN SEALED NO.: RFP #P PROPOSAL TITLE: FLEET VEHICLE REPAIRS AND SERVICE DUE DATE/TIME: SUBMITTED BY: February 26, 2:00 PM Name of Company Page 18 of 18

RFP # P2015-03 Disaster Recovery Site/Offsite Backup Support June 10, 2015

RFP # P2015-03 Disaster Recovery Site/Offsite Backup Support June 10, 2015 1891 Ji m Keene Bl vd Wi nt er Haven, FL 33880-8010 Phone: 863. 298. 6200 www. pol ksheriff. org RFP # P2015-03 Disaster Recovery Site/ June 10, 2015 TO: All Vendors The Polk County Sheriff s Office is

More information

BOROUGH OF KENILWORTH

BOROUGH OF KENILWORTH BOROUGH OF KENILWORTH REQUEST FOR PROPOSALS FOR TAX APPEAL ATTORNEY BOROUGH OF KENILWORTH Contract Term January 1, 2016 through December 31, 2016 SUBMISSION DEADLINE 3:00 P.M. NOVEMBER 12, 2015 ADDRESS

More information

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

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

More information

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

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

More information

NPSA GENERAL PROVISIONS

NPSA GENERAL PROVISIONS NPSA GENERAL PROVISIONS 1. Independent Contractor. A. It is understood and agreed that CONTRACTOR (including CONTRACTOR s employees) is an independent contractor and that no relationship of employer-employee

More information

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

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

More information

NEWBURGH 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 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 information

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019

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

More information

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

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

More information

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

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

More information

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM 200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM

More information

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: MARTIN COUNTY BOARD OF COUNTY COMMISSIONERS, a political subdivision

More information

TOWNSHIP OF BERKELEY HEIGHTS

TOWNSHIP OF BERKELEY HEIGHTS TOWNSHIP OF BERKELEY HEIGHTS REQUEST FOR PROPOSALFOR TAX ATTORNEY SERVICES Township of Berkeley Heights Contract Term January 1, 2015 through December 31, 2015 SUBMISSION DEADLINE 10:00 A.M. DEBEMBER 5,

More information

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

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

More information

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

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

More information

REQUEST FOR PROPOSAL RFP # P08-09 GEOGRAPHIC INFORMATION SYSTEM PROFESSIONAL SERVICES AND INFRASTRUCTURE ASSET MANAGEMENT SERVICES

REQUEST FOR PROPOSAL RFP # P08-09 GEOGRAPHIC INFORMATION SYSTEM PROFESSIONAL SERVICES AND INFRASTRUCTURE ASSET MANAGEMENT SERVICES CITY OF CASSELBERRY REQUEST FOR PROPOSAL RFP # P08-09 GEOGRAPHIC INFORMATION SYSTEM PROFESSIONAL SERVICES AND INFRASTRUCTURE ASSET MANAGEMENT SERVICES TABLE OF CONTENTS RFP # P08-09 GEOGRAPHIC INFORMATION

More information

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION

More information

OSWEGO COUNTY PURCHASING DEPARTMENT

OSWEGO COUNTY PURCHASING DEPARTMENT Bid #38-14 VOIP Municipal Lease OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 Email: dstevens@oswegocounty.com

More information

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR INDEPENDENT FINANCIAL ADVISOR. Issued by the Town of Bedford

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR INDEPENDENT FINANCIAL ADVISOR. Issued by the Town of Bedford REQUEST FOR PROPOSAL/QUALIFICATIONS FOR INDEPENDENT FINANCIAL ADVISOR Issued by the Town of Bedford Chris Burdick, Supervisor David Gabrielson, Deputy Supervisor Francis Corcoran Marybeth Kass Lisbeth

More information

INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES

INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES This Independent Contractor Agreement for Services ( Agreement ) is made as of, 2012, between the Culver City Unified School District ("District")

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2015-26: LINENS & LAUNDERING SERVICE SUBMISSIONS SHALL BE ACCEPTED UNTIL FRIDAY, MAY 29 at 9:00 a.m. CST AND RECEIVED AT: COLE COUNTY COMMISSION

