INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS



Similar documents
INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

FLORIDA STATE UNIVERSITY COMPETITIVE SOLICITATION NUMBER ITB RADIOLOGY SYSTEM

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

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT


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

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

REQUEST FOR QUOTATION

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

IEC Electronics Terms and Conditions

PURCHASE ORDER TERMS AND CONDITIONS

How To Build A Data Backup System In Town Of Trumbull

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

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

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

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

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS

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

SAMPLE SERVICES CONTRACT

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

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

SELLING TERMS AND CONDITIONS

AIA Document A312 - Electronic Format. Performance Bond

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ RATE CONSULTING SERVICES

INSURANCE REQUIREMENTS FOR FEDERAL CONTRACTORS

CITY OF LEAWOOD. Independent Contractor Agreement

SECTION 3 AWARD AND EXECUTION OF CONTRACT

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

SERVICE PROVIDER AGREEMENT WITNESSETH. WHEREAS, the COUNTY desires to obtain the services of said PROVIDER as further described herein referred to as

AIA Document A310 TM 2010

Kentucky Department of Education Version of Document A

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

TERMS AND CONDITIONS OF SALE. Quotations, Purchase Orders, Acknowledgements, Packing Lists/Slips, Invoices & Credits

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

Purchase Order Terms and Conditions Beloit College

Department of Purchasing & Contract Compliance

Terms and Conditions for Purchase Orders for Recycling Materials

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

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

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

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

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


RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

MASTER TRANSPORTATION CONTRACT

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

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

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE

CONSULTANT AGREEMENT

Flexible Circuits Inc. Purchase Order Standard Terms and Conditions

Terms and Conditions of Offer and Contract (Works & Services) Conditions of Offer

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

EXHIBIT D INSURANCE REQUIREMENTS

Document B105 TM. Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project

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

ARTICLE 11. INSURANCE AND BONDS

REQUEST FOR PROPOSAL FOR: Fire and Security Alarm Service and Monitoring

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

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

CLAIMS ADMINISTRATION SERVICES AGREEMENT

Department of Purchasing & Contract Compliance

REQUEST FOR QUOTATION

Terms and Conditions v

Memorandum Potentially Affected AIA Contract Documents AIA Document A AIA Document B Important Information

CITY OF BONITA SPRINGS, FLORIDA RFP #

AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD

#5 Independent Contractor Form - With Insurance With Bonds

Purchase Order Addendum

REQUEST FOR PROPOSAL THE LEE: WINDOW TREATMENTS DELIVER SEALED PROPOSALS TO:

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

NPSA GENERAL PROVISIONS

General Conditions for Professional Services

NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING

THE GLOCESTER SCHOOL DEPARTMENT Request for Proposals G Architectural Services RIDE 5 Year Capital Plan

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

RIGHT OF ENTRY RECITALS. A. WHEREAS, CITY owns and operates the Norman Y. Mineta San Jose International Airport ( Airport ); and

ATTENTION CARRIER! PLEASE FAX THIS COMPLETED FORM ALONG WITH THE FOLLOWING DOCUMENTS TO

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

Agreement Number: F.E.I.D. Number: Procurement Number: D.M.S. Catalog Class Number:

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

Stephenson County, Illinois

PRECISION MICRODYNAMICS QUOTE / CONTRACT TERMS & CONDITIONS

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000

How To Manage A Power Station

GREENFIELD MIDDLE SCHOOL ROOF PROJECT

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT PROJECT

COUNTY OF TANEY, MISSOURI

COMPLIANCE WITH LAWS, CODES, AND STANDARDS

AGREEMENT FOR PROFESSIONAL LAND SURVEYING SERVICES WITNESSETH: ARTICLE 1

The University of Procurement Services Department, N.S.F.A.A.F.A.F.F.F.F.F.F.A.F.F.A.

Request for Proposal. City of Monrovia Case Management, Facilities Management and Work Order Application Replacement

Request for Proposals for Upgraded or Replacement Phone System

IMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you!

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

RFQ No. 4856B /MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 2:00 PM

COMMERCIAL CONSTRUCTION AGREEMENT. This CONTRACT AGREEMENT ( Contract ) is made on, 20, by and between <> ( Owner ) and <> ( Contractor ).

