LEARNING CENTER WELCOME VIDEO
|
|
|
- Barrie Briggs
- 9 years ago
- Views:
Transcription
1 REQUEST FOR QUOTATIONS (RFQ) LEARNING CENTER WELCOME VIDEO Solicitation No Harry Oliver Trail Thousand Palms, CA ATTN: Contracts Assistant Phone: (760) Fax: (760) sunline.org Key Dates RFQ Issued: May 3, 2016 Bids Due: May 13, 2016
2 NOTICE TO OFFERORS SunLine Transit Agency TO: RE: Prospective Vendors Request for Quotations (RFQ) LEARNING CENTER WELCOME VIDEO SunLine Transit Agency is requesting written quotations to engage a vendor to perform the tasks as described in the RFQ. SunLine is soliciting services of a firm or individual to provide LEARNING CENTER WELCOME VIDEO under a service contract. Written quotations are requested which will be firm and irrevocable until such time as SunLine has signed a contract with the successful vendor. The quotation of the successful bidder will be binding upon SunLine s acceptance of that quotation. The quotation should include price, delivery date, and all information needed to understand and evaluate the quotation, as well as any exception from SunLine specifications. Copies of SunLine s specifications for this work and standard terms & conditions are included with this packet and will become part of any purchase order/contract resulting from this solicitation. Written quotations for LEARNING CENTER WELCOME VIDEO will be received until 4:00pm Pacific Standard Time, May 13, 2016 at SunLine Transit Agency, Harry Oliver Trail, Thousand Palms, CA Physical or electronically sent quotations received after that time will not be considered. The contract to be entered into pursuant to this RFQ may be subject to a financial assistance contract between SunLine Transit Agency and the United States Department of Transportation. If this project is subject to Federal financial assistance, and for any reason the Federal financial assistance is withdrawn, then and in such event SunLine Transit Agency may withdraw this RFQ and/or terminate any contract entered into in accordance with these contract documents and specifications. Copies of the Request for Quotations and any addenda may be picked up by appointment at SunLine Transit Agency at the address above, downloaded at or requested by at the address below. SunLine Transit Agency reserves the right to accept or reject any quotation and to waive minor informalities or irregularities in the quotation process. Jennifer Tran, Contracts Assistant [email protected] (760) x
3 Request for Quotation Harry Oliver Trail Thousand Palms, CA Ph: (760) Fax: (760) Date Printed Quote Number Quote Due Date 5/3/ /13/2016 Page 6 Vendor Name Contact Address Ph. No. Ship to Name SunLine Transit Agency Contact Jennifer Tran Address Harry Oliver Tr. Thousand Palms, CA Ph. No. (760) Payment Terms Net 30 Ship VIA Best Way Requesting Terms F.O.B. SunLine Transit Agency Freight Terms Prepaid Need Date 5/27/2016 Unit Description Unit Price 1 Learning Center Welcome Video - One and a half minute video production Extended Price $ See Exhibit B for details All vendor quotes are subject to the provisions of the attached General Contract Terms and Conditions (Exhibit A). Vendor quotations will not be accepted unless all requested information has been provided and the quotation is signed. Sub Total $ Tax $ Payment Terms Ship VIA F.O.B Terms Quoted Freight Terms Grand Total $ Vendor Commitment Date Special Instructions: 3
4 EXHIBIT A SUNLINE TRANSIT AGENCY QUOTE FORM TERMS AND CONDITIONS Rev. November 12, EXPLANATIONS, CLARIFICATIONS, AND CHANGES. Vendors shall request any explanation, clarification or changes to specifications in writing. Any reply and/or changes to the specifications will be made by written addendum that shall become part of the bid document. QUOTE SUBMISSION. To receive consideration, quotes must be delivered or faxed prior to the date the quotes are due. Submission of a quote shall constitute a firm offer to the AGENCY for sixty (60) days from the last day of receipt of quotes. Unauthorized conditions, limitations or provisions attached to a quote may render it non-responsive and may cause its rejection. A vendor may withdraw its quote prior to quote opening, without prejudice by submitting a written request for its withdrawal to the SunLine Transit Agency ( Agency ). The vendor must be able to identify its quote, show proper identification and show proper authorization to withdraw the quote. Conflicting