More information

Air Conditioning Maintenance Services

Air Conditioning Maintenance Services Town of Lauderdale-By-The-Sea REQUEST FOR PROPOSAL No. 14-05-01 Air Conditioning Maintenance Services RFP OPENING: July 29, 2014 2:00P.M. Town Hall 4501 Ocean Drive Lauderdale-By-The-Sea, FL 33308 acs

More information

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

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

More information

Request for Proposal #2015-03

Request for Proposal #2015-03 Request for Proposal #2015-03 Mold Remediation For Washington County, Arkansas Washington County, Arkansas Request of Proposal # 2015-03 1. INTRODUCTION... 3 1.1 INTRODUCTION... 3 1.2 GENERAL INFORMATION...

More information

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

Request For Price. Work Schedule The project shall commence within a reasonable time of the request. Request For Price The Town of Somers is soliciting two (2) year contract proposals for emergency and non-emergency plumbing work at the following locations in Somers, New York 10589: Somers Town House,

More information

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

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

More information

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

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

More information

ADDENDUM NO. 1 TO RFP 9600-61: Locum Tenens Referrals

ADDENDUM NO. 1 TO RFP 9600-61: Locum Tenens Referrals ADDENDUM NO. 1 TO RFP 9600-61: Locum Tenens Referrals Date: March 18, 2015 To: All Vendors Interested in RFP # 9600-61 From: Kristen Aldrich, Deputy Purchasing Agent, NMC Contracts Division Subject: Addendum

More information

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

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office JBrown@santa-ana.org

More information

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

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

More information

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

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

More information

Request for Proposals RFP No. 14-12

Request for Proposals RFP No. 14-12 Request for Proposals RFP No. 14-12 The Gadsden County Board of County Commissioners is seeking sealed proposals from vendors who desire to lease dental equipment owned by the County. Proposals will be

More information

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 Notice is hereby given that the City of Lemoore is soliciting proposals

More information

COUNTY OF UNION, NEW JERSEY

COUNTY OF UNION, NEW JERSEY CITY OF ELIZABETH, COUNTY OF UNION, NEW JERSEY REQUEST FOR QUALIFICATIONS Insurance Consultant Contract Term Fiscal Year (July 1, 2015 through June 30, 2016) SUBMISSION DEADLINE 4:00 P.M. Friday JUNE 26,

More information

REQUEST FOR PROPOSAL. Insurance Broker Services. Property Liability Casualty Fleet Workers Compensation

REQUEST FOR PROPOSAL. Insurance Broker Services. Property Liability Casualty Fleet Workers Compensation 925 Felix Street St. Joseph, MO 64501 Telephone: 816-671-4000 Fax: 816-671-4469 REQUEST FOR PROPOSAL Insurance Broker Services Property Liability Casualty Fleet Workers Compensation CONTACT: RESPONSE DUE:

More information

St. Andrews Public Service District

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

More information

Borough of Jamesburg

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

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16RD101910B PROJECT TITLE: Motorola Radio Batteries Sheriff Department DUE DATE: 3/14/2016 WILL

More information

Request for Proposal PLUMBING INSPECTOR SERVICES

Request for Proposal PLUMBING INSPECTOR SERVICES CITY OF MARINETTE, WISCONSIN Request for Proposal PLUMBING INSPECTOR SERVICES Issued February 16, 2015 DEADLINE 12:00 noon Monday, March 2, 2015 CONTACT: Jonathan Sbar City Attorney and Human Resource

More information

UTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER

UTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER UTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER SECTION 1 ADMINISTRATIVE OVERVIEW 1.1 PURPOSE Utah County is soliciting proposals from insurance brokers/consultants qualified to

More information

Request for Proposal RFP #201501. Printing & Mailing Services

Request for Proposal RFP #201501. Printing & Mailing Services Request for Proposal Printing & Mailing Services Date of Issue: 03/24/2015 For period beginning: 05/01/2015 Due Date/Time for Receipt of Proposals: 04/06/2015 @ 2:00 p.m. (EDT) RFP Number: 201501 Date

More information

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. 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

More information

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 REQUEST FOR QUOTATION Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 3:00 PM (EDST) on May 1, 2014,