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION

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

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 Water-jet Cutting Machine Invitation to Bid ITB 5383-5 I. GENERAL II. The Florida State University is inviting proposals from qualified firms for materials and/or services listed in this Invitation to Bid. 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 bid. The Acknowledgment Form shall be signed by a representative who is authorized to contractually bind the Bidder. The Acknowledgement Form annotates rules and regulations of FSU Purchasing 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 Bids 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 1

posted or until the notice of a decision is posted or until 10 days after the Invitation to Bid display, whichever occurs first. 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. 2

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. 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. 3

Florida State University Water-jet Cutting Machine Invitation to Bid 5383-5 The College of Engineering at Florida State University (FSU) requests a competitive price and installation bid for a Water-jet Cutting Machine for Composite and Nanocomposites Part Cutting and Sample Preparation. This equipment is used for precisely cutting both our conventional fiber reinforced composites and nanotube-based nanocomposites as well as metal and non-metal fabrication tooling. The precision for cutting thin nanocomposites samples, reliability and ability to cut Kevlar armor composites without noticeable edge damage as well as the ability to cut large parts are critical for our research projects. The College of Engineering requests the equipment be delivered by April 30 th, 2010. Based on these requirements, we identified the following technical specifications: Technical Parameters of the Machine 1. The cutting envelope must be at least 29" in X plane and 26" in Y plane. The table size must be at least 46" in the X plane with a Y plane of 31"; 2. The cutting accuracy must be accurate to 0.003" at maximum traverse velocity with repeatability accuracy of 0.0013" at 70F. Accuracy must be based upon a Ball Bar Circularity test in accordance with the National Machine Tool Builders Association; 3. Water level control for machining underwater, providing noise abatement and splash control; 4. Precision motorized Z axis with automatic standoff and 3D profiling capabilities; 5. Precision optical locator to locate features on existing parts for secondary machining. 6. Mini-jet Nozzle functions for precise cutting thin and brittle samples (such as neat cast epoxy resin samples with a thickness less than 0.1mm); 7. Pump must be a direct drive, crankshaft type pump, with variable frequency type controller, capable of obtaining and maintaining an operating pressure of 50,000 PSI without the use of hydraulic assistance. Pressure attenuators are not allowed to maintain pump operating pressure; 8. Pump must be capable of driving an orifice diameter of.014" while providing a constant operating pressure of 50,000PSI and a maximum motor rating of 30HP; 4

9. An employee of the water-jet manufacturer must conduct pump training at the FAMU-FSU College of Engineering facility. Pump training DVD must accompany installation documents; 10. Machine must be fully assembled and tested at the manufacturer's factory before shipping to the College of Engineering; 11. Controller will have the ability for high/low pressure piercing for machining tough/fragile materials. The controller must have a built-in array nesting routine that optimizes part placement and optimal stack height calculator; Design and Cutting Software: 1. At least, Windows XP-based, integrated CAD/CAM system with open protocol allowing the integration of other software architecture, at least including: 2. Cutting artwork done in CorelDRAW, Adobe Illustrator, GlassEye and other artwork drawing programs; 3. Machining parts designed in MasterCam, Ez-Cam, and other popular CAD / CAM programs; 4. Using scanning software such as Adobe Streamline or the various products from Arbour Imaging; 5. Writing custom tool path generation software for specialty purposes; 6. Mistake warning functions for wrong design; *Upgrades to the software must be free to the College of Engineering for as long as the machine is owned for FSU. There should be no charge for as many site licenses (seats) as we deem necessary to operate this equipment and for as long as we own this equipment; Packaging Tangible product shall be securely and properly packed for shipment, storage and stocking in appropriate, clearly marked, clearly labeled, shipping containers and according to accepted commercial practice, without extra charge for packing materials, cases, or other types of containers. All containers and packing shall become and remain purchaser s property. Inspection The purchaser reserves the right to inspect, at any reasonable time with prior notice, the equipment or product or plant or other facilities of a Vendor to assess conformity with 5

contract requirements and to determine whether they are adequate and suitable and effective contract performance. Safety Standards All manufactured items and fabricated assemblies subject to operation under pressure, operation by connection to an electric source, or operation involving connection to a manufactured, natural, or LP gas source shall be constructed and approved in a manner acceptable to the appropriate State inspector. Acceptable customarily requires, at a minimum, identification or the appropriate safety standard organization, where such approvals of listings have been established for the type of device offered and furnished, for example, the American Society of Mechanical Engineers for pressure vessels; the Underwriters Laboratories and/or National Electrical Manufacturers Association for electrically operated assemblies; and the American Gas Association for gas-operated assembles. In addition, all items furnished shall meet all applicable requirements of the Occupational Safety and Health Act and state and federal requirements relating to clean air and water pollution. Transportation and Delivery Prices shall include all charges for packing, handling, freight, distribution, and inside delivery. Transportation of goods shall be FOB destination to any point within thirty (30) days after the purchaser places an order. A Vendor, within five (5) days after receiving a purchase order, shall notify the purchaser of any potential delivery problems. Evidence of intentional delays shall be cause for contract cancellation and Vendor suspension. Risk of Loss Matters of inspection and acceptance are addressed in s.215.422,f.s. Until acceptance, risk of loss or damage shall remain with the vendor. The vendor shall be responsible for filing, processing, and collecting all damage claims. To assist the vendor with damage claims, the purchaser shall: record any evidence of visible damage on all copies of the delivering carrier s Bill of Lading; report damages to the carrier and the vendor; and provide the vendor with a copy of the carrier s Bill of Lading and damage inspection report. When a purchaser rejects a product, vendor shall remove it from the premises within ten days after notification of rejection. Upon rejection notification, the risk of loss of rejected or non-conforming product shall remain with the vendor. Rejected product not removed by the vendor within ten days shall be deemed abandoned by the vendor, and the purchaser shall have the right to dispose of it as its own property. Vendor shall reimburse the purchaser for costs and expense incurred in storing or effecting removal or disposition of rejected product. Installation 6