conditions, limitations, or terms attached to a quote are hereby objected to and superseded by these contract terms. APPROVED EQUALS. When the name of a manufacturer, brand or make, with or without a model number, is used in describing any item in this document, quotes for similar articles will be considered unless otherwise stated. The AGENCY will be the sole judge of whether such alternative articles are acceptable. Unless the vendor states to the contrary, articles offered are assumed to be specific articles named in this document and that articles offered are in accordance with the specifications. If not offering the specific articles named, vendor should enclose with quote full information, specifications and descriptive data on items offered. The AGENCY reserves the right to permit deviations from the specifications if any article offered is substantially in accord with the specifications and is deemed by the AGENCY to be as good as quality and as fully satisfactory for its intended use as an article fully meeting specifications. AWARD AND REJECTION OF QUOTES. The AGENCY may reject any and all quotes, may waive any minor irregularities or informalities in any quote or in the quoting procedure, and may reject a quote of any party who has been delinquent or unfaithful in any former contract with the AGENCY. If an award is made, it will be made to the lowest evaluated bidder. Upon award, AGENCY will issue a Purchase Order or Contract ( Contract ) to the successful bidder, incorporating these Quote Form Terms and Conditions. The Purchase Order or Contract may not be modified unless such modifications are specifically accepted in writing by AGENCY. The successful bidder ( SELLER ) shall execute the Contract within seven (7) working days of SELLER s receipt of it. CHANGES. AGENCY may suspend this Contract or make changes in any terms and conditions governing this Contract at any time. If any change causes a change in the price of this Contract or in the time required for its performance, SELLER shall promptly submit its claim for adjustment in writing to the AGENCY. All changes shall be by confirmed written amendment issued by AGENCY. Nothing in this clause excuses SELLER from proceeding immediately with this Contract as changed. CANCELLATION, DEFAULT AND EXCESS RE-PROCUREMENT LIABILITY. AGENCY reserves the right to cancel this Contract at any time prior to acceptance and for any reason upon written notice to the SELLER. If the SELLER fails, after reasonable notice by AGENCY, to cure a deficiency in performance or lack of progress, AGENCY shall have such additional remedies as may be available whether or not it terminates this Contract, including, but not limited to, the payment by SELLER to AGENCY of all expenses incurred by AGENCY in re-procuring from another source the same or similar goods or services that SELLER failed to furnish satisfactorily. For services, AGENCY will only pay for those services performed satisfactorily up to the date of termination. OWNERSHIP OF WORK/RECORDS. All materials to which SELLER has access or prepares under this Contract shall be the property of AGENCY; shall be held in confidence by SELLER; shall not be released without permission of AGENCY; and shall be returned to AGENCY upon termination of Contract. SELLER shall maintain all data and records relating to its performance of this Contract for 3 years after AGENCY makes final payment under this Contract and shall permit AGENCY to inspect, audit and copy these records. CONDITION OF PRODUCTS. Products offered and furnished must be new and previously unused and of manufacturer s latest model unless otherwise specified herein. INSPECTION AND ACCEPTANCE. All items are subject to final inspection and acceptance by AGENCY at destination, notwithstanding prior payment to obtain cash discount. SELLER is to pay transportation and shipping charges to remove rejected materials or products. DELIVERY CHARGES. If price quoted on this Contract includes an additional charge for delivery from point to origin, SELLER shall show such delivery charge on the invoice as a separate item and such charge shall not be subject to California State Sales/Use Tax. No additional charge for transportation, containers, packing, etc. will be allowed unless so specified in this Contract. PAYMENT. Each order and shipment shall be invoiced separately. AGENCY will make payment within thirty (30) days of AGENCY'S acceptance of the invoice. All invoices and packing slips/bills of lading shall reflect the AGENCY'S Purchase Order number. No C.O.D. shipments will be accepted. For services, AGENCY shall be invoiced monthly. WARRANTY OF FITNESS. SELLER warrants that all materials furnished shall meet all requirements and conditions of the AGENCY'S Contract and manufacturer's warranty, if any, and shall be fit for the purposes intended and shall be free of all patent and latent defects in design, material, and workmanship. SELLER agrees that by acceptance of this warranty and acceptance of the materials or supplies provided by the SELLER, the AGENCY does not waive any warranty, either expressed or implied in Sections , inclusive, of the Commercial Code of the State of California or of the United States. WARRANTY OF TITLE. The SELLER warrants and agrees that title to all materials equipment furnished under this contract accepted by the AGENCY will pass to the AGENCY free and clear of all liens, claims, security interests, or encumbrances. TITLE AND RISK OF LOSS. Unless otherwise provided in this Contract, SELLER shall have title to and bear the risk of any loss or damage to the goods ordered until they are delivered in conformity with this Contract at the specified F.O.B. point. Upon such delivery, title shall pass from SELLER to AGENCY and SELLER'S responsibility for losses or damage shall cease, except for loss or damage occurring prior to or upon delivery, or loss or damage resulting from SELLER'S negligence or intentional acts. Passing of title upon such delivery shall not constitute acceptance of the goods and services by AGENCY. 4
5 ASSIGNMENTS AND SUBCONTRACTING. Neither this Contract nor any interest herein nor any claim hereunder may be assigned or subcontracted by SELLER either voluntarily or by operation of law, without the prior consent of AGENCY. No consent shall be deemed to relieve SELLER of its obligations to comply fully with the requirements thereof. SELLER S STATUS. SELLER is an independent contractor. Neither SELLER nor any party contracting with SELLER or employed by SELLER shall be deemed an agent or employee of AGENCY. INDEMNIFICATION/INFRINGEMENT OF PATENTS. The SELLER shall indemnify, keep and save harmless the AGENCY and its directors, officers, employees and agents against all suits or claims that may be based on any injury to or death of any person or any damage to property that may occur, including any suits or proceedings claiming an infringement of any patent of the United States, or that may be alleged to have occurred, arising from the performance of this Contract by the SELLER, whether or not it shall be claimed that the injury was caused through a negligent act or omission of the SELLER or its employees or agents. The SELLER shall, at its own expense, pay all charges of attorneys and all costs and other expenses arising or incurred in connection with the action. If any judgment shall be rendered against the AGENCY in any such action, the SELLER shall at its own expense satisfy and discharge it. The SELLER agrees that it will, at its own expense, defend all suits and all proceedings instituted against the AGENCY and pay any award of damages assessed against the AGENCY in any suits or proceedings if they are based on any claim that the materials or equipment provided under this Contract, or any part thereof, or any tool, article or process used in manufacture thereof constitutes an infringement of any patent of the United States. 18 INSURANCE. If SELLER is providing services to the AGENCY, SELLER shall maintain workers compensation insurance in accordance with state requirements. SELLER shall also maintain commercial general liability insurance, including automobile liability insurance, in the amount of at least $1,000,000 per claim. AGENCY reserves the right to require submittal of a certificate of insurance naming the AGENCY, its directors, officers, employees and agents as additional insureds. In addition, SELLER shall maintain professional liability insurance if applicable FEDERAL, STATE AND LOCAL LAWS. SELLER'S acceptance of this Contract certifies that goods and services sold and furnished to AGENCY by SELLER are produced and sold in conformity with all applicable federal, state and local laws, rules, ordinances and regulations, including all applicable environmental statutes, regulations and guidelines. ENVIRONMENTAL COMPLIANCE. SELLER shall comply with applicable environmental statutes, regulations and guidelines in performing the work under this Contract, including laws on the disposal of hazardous wastes. The SELLER shall bear full and exclusive responsibility for any release of hazardous or non-hazardous substances or disposal of hazardous wastes during the course of performance of this Contract. The SELLER shall be solely responsible for all claims and expenses associated with the disposal of hazardous wastes or with the response to, removal or remediation of any release, including without limitation, payment of any fines or penalties levied against the AGENCY by any governmental authority as result of such release. The SELLER shall hold harmless, indemnify and defend the AGENCY from any claims, suits or actions arising from such disposal or release. SELLER shall immediately notify the AGENCY of any accidental incident related to the handling, transportation or disposal of hazardous or non-hazardous substances. The AGENCY reserves the right to gain access to and inspect SELLER vehicles and/or facilities that handle, transport, or dispose of hazardous or non-hazardous substances PROHIBITED INTEREST. By submitting a Quote, the SELLER represents and warrants that neither the General Manager nor any director, officer, or employee of the AGENCY is in any manner interested directly or indirectly in the SELLER, the Quote or in the CONTRACT which may be awarded under it, or in any expected profits to arise there from. DISADVANTAGED BUSINESS ENTERPRISES/NONDISCRIMINATION. The SELLER shall not discriminate on the basis of race, color, national origin, or sex in the performance of this CONTRACT. The SELLER shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of U.S. Department of Transportation-assisted CONTRACTS. Failure by the SELLER to carry out these requirements is a material breach of this CONTRACT, which may result in the termination of this CONTRACT or such other remedy, as the AGENCY may deem appropriate. SELLER will use its best efforts to ensure that barriers to participation by Disadvantaged Business Enterprises do not exist. SELLER shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin or disability. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment advertising, layoff or termination, rates of pay or any other forms of compensation and selection for training, including apprenticeship. GOVERNING LAW. This Quote, the resulting CONTRACT and the work performed under it shall be governed by these Terms and Conditions and the laws of the State of California. TAXES: AGENCY is exempt from Federal Taxes or Federal Transportation Taxes. All vendors are required to distinguish if they are California based entities or operating outside of California. The Davis-Bacon and Copeland Acts. are codified at 40 USC 3141, et seq. and 18 USC 874. The Acts apply to construction contracts and subcontracts that at least partly are financed by a loan or grant from the Federal Government. 40 USC 3145(a), 29 CFR 5.2(h), 49 CFR 18.36(i)(5). The Acts apply to any construction contract over $2, USC 3142(a), 29 CFR 5.5(a). Program Fraud and False or Fraudulent Statements or Related Acts. (1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Nondiscrimination. In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C , and Federal transit law at 49 U.S.C. 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. Incorporation of Federal Transit Administration (FTA) Terms. The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT. Whether or not expressly set forth in the preceding contract provisions, all contractual provisions required by DOT, as set forth in FTA Circular F are hereby incorporated by this reference. 5
6 EXHIBIT B SCOPE OF WORK One-and-a-half-minute welcome video for SunLine Transit Agency s Learning Center. Pre-production Production Planning & Scheduling Set up a backdrop and film CEO direct to camera. Production will take place at SunLine Transit Agency Include necessary crew (camera operator, production manager, teleprompter) & gear (HD camera package, grip/electronic gear, backdrop) Post Production Editorial Deliverables Scripting Motion Graphics (opening/closing graphic & ID tag) Electronic HD & Web versions 6
REQUEST FOR QUOTE. RFQ No. 14-68478 NETWORK MAPPING SOFTWARE
REQUEST FOR QUOTE RFQ No. 14-68478 NETWORK MAPPING SOFTWARE ISSUE DATE: January 16, 2015 QUOTE DUE DATE: January 30, 2015 EXECUTIVE SUMMARY RFQ No. 14-68478 Hampton Roads Transit has a need for the service
RFQ No. 4856B-0-2016/MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM
REQUEST FOR QUOTATION City of Norfolk (Please include your company name and address below) Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM Mail or fax reply to: Office of the Purchasing Agent Attn:
MAJOR EQUIPMENT PURCHASE CONTRACT
MAJOR EQUIPMENT PURCHASE CONTRACT CONSUMERS ENERGY COMPANY ONE ENERGY PLAZA JACKSON, MI 49201 ( Buyer ) ( Seller ) Date:, 20 Subject to the provisions of this Major Equipment Purchase Contract ( Contract
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
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
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
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
PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )
PROPOSAL DOCUMENT CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVEBEVERLY HILLS, CALIFORNIA 90210(310) 285-2440 LEGAL NOTICE - PROPOSALS WANTED Sealed proposals are requested on the list
BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS
BID PACKAGE CITY OF BEVERLY HILLS INFORMATION TECHNOLOGY DEPARTMENT 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED Sealed proposals are requested on the list of materials,
PURCHASE TERMS & CONDITIONS (EFFECTIVE MAY 23, 2014)
PURCHASE TERMS & CONDITIONS (EFFECTIVE MAY 23, 2014) 1. ACCEPTANCE OF CONTRACT: Campbell Hausfeld ( Buyer ) is not bound by any purchase order until Seller executes and returns to Buyer the acknowledgment
Purchase Order Terms and Conditions Beloit College
Purchase Order Terms and Conditions Beloit College Accounting Office 608-363-2205 (Tim Miles Controller) 608-363-2206 (Deb Sperry Accounts Payable) 608-363-2897 (fax) The purpose of these terms and conditions
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
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
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
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,
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
CITY OF ARLINGTON STANDARD TERMS AND CONDITIONS CITY OF ARLINGTON STANDARD TERMS AND CONDITIONS
CITY OF ARLINGTON STANDARD TERMS AND CONDITIONS CITY OF ARLINGTON STANDARD TERMS AND CONDITIONS B1. APPLICABLE LAW/VENUE - This Contract is entered into subject to the Charter and ordinances of the City
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
THIS IS A SAMPLE CONTRACT FORM ONLY. THE ACTUAL CONTRACT MAY OR MAY NOT CONTAIN THE PROVISIONS HEREIN, DEPENDING ON THE SCOPE OF WORK.
CONSULTANT CONTRACT Resolution No. - STATE OF TEXAS COUNTY OF DALLAS THIS CONTRACT is made and entered into by and between the CITY OF DALLAS, a Texas municipal corporation, of Dallas County, Texas, (hereinafter
BROKER CARRIER AGREEMENT. THIS AGREEMENT is made and entered into on, 200, by and between REED FREIGHT SERVICES, INC. ( BROKER ) and ("CARRIER").
BROKER CARRIER AGREEMENT THIS AGREEMENT is made and entered into on, 200, by and between REED FREIGHT SERVICES, INC. ( BROKER ) and ("CARRIER"). I. Recitals A. BROKER is a licensed transportation broker
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
Department of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Interim Director REQUEST FOR E-QUOTE NUMBER: 16FB101644C PROJECT TITLE: Electronic Signature Pads DEPARTMENT: Finance DUE DATE: March
Terms and Conditions. 3012436v2 12285.01010
Terms and Conditions ACCEPTANCE. Except as otherwise agreed in a written agreement signed by both parties, these Terms and Conditions will govern Buyer s purchase order. BI Technologies acceptance of Buyer
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
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
REQUEST FOR QUOTATION Quote #30-452-1808 CAR WASH PUMP REPLACEMENT (This Is Not A Sealed Bid)
Purchasing Division 211 West Oakley Street Flint, Michigan 48503 Ph: 810.767.4920 Fax: 810.767.4405 Quotations will be received by the Purchasing Division of Genesee County Road Commission, until 1:45
ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552
ROCKDALE COUNTY, GEORGIA April 4, 2011 WINDOWS 2008/EXCHANGE 2010 UPGRADE REQUEST FOR BID #11-15 ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552
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
AGREEMENT FOR SERVICES BETWEEN [INSTITUTION] AND [CONTRACTOR] THIS AGREEMENT is made by and between [INSTITUTION] ( Institution ), and ( Contractor ).
AGREEMENT FOR SERVICES BETWEEN [INSTITUTION] AND [CONTRACTOR] THIS AGREEMENT is made by and between [INSTITUTION] ( Institution ), and ( Contractor ). WHEREAS, the Institution anticipates that the Services
PURCHASE TERMS & CONDITIONS North America Greene, Tweed & Co. (Houston, Texas)
PURCHASE TERMS & CONDITIONS North America (Houston, Texas) 1. Acceptance. Any acceptance of any offer by the seller (ʺSellerʺ) is limited to acceptance by Seller of all the additional and different terms
PROFESSIONAL SERVICES CONSULTING AGREEMENT
PROFESSIONAL SERVICES CONSULTING AGREEMENT THIS AGREEMENT, effective as of the date of (the Effective Date ), is by and between New Jersey Institute of Technology ("NJIT"), a public research university,
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
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
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
April 28, 2015 @ 3:00 P.M. EST.
SOLICITATION #: RFB 90003435T REQUEST FOR BID VENDOR ( BIDDER ) NAME AND ADDRESS:, BID DUE DATE AND TIME: April 28, 2015 @ 3:00 P.M. EST. RETURN BID TO: Procurement Contracting and Payment Services (PCPS)
Request for Quotation For Design and Printing
PAGE 1 OF 7 Request for Quotation For Design and Printing Head Start of Greater Dallas, Inc. is requesting quotation for Printing and Design Work for Marketing and Public Relations for the Agency locations
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
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.
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
BID INVITATION FOR: CALL RECORDING SOLUTION
State of New Hampshire Date: 10/3/2008 Division of Plant and Property Management Bureau of Purchase and Property Bid No.: 141-09 25 Capitol Street, State House Annex Concord, NH 03301-6398 Date of Bid
OUR COMPANY SOLICITATION FOR BIDS and CONTRACT FOR SERVICE. (Project)
OUR COMPANY SOLICITATION FOR BIDS and CONTRACT FOR SERVICE (Project) PART I GENERAL TERMS AND CONDITIONS 1. REQUIREMENTS 1.1. Pricing will be per unit shown and charges will be totaled in the extension
THE UNIVERSITY OF NEW MEXICO ("UNM") Purchase Order STANDARD TERMS AND CONDITIONS. March 20, 2014
THE UNIVERSITY OF NEW MEXICO ("UNM") Purchase Order STANDARD TERMS AND CONDITIONS March 20, 2014 1. **ACCEPTANCE AND REJECTION. If prior to final acceptance, any goods or services are found to be detective
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
Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing
CITY OF DEARBORN ADVERTISEMENT FOR NATURAL GAS PROVIDER TO THE CITY OF DEARBORN, MICHIGAN Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing Agent, 2951 Greenfield, Dearborn,
REQUEST FOR QUOTE # 20271
REQUEST FOR QUOTE # 20271 RFQ # 20271 CFC Quotation Due By: Bid Due Time: 03/23/2016 2:00:00 PM VENDOR INFO: VENDOR #: 99999.00 NAME: CONTACT: ADDRESS 1: ADDRESS 2: CITY: STATE: ZIP: EMAIL: PHONE: FAX:
INTERMEDIATE SOLICITATION DOCUMENT ( ISD ) for NETWORK WIRING PROJECT ISD #16-4. Fern Ridge School District #28J ( District ) PART I.
Quotation Deadline: 3/30/16 INTERMEDIATE SOLICITATION DOCUMENT ( ISD ) for NETWORK WIRING PROJECT ISD #16-4 Fern Ridge School District #28J ( District ) For more information or for clarification of any
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
REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.
DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2009 Achievement of Excellence in Procurement Award National Purchasing Institute Cecil S. Moore, Director REQUEST FOR QUOTE NUMBER: 10RD75957YB
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
Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402
Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Date: April 1, 2016 TO: Prospective Quoters RE: Request for Quotation (RFQ) 16-12 Rental and Service of Recycling Parts Washer
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.
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
City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID
INVITATION TO BID Sealed bid proposals, plainly marked "Plumbing Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,
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)
United Planning Organization REQUEST FOR QUOTATION (RFQ) SUPPLY OF NIMBLE STORAGE AREA NETWORK FOR SHAREPOINT 2013 PROJECT RFQ # 2016-08
United Planning Organization REQUEST FOR QUOTATION (RFQ) SUPPLY OF NIMBLE STORAGE AREA NETWORK FOR SHAREPOINT 2013 PROJECT RFQ # 2016-08 Request for Quotation (RFQ) Cover Page RFQ Solicitation Issue Date:
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 PROPOSAL Purchase of Electricity Services
REQUEST FOR PROPOSAL Purchase of Electricity Services The Town of Nantucket 16 Broad Street Nantucket Massachusetts 02554 Request for Proposal February 10 th 2016 1 A. INTRODUCTION AND INSTRUCTIONS TO
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
Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402
Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 August 4, 2014 TO: Prospective Quoters RE: Request for Quotation (RFQ) 14-21 Internet Service Provider The Greater Dayton Regional
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
IMO General Terms and Conditions
IMO General Terms and Conditions LEGAL STATUS 1 The Contractor shall be considered as having the legal status of an independent contractor vis-a-vis the International Maritime Organization. The Contractor's
REQUEST FOR PROPOSALS
ROWAN COUNTY 130 West Innes Street Salisbury, NC 28144 Tel: (704) 216-8174 Email: [email protected] REQUEST FOR PROPOSALS FOR REPLACEMENT OF COMMERCIAL ROOFTOP AIR CONDITIONING UNIT Issued
NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS
NEGAUNEE PUBLIC SCHOOLS REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS On a PERFORMANCE CONTRACTING BASIS July 26, 2010 NOTICE IS HEREBY GIVEN THAT THE BOARD OF EDUCATION OF NEGAUNEE
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
AGREEMENT BETWEEN THE COUNTY OF TEHAMA AND TAX SALE SERVICES OF CALIFORNIA, LLC
AGREEMENT BETWEEN THE COUNTY OF TEHAMA AND TAX SALE SERVICES OF CALIFORNIA, LLC This agreement is entered into between the Tehama County Tax Collector, ( County ) and Tax Sale Services of California, LLC.
COMPLIANCE WITH LAWS, CODES, AND STANDARDS
All products furnished by Jinan Meide Casting Co. Ltd, shall be in accordance with the following terms and conditions unless otherwise agreed to in writing: ACCEPTANCE AND COMPLETE AGREEMENT Buyer s order
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
KRONOS CANADA, INC. TERMS AND CONDITIONS OF SALE
KRONOS CANADA, INC. TERMS AND CONDITIONS OF SALE 1. Terms; Acceptance; Other Documents These terms and conditions (this Agreement ) contains the terms and conditions that apply to all purchases of products
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
AGREEMENT WITH FOR PROFESSIONAL CONSULTANT SERVICES FOR
AGREEMENT WITH FOR PROFESSIONAL CONSULTANT SERVICES FOR This Agreement, made and entered into this day of,, by and between the CITY OF SAN MATEO, a municipal corporation existing under the laws of the
To Whom It May Concern:
To Whom It May Concern: The Ohio Treasurer of State ( Treasurer ) may be eligible for an initial allocation of 100,000 student loan accounts to become a Not-For-Profit Direct Loan Servicer, as permitted
UNIVERSITY OF CALIFORNIA, REQUEST FOR PROPOSAL # UCM1019DG
UNIVERSITY OF CALIFORNIA BERKELEY DAVIS IRVINE LOS ANGELES MERCED RIVERSIDE SAN DIEGO SAN FRANCISCO SANTA BARBARA SANTA CRUZ UNIVERSITY OF CALIFORNIA, MERCED 5200 LAKE ROAD MERCED, CALIFORNIA 95343 (209)
WASTE SERVICES & DISPOSAL AGREEMENT. By: By: Name: Name: Title: Title:
WASTE SERVICES & DISPOSAL AGREEMENT COMPANY: CUSTOMER: By: By: Name: Name: Date Date Title: Title: Effective Date of Agreement: Initial Term: Contract No. This Waste & Disposal Services Agreement, consisting
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/
REQUEST FOR PROPOSAL Procurement of Landscaping Services
City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Procurement of Landscaping Services Issue Date: Thursday February 27, 2014 Bid Number: 14-012
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
City Website Design & Replacement RFP # 15-006
Request for Proposals City Website Design & Replacement RFP # 15-006 9/29/2015 The City of Fairburn, Georgia ( City ) is now accepting proposals from qualified consultants to provide design and replacement
NORTH CAROLINA STATE UNIVERSITY AGREEMENT
STATE OF NORTH CAROLINA Rev. 11/12 WAKE COUNTY NORTH CAROLINA STATE UNIVERSITY AGREEMENT THIS AGREEMENT ( Agreement ) made and entered into this day of 20, by and between ( Contractor ), and North Carolina
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
Wesco Aircraft Europe Ltd. Purchase Order Terms and Conditions
1. PURCHASE ORDER ACCEPTANCE. These together with the Order Form to which these Terms and Conditions are attached (collectively, the Order ) constitute an offer by Wesco Aircraft Europe Ltd ( Buyer ).
Springdale Public Works Department Specifications and Bid Document Roof Repair on Sign Shop Building at Public Works November 2015 1.
Page 1 of 8 1. INTRODUCTION 1.1 INTRODUCTION This is a Request for Bid (RFB). The format of this document must be followed throughout. 1.2 GENERAL INFORMATION Where the term City is used in the Request
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
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,
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,
Kaiser Permanente Terms and Conditions for the Purchase of Goods and Services
Kaiser Permanente Terms and Conditions for the Purchase of Goods and Services The online Kaiser Permanente Terms and Conditions for the Purchase of Goods and Services (the Terms and Conditions ) apply
Program/Project Name: Supplemental Security Income (SSI) Representation Services
Program/Project Name: Supplemental Security Income (SSI) Representation Services 1. TERM This Agreement is effective February 4, 2014 between COUNTY and CONTRACTOR and shall remain in effect until January
DRAFT AUDITOR SERVICES CONTRACT AGREEMENT FOR AUDITOR SERVICES
ATTACHMENT 1 DRAFT AUDITOR SERVICES CONTRACT AGREEMENT FOR AUDITOR SERVICES THIS AGREEMENT, made and entered into on XXX XX, 2013, by and between the ORANGE COUNTY VECTOR CONTROL DISTRICT, (hereinafter
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
Department of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16RD101413B PROJECT TITLE: Communication Access Real Time Translation and Open Captioning Transcription
GENERAL CABLE TERMS AND CONDITIONS OF PURCHASE North America
GENERAL CABLE TERMS AND CONDITIONS OF PURCHASE North America 1. ACCEPTANCE. The purchase order or offer to purchase (the Order ) of General Cable Industries, Inc. ( Buyer ) for the goods specified therein
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:
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
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,
STATE OF LOUISIANA. Office of State Procurement INVITATION TO BID. Ship To Address: SOS PURCHASING DEPT. 3851 ESSEN LANE BATON ROUGE, LA 70809
STATE OF LOUISIANA Office of State Procurement INVITATION TO BID RESPONSES WILL BE PUBLICLY OPENED AT THE PHYSICAL ADDRESS BELOW 06/15/2016 10:00 AM CST SUBMIT NON-ELECTRONIC RESPONSE TO : Office of State