More information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information Memorandum Important information related to requirements of state or local laws to include additional provisions in residential construction contracts Potentially Affected AIA Contract Documents AIA Document

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Purchasing Director REQUEST FOR E-QUOTE NUMBER: 15RD99627B PROJECT TITLE: Barracuda Web App Firewall 460Vx Support and Licenses Information

More information

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 REQUEST FOR QUOTATION Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 4:00 PM (EDST) on September 2,

More information

CONSULTANT AGREEMENT

CONSULTANT AGREEMENT Douglas County School District Re.1 Castle Rock, Colorado CONSULTANT AGREEMENT This agreement, dated effective as of is made and entered into by and between the Douglas County School District Re.1, Douglas

More information

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT INDEPENDENT CONTRACTOR AGREEMENT This Agreement, made this day of, between, Florida Rock Stars Inc. hereinafter referred to as "Company", located at 205 N Flagler Ave, Homestead FL 33030 and hereinafter

More information

ARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and

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

More information

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

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

More information

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School Carmel Unified School District Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School January 4, 2016 1 NOTICE REGARDING PREQUALIFICATION FOR BLEACHER AND PRESSBOX

More information

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT

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

More information

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

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

More information

CITY OF SHERWOOD Independent Contractor Agreement (for Personal Services or for Public Works under $25,000)

CITY OF SHERWOOD Independent Contractor Agreement (for Personal Services or for Public Works under $25,000) CITY OF SHERWOOD Independent Contractor Agreement (for Personal Services or for Public Works under $25,000) Dated: Parties: City of Sherwood ( CITY ) 20 NW Washington Street Sherwood, Oregon 97140 And

More information

Issue Date: May 6, 2014

Issue Date: May 6, 2014 Issue Date: May 6, 2014 Tallahassee Community College Attn: Bobby Hinson, Purchasing Manager TCC Purchasing Department Hinson Administration Building 444 Appleyard Drive Tallahassee, Florida 32304-2895

More information

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY MUNICIPAL SOLICITOR REQUEST FOR PROPOSAL

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY MUNICIPAL SOLICITOR REQUEST FOR PROPOSAL BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY MUNICIPAL SOLICITOR REQUEST FOR PROPOSAL Project Name: MUNICIPAL SOLICITOR Date Packet Available: June 12, 2009 RFP Due By: July 2, 2009, 3:00 P.M. RFP Submitted

More information

Robla School District

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

More information

How To Write A Contract Between College And Independent Contractor

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

More information

REQUEST FOR PROPOSAL FURNISHING, DELIVERY, AND INSTALLATION POLICE RECORDS MANAGEMENT SYSTEM JOLIET JUNIOR COLLEGE OPENING DATE: MARCH 25, 2008

REQUEST FOR PROPOSAL FURNISHING, DELIVERY, AND INSTALLATION POLICE RECORDS MANAGEMENT SYSTEM JOLIET JUNIOR COLLEGE OPENING DATE: MARCH 25, 2008 REQUEST FOR PROPOSAL FOR FURNISHING, DELIVERY, AND INSTALLATION OF POLICE RECORDS MANAGEMENT SYSTEM FOR JOLIET JUNIOR COLLEGE OPENING DATE: MARCH 25, 2008 TIME: 2:00 PM, CDT Dated: 3/07/08 1 INTRODUCTION

More information

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 ) 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,

More information

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016 1. Bid Delivery Instructions for State Procurement: Fax quotations may be submitted either: Via fax to: (225) 342-9756 OR Delivered by hand or courier service to: Office of State Procurement Claiborne

More information

SMART. This proposal must be returned by: December 22, 2011 2:00pm

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

More information

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

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

More information

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

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

More information

KERN COMMUNITY COLLEGE DISTRICT AGREEMENT WITH INDEPENDENT CONTRACTOR

KERN COMMUNITY COLLEGE DISTRICT AGREEMENT WITH INDEPENDENT CONTRACTOR KERN COMMUNITY COLLEGE DISTRICT AGREEMENT WITH INDEPENDENT CONTRACTOR This Agreement is entered into by and between the Kern Community College District, on behalf of (Check One): District Office Bakersfield

More information

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS Jail Boiler Replacement Project For the Facilities Management Department PROPOSALS DUE: 2:00 p.m., Thursday, November 20, 2014 1 P age P:\Jail Boiler Replacement

More information

Master Software Purchase Agreement

Master Software Purchase Agreement Master Software Purchase Agreement This Master Software Purchase Agreement ( Agreement ) is entered into as of Wednesday, March 12, 2014 (the Effective Date ) by and between with principal offices at (

More information

b. Deliverables Prepare and deliver draft report ( copies); Prepare and deliver final report (

b. Deliverables Prepare and deliver draft report ( copies); Prepare and deliver final report ( City of Lincoln, Nebraska CONTRACT FOR ENGINEERING SERVICES THIS CONTRACT, executed in triplicate, is between the City of Lincoln, Nebraska (City) and (Engineer), a corporation of the state of, with a

More information

Purchase Order Addendum

Purchase Order Addendum [STANDARD TERMS AND CONDITIONS] Purchase Order Addendum This purchase order addendum sets forth the terms and conditions under which an offer is issued to the Seller by the Board of Regents of the University

More information

SELLING TERMS AND CONDITIONS

SELLING TERMS AND CONDITIONS SELLING TERMS AND CONDITIONS 1. The Agreement. All sales by Sterling Machinery, Inc., an Arkansas corporation (the Seller ) to the purchaser of Seller s Goods (the Buyer ) shall be governed by the following

More information

REQUEST FOR QUALIFICATIONS FOR FORENSIC ACCOUNTING SERVICES

REQUEST FOR QUALIFICATIONS FOR FORENSIC ACCOUNTING SERVICES CITY OF LINDEN REQUEST FOR QUALIFICATIONS FOR FORENSIC ACCOUNTING SERVICES CITY OF LINDEN Contract Term January 1, 2015 through December 31, 2015 SUBMISSION DEADLINE 9:30 AM November 13, 2014 10:00 a.m.

More information

L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming

L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming Request for Proposals to provide Landscape Architect Due Date Proposal Submissions Monday, June 15, 2015 by 5:00 p.m. RFP15-15008 Solicited by: Department

More information

Stephenson County, Illinois

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

More information

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

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

More information

INGREDION ANZ PTY LTD STANDARD TERMS AND CONDITIONS OF PURCHASE. 3. Price

INGREDION ANZ PTY LTD STANDARD TERMS AND CONDITIONS OF PURCHASE. 3. Price INGREDION ANZ PTY LTD STANDARD TERMS AND CONDITIONS OF PURCHASE These standard terms and conditions ( Agreement ) apply to all contracts for the purchase of Goods or Services by Ingredion from the Supplier.

More information

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE: REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES Prepared by City of Richmond Finance Department February 18, 2016 RESPONSES DUE: 2:30 P.M., Monday, March 7, 2016 REQUEST FOR STATEMENTS OF QUALIFICATIONS

More information

SAMPLE SERVICES CONTRACT

SAMPLE SERVICES CONTRACT SAMPLE SERVICES CONTRACT The parties to this contract are the SAN DIEGO COUNTY WATER AUTHORITY, a county water authority, (the Water Authority) and, [a / an], having its principal place of business at

More information

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 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

More information

PURCHASE ORDER TERMS AND CONDITIONS

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

More information

SAINT LOUIS COUNTY GOVERNMENT PARKS & RECREATION DEPARTMENT REQUEST FOR PROPOSAL (RFP)

SAINT LOUIS COUNTY GOVERNMENT PARKS & RECREATION DEPARTMENT REQUEST FOR PROPOSAL (RFP) PARKS & RECREATION DEPARTMENT (RFP) FULL-SERVICE ADVERTISING, MARKETING, BRANDING, MEDIA AND COMMUNICATIONS AGENCY Proposal Due Date: July 1, 2013 PARKS & RECREATION DEPARTMENT Page 1 TABLE OF CONTENTS:

More information

FIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE

FIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE THE SCHOOL DISTRICT SHARON SWAN ARTHUR C. JOHNSON, Ph.D. OF PALM BEACH COUNTY, FLORIDA DIRECTOR SUPERINTENDENT CONSTRUCTION PURCHASING DEPARTMENT 3661 INTERSTATE PARK ROAD NORTH, SUITE 200 RIVIERA BEACH,

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS PLYMOUTH-CANTON COMMUNITY SCHOOLS REQUEST FOR PROPOSALS Assignment of Rights to Wireless Telecommunication Lease, Tower and/or Tower Management Agreement Plymouth-Canton Community Schools E.J. McClendon

More information

PROFESSIONAL/CONSULTING SERVICES AGREEMENT

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

More information

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

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

More information

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 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

More information

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

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

More information

REQUEST FOR PROPOSAL #6370 FLEET VEHICLE MAINTENANCE SERVICES FOR WASHTENAW COUNTY

REQUEST FOR PROPOSAL #6370 FLEET VEHICLE MAINTENANCE SERVICES FOR WASHTENAW COUNTY BIDDERS COMPANY NAME: REQUEST FOR PROPOSAL #6370 FLEET VEHICLE MAINTENANCE SERVICES FOR WASHTENAW COUNTY Prepared By: Washtenaw County Purchasing Administration Building 220 N. Main B-35 Ann Arbor, MI

More information

Request for Quotation (RFQ) Property/Casualty Insurance

Request for Quotation (RFQ) Property/Casualty Insurance SECTION A GENERAL INFORMATION 1. Purpose Mesa County Public Library District (MCPLD) requests written quotations for coverages to be effective January 1, 2016. The selected firm will act as advisor, consultant

More information

COUNTY OF TANEY, MISSOURI

COUNTY OF TANEY, MISSOURI COUNTY OF TANEY, MISSOURI REQUEST FOR BID For WORKERS COMPENSATION INSURANCE Taney County, Missouri RFB# 201202-168 Workers Compensation Insurance Release Date: February 25, 2012 Submittal Deadline: March

More information

APPALCART REQUEST FOR PROPOSAL

APPALCART REQUEST FOR PROPOSAL APPALCART REQUEST FOR PROPOSAL COMPUTER, NETWORK, AND SERVER CONSULTING INTRODUCTION AppalCART (the Authority) is issuing this Request for Proposal (RFP) to solicit contractor proposals to provide oversight

More information

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits The City of Louisville, Colorado is accepting proposals for the purpose of performing sales and use tax, and franchise fee compliance

More information

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT Contract #: Total Obligation: AGREEMENT BETWEEN: The Georgia Department of Transportation s location identified in Paragraph 101A

More information

Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN

Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN The Delmar School District (DSD) is seeking the professional services of a Construction Management (CM) firm for the

More information

BUYING AGENCY AGREEMENT

BUYING AGENCY AGREEMENT THIS AGREEMENT ( Agreement ) is made this day of, 20xx, by and between, with its principal place of business at referred to hereinafter as Buyer, and, with its principal office at, hereinafter referred

More information

PHOTOGRAPHY/VIDEO SERVICES AGREEMENT

PHOTOGRAPHY/VIDEO SERVICES AGREEMENT PHOTOGRAPHY/VIDEO SERVICES AGREEMENT This Agreement is entered into as of the day of, 201_, between, Villanova University ( Villanova ) and, ( Photographer ). 1. Services. (a) Description and Requirements.

More information

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Purchasing Technician, Greenville Utilities

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Purchasing Technician, Greenville Utilities ADVERTISEMENT FOR BIDS Quotes will be received in the Office of the Purchasing Technician, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 4:00 PM (EDST) on

More information

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

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

More information

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING

More information

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

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

More information

TOWN OF WEST NEW YORK REQUEST FOR QUALIFICATIONS LEGAL SERVICES WORKER S COMPENSATION ATTORNEY. Qualification Period January 1, 2014 December 31, 2014

TOWN OF WEST NEW YORK REQUEST FOR QUALIFICATIONS LEGAL SERVICES WORKER S COMPENSATION ATTORNEY. Qualification Period January 1, 2014 December 31, 2014 TOWN OF WEST NEW YORK REQUEST FOR QUALIFICATIONS LEGAL SERVICES WORKER S COMPENSATION ATTORNEY Qualification Period January 1, 2014 December 31, 2014 SUBMISSION DEADLINE 3:30 p.m., November 15, 2013 ADDRESS

More information