Where installation is required, Vendor shall be responsible for placing and installing the product in the required locations at no additional charge, unless otherwise designated on the contract or purchase order. Vendor s authorized product and price list shall clearly and separately identify any additional installation charges. All materials used in the installation shall be of good quality and shall be free of defects that would diminish the appearance of the product or render it structurally unsound. Installation includes the furnishing of any equipment, rigging, and materials required to install or replace the product in the proper location. Vendor shall protect the site from damage and shall repair damage or injury caused during the installation by Vendor or its employees or agents. If any alteration, dismantling, excavation, etc., is required to achieve installation, the Vendor shall promptly restore the structure or site to its original condition. Vendor shall perform installation work so as to cause the least inconvenience and interference with purchaser and with proper consideration of others on site. Upon completion or the installation, the location and surrounding area of work shall be left clean and in a neat and unobstructed condition, with everything in satisfactory repair and order. Warranty Provide information on all warranties on all parts and labor for the Waterjet machinery. Training Three-day onsite training to be included for the Waterjet machine and all appropriate software Invoicing and Payment Invoices and any other correspondence shall contain the contract number and the purchase order number. Additional Requirements Please submit the cutting effectiveness documentation along with bid response to the FSU Purchasing Department. The sole point of contact for this bid is Dan Bull (850) 644-9720, dbull@admin.fsu.edu. 7

1) Please provide detailed documentation of demonstrations of cutting effectiveness for various composites and nanocomposites samples. Documentation should include proof of the following: 2) Multiple samples to demonstrate precise cutting for thin and brittle samples (such as neat cast epoxy resin samples with a thickness less than 0.1mm) with dog-bone shape (roughly 4mm x25mm); 3) Multiple samples to demonstrate the ability to cut at least 15 layers ballistic Kevlar/thermoplastic composites; 4) Multiple samples to demonstrate the ability to cut at least 1inch thick glass fiber/epoxy composites; 5) Multiple samples to demonstrate the ability to cut unidirectional carbon fiber/epoxy composites in both fiber aligned and transverse directions; 6) Provide cutting edge quality inspection evidences; 7) At least 2000 lbs of abrasive garnet for both hard and soft material cutting; Price and Delivery Water-Jet Cutter Software Installation Freight Total Delivery, ARO Delivery Address: $ $ $ $ $ Attn. 2525 Pottsdamer St., College of Engineering Department of Industrial and Manufacturing, Tallahassee, Florida 32310-6046 Pertinent Florida State University Standard Terms (Taken from the standard terms and policies of Florida State University) 8

PAYMENT TERMS: NET 30, AFTER DELIVERY AND ACCEPTANCE TRAVEL: TRAVEL EXPENSES INCLUDED IN THIS AGREEMENT MUST BE IN ACCORDANCE WITH AND SUBMITTED IN COMPLIANCE WITH S.112.061 FS. TAX EXEMPTION: The State of Florida is a tax immune sovereign and exempt from the payment of all sales, use or excise taxes. Vendor shall pay all personal property taxes on leased equipment and all taxes based upon net income. GOVERNING LAW: The laws of the State of Florida shall govern this contract. Venue shall be in Leon County, Florida and the sole and exclusive jurisdiction to resolve any disputes arising under the contract shall be in the county or circuit court for the Second Judicial Circuit in and for Leon County, Florida. Contact Information Company: Name: Address: Phone: Fax: Email: Insurance 9

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 10 days after receipt of the Purchase Order and shall name the purchaser 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 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 10

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) (h) 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 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 the university fully cooperated with vendor in the defense of any claim. In no event, however, will the vendor be liable for: (i) any damages caused by the University's failure to perform the University's responsibilities, or for 11

(j) (k) 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. 12