SMART SUBURBAN MOBILITY AUTHORITY FOR REGIONAL TRANSPORTATION REQUEST FOR QUOTES QUANTITY UNIT DESCRIPTION UNIT EXTENSION PRICE



Similar documents
STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

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

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent

Department of Purchasing & Contract Compliance

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

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

INSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4

Department of Purchasing & Contract Compliance

LEASE AGREEMENT INSURANCE AND INDEMNIFICATION LANGUAGE

SPECIALIZED SEATING AND WINDOW EQUIPMENT FOR MODIFICATION OF PRISONER TRANSPORTATION VANS

Price quotes must be received no later than October 16, 2015 at 3:00 p.m. at the above address.

Exhibit 1 to Part 3 Project-Specific Terms

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

CURRENT SPECIAL PROVISIONS FOR LIABILITY INSURANCE

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

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

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

CONTRACT INSURANCE REQUIREMENTS

CURRENT SPECIAL PROVISIONS FOR LIABILITY INSURANCE

GENERAL TERMS & CONDITIONS OF QUOTE

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

April 22, 2009 REQUEST FOR PROPOSALS (RFP)

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SOLICITATION, OFFER AND AWARD CONTINUATION SHEET

REQUEST FOR PROPOSAL OFFICE OF THE NEVADA ATTORNEY GENERAL GRANTEE- FORECLOSURE RELIEF PROGRAM MAY 20, 2011


Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Exhibit B (Incorporated into Construction Purchase Order Terms and Conditions) CONSTRUCTION CONTRACT INSURANCE REQUIREMENTS

1. Applicants must provide information requested in the section titled Required Information.

Independent Contractor Agreement. Name of Contractor: Address: Social Security or Tax I.D. Number:

Insurance & Bonding Requirements. Eastside Trail Extension

Warner Robins Housing Authority

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

Request for Statements of Qualifications # for Electric Motor Repair

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

LAS VEGAS VALLEY WATER DISTRICT

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

ARTICLE 11. INSURANCE AND BONDS

Terms and Conditions for Purchase Orders for Recycling Materials

INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Request for Proposals for Upgraded or Replacement Phone System

D3 Bus Wash Rehabilitation AC Transit Contract # SECTION INSURANCE REQUIREMENTS

The purpose of this Agreement is to establish the services of Independent Contractor to the University of La Verne on

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

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

REQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES. RFQ Release Date: August 3, Quote Due Date: August 21, 2015 at 5:00 p.m.

SAMPLE SERVICES CONTRACT

WