INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS



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

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


TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ RATE CONSULTING SERVICES

388 Blohm Ave. PO Box 388 Aromas CA (831) FAX (831) ADDENDUM NO. 1

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

REQUEST FOR QUOTATION

CITY OF LEAWOOD. Independent Contractor Agreement

MINNESOTA STATE COLLEGES AND UNIVERSITIES General Insurance Requirements for Contractors & Vendors

REQUEST FOR PROPOSALS For HEALTH INSURANCE BROKER SERVICES. FOR THE County of Baldwin, Alabama

How To Build A Data Backup System In Town Of Trumbull

SURETY. and Title: (Any additional signatures appear on the last page of this Performance Bond.)

Schedule Q (Revised 1/5/15)

Request for Quotation (RFQ) Hydrilla management via benthic matting in Henrietta, NY. Re-Release Date: Monday, December 7, 2015

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY Telephone: Fax: NOTICE TO BIDDERS

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

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

AIA Document A312 - Electronic Format. Performance Bond

SECTION 3 AWARD AND EXECUTION OF CONTRACT

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

Kentucky Department of Education Version of Document A

GREENFIELD MIDDLE SCHOOL ROOF PROJECT

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

Borough of Jamesburg

#5 Independent Contractor Form - With Insurance With Bonds

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

CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES

Request for Proposal. Internet Access. Satilla Regional Libraries. Erate Funding Year July 1, 2014 through June 30, 2015

SPECIALIZED SEATING AND WINDOW EQUIPMENT FOR MODIFICATION OF PRISONER TRANSPORTATION VANS

Department of Purchasing & Contract Compliance

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

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1

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

INVITATION TO BID EOE

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

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #

CURRENT SPECIAL PROVISIONS FOR LIABILITY INSURANCE

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

AIA Document A310 TM 2010

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent

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

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM NO.

RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY INVITATION TO BID

SAMPLE SERVICES CONTRACT

5.2 Insurance Requirements The Highway Commissioner VTHD VTHD VTHD additional insured; Vernon Township Highway Department

INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS

ARTICLE 11. INSURANCE AND BONDS

Request for Qualifications (RFQ) Number PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES

ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS

HAMILTON COUNTY SCHOOL DISTRICT

Stephenson County, Illinois

Robla School District

Request for Proposals for Upgraded or Replacement Phone System

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

REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

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

INFORMATION FOR VENDORS CITY OF ALLENTOWN PENNSYLVANIA

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

CITY OF GRIFFIN, GEORGIA

CITY OF CORNING REQUEST FOR PRICE QUOTES PAVEMENT MARKINGS


PROFESSIONAL SERVICES AGREEMENT BETWEEN UNIVERSITY OF NORTH TEXAS SYSTEM AND DESIGN PROFESSIONAL (MORE THAN $100, IN COMPENSATION)

REQUEST FOR PROPOSAL

CITY OF BONITA SPRINGS, FLORIDA RFP #

Insurance Requirements for Contractors (Without Construction Risks)

Subcontractor Insurance & Licensing Requirements Please provide the items below

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

OUR COMPANY SOLICITATION FOR BIDS and CONTRACT FOR SERVICE. (Project)

REQUEST FOR PROPOSALS

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.

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

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT Request for Qualification

INDEPENDENT CONTRACTORS AGREEMENT

SAMPLE VERBIAGE OF SUBCONTRACT AGREEMENT INSURANCE REQUIREMENTS (PLEASE REFER TO YOUR STRUCTURE HOME SUBCONTRACT AGREEMENT)

Performance Bond. Business):

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

BID BOND CITY OF EAST POINT, GEORGIA

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

SPECIFICATIONS FOR WEED CUTTING/STREET TREE TRIMMING/REMOVAL RFQ NO MARY ANN MILLER, CPPO PURCHASING AGENT.

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

COC-Insurance Requirements Page 1 of 9

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and

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

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

Department of Purchasing & Contract Compliance

REQUEST FOR PROPOSAL

LIVINGSTON COUNTY MICHIGAN

Transcription:

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS The Competitive Solicitation Acknowledgement Form must be completely filled in. This may be done on line then printed or you may print then fill in with pen or typewriter. PLEASE NOTE: IF THIS IS NOT COMPLETED IT MAY BE GROUNDS FOR REJECTING YOUR SOLICITATION. NOTICE TO RESPONDERS: Responders must E-Mail or Fax Verification of Receipt of Competitive Solicitation. E- Mail Mary Ward at fsusolicitation@admin.fsu.edu or Fax Attention: Mary Ward, (850) 644-8921.

Florida State University Ringling Museum of Art ITB 5413-5 I. GENERAL II. The Florida State University is inviting proposals from qualified firms for materials and/or services listed in this Invitation to Bid (ITB) DEFINITIONS Purchaser: The Florida State University hereinafter referred to as FSU. Vendor: The proposer who submits the successful proposal and receives a purchase order from the University based on and incorporating the terms, conditions and prices listed in this proposal. Bidder: Company or Individual that responds to this ITB ITB: Invitation to Bid. III. SPECIAL CONDITIONS 1. Submission of Mandatory Forms: Bidders are required to return the ITB Acknowledgment Form with their proposal. The Acknowledgment Form shall be signed by a representative who is authorized to contractually bind the Bidder. 2. Any addenda issued by the University to participating Bidders shall include an Addenda Acknowledgment Form. This form shall be signed by a company representative, dated and returned with the ITB response. Failure to return an Addenda Acknowledgment Form for any and all addendum issued for this ITB may be grounds for rejection of that Bid. 3. Bidders shall submit their proposals on or before the date and time, indicated on the ITB Acknowledge Form, with all Cost and Service Quotes sealed in a clearly identified envelope, to the following address: Florida State University Purchasing Department, A1400 University Center, Tallahassee, Florida 32306-2370, Attention: Mary Ward. 4. Bidders shall submit all costs and services proposed in the format specified. 5. In accordance with s.119.07 (3) (m), Florida Statutes, public review of responses to a Invitation to Bid maybe denied until the notice of a decision is posted or until the notice of a decision is posted or until 10 days after the Invitation to Bid display, whichever occurs first. 1

6. No negotiations, decisions, or actions shall be initiated or executed by the Bidder as a result of any discussion with any University employee. Only those communications which are in writing from the University Purchasing Department shall be considered as a dully authorized expression on behalf of the University. Also, only communications from Bidders which are signed and in writing will be recognized by the University as duly authorized expressions on behalf of the Bidder. 7. A Bidders written submission in response to the ITB shall be considered as the bidder formal offer. The content of the ITB, the Bidders submission in response to the ITB, and resulting purchase order, shall be considered the entire agreement between the successful Bidder and the University. 8. Bidders may not consider any verbal instructions as an official expression on the University s behalf. Only written communications, signed by a duly authorized representative of the Purchasing office shall be considered valid. 9. A proposal Tabulation which serves as the Notice of Award will be posted for review by interested parties on the University Purchasing Department Website (www.purchasing.fsu.edu) 11. Each bid shall be prepared simply and economically, providing a straight forward, concise delineation of the bidder s capabilities to satisfy the requirements of the ITB. Fancy binding, colored display and promotional material are not desired. However, technical literature, drawings, and pictures of proposed equipment should be included in the proposal if appropriate. Emphasis in each bid must be on completeness and clarity of contents. In order to expedite the evaluation of proposals, it is essential that bidders follow the format and instructions contained herein. 12. Any amendments, alterations or modifications to the purchase order resulting from this ITB must be by change order issued by the Purchasing Department. The validity, construction, and effect of the purchase order shall be governed by the laws of the State of Florida. The University, as an agency of the State of Florida, is entitled to the benefits of sovereign immunity including immunities for taxation. 13. Under no circumstances shall the successful Bidder assign to a third party any right or obligation of successful Bidder pursuant to this proposal without prior written consent of FSU. If the successful bidder is, or during the term of the purchase order resulting from this ITB becomes, an individual on the payroll of the State of Florida, successful Proposer represents that he or she has complied with all applicable provisions in the Florida Statutes and Florida Administrative Code regarding outside or dual employment and compensation. 14. Any purchase order resulting from this ITB will be governed by and under the jurisdiction of the Law and Rules of Florida and any provisions in conflict there with shall be void and of no effect. 2

15. In the event of extension error(s) the unit price will prevail and the Bidder s total offer will be corrected accordingly. In the event of addition errors, the extended totals will prevail and the proposer s total offer will be corrected accordingly. Bidders must check their proposal for any such errors and state the discount(s) where applicable. 16. The Bidders point of contact for all matters relating to the ITB is: Dan Bull, Florida State University Purchasing Department, A1400 University Center, Tallahassee, Florida 32306-2370, Voice (850) 644-9720, FAX (850) 644-8921 or E- Mail: dbull@admin.fsu.edu. Written questions on this ITB must be submitted to Dan Bull. All requests for information must be in writing, and can be submitted by letter, fax, or e-mail. Each Bidder shall identify in its submittal the single point of contact for all matters relating to the response. 17. Sealed bids will be accepted until the date and hour listed in the ITB Acknowledgment Form, at the Florida State University Purchasing Department, A1400 University Center, Tallahassee, Florida 32306-2370, at which time a public opening will take place. All proposals shall be identified with the proposal number clearly indicated on the outside of the parcel the proposals in which the parcel arrives. Proposals received after that date and time will be rejected. Insurance Requirements The vendor shall not commence any work in connection with this agreement until all of the following types of insurance have been obtained and such insurance has been approved by the University. Nor shall the vendor allow any subcontractor to commence work on his subcontract until all similar insurance required of the subcontractor has been so obtained and approved. All insurance policies shall be with insurers qualified and doing business in Florida. The purchaser shall be furnished proofed of coverage of insurance by certificates of insurance within ten (10) days after receipt of the Purchase Order and shall name the purchaser (The Florida State University Board of Trustees) as an additional named insured. The purchaser shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the bidder and/or subcontractor such insurance. A. Workmen s Compensation Insurance The vendor shall secure and maintain during the life of this agreement, Workmen's Compensation Insurance for all of their employees connected with the work of this project and, in case any work is sublet, the vendor shall require the subcontractor similarly to provide Workmen's Compensation Insurance for all 3

of the latter's employees unless such employees are covered by the protection afforded by the proposer. Such insurance shall comply fully with the Florida Workmen s Compensation Law. In case, any class of employee engaged in hazardous work under this contract at the site of the project is not protected under Workmen's Compensation Statute, the vendor shall provide and cause each subcontractor to provide, adequate insurance satisfactory to the purchaser, for protection of is employees not otherwise protected. B. Contractor's Public Liability and Property Damage Insurance The vendor shall secure and maintain during the life of this agreement, COMPREHENSIVE GENERAL LIABILITY AND COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protect him/her from claims for damages, personal injury, including accidental death, as well as claims for property damages which may arise from operations under this agreement whether such operations be by himself/herself or by anyone directly or indirectly employed by them and the amounts of such insurance shall be the minimum limit as follows: (1) Bodily Insurance Liability: $1,000,000 each occurrence (2) Auto Property Damage Liability: $500,000 each occurrence (3) Property Damage Liability: $1,000,000 each occurrence (4) Other Than Automobile: $1,000,000 aggregate operations $1,000,000 aggregate protective $1,000,000 aggregate contractual Insuring clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on any OCCURRENCE basis. (5) XCU (Explosion, collapse, underground damage)-the contractor s liability Policy shall provide XCU coverage for those classifications in which they are excluded. (6) Contractual Liability - work contracts - The contractor s liability policy shall cover such contracts when they are affected. C. The vendor shall hold and save the University harmless for any and all suits and judgments against the State for personal injury or damage to real or personal property caused by Vendor's tortuous conduct in the performance of this Agreement provided that: (f) (g) the University promptly notifies the Vendor in writing of any claim, and the vendor shall be given the opportunity, at its option, to participate and associate with the University in the control, defense and trial of any claim and 4

any related settlement negotiations and, provided further, that with respect to any claim, or portion thereof, for which the vendor agrees at the initiation of such claim that vendor shall save and hold the University harmless, Vendor shall have the sole control of the defense, trial and any related settlement negotiations, and (h) the university fully cooperated with vendor in the defense of any claim. In no event, however, will the vendor be liable for: (i) (j) (k) any damages caused by the University's failure to perform the University's responsibilities, or for any lost profits or other consequential damages, even if the vendor has been advised of the possibility of such damages, or for any claim against the University by any other party, except as provided in the hold harmless provision of the preceding paragraph of this provision and except as provided in the entitled or non-performance or machines or programming located outside the United States or Puerto Rico. 5

Florida State University Ringling Museum of Art ITB 5413-5 The Ringling Museum of Art in Sarasota, Florida is seeking qualified vendors for demolition of two sidewalks and the pouring of new concrete sidewalks. Location: The masonry sidewalks at the Art Museum s courtyard, 5402 Bay Shore Road, Sarasota, Florida 34243. Specifications; Depth of concrete 4 Total square footage 12,050 sq. ft. Layout Follow the exact layout pattern and dimensions of the existing sidewalks Color Light Grey Finished Pattern Broom brushed Hours of Museum operation 7:00 A.M. to 6:00 P.M. Evening and night hours are allowable for removal and forming All work will start June 28, 2010 and be finished by August 1, 2010 Special Notice - Due to the location and physical constrains the courtyard structure presents, this location must be seen before quoting. Demolition and removal will require nearly all manual labor with little machinery access. Any prospective vendor must visit the site before bidding, contact Steve Dunway 941-359-5700 Cost Demolition and removal of all debris of 7,450 sq ft of sidewalk $ Form and pour new concrete sidewalk in courtyard $ Demolition and removal of all debris of 4, 6000 sq ft of sidewalk $ Form and pour new concrete sidewalk in courtyard Grand Total $ $ Company Name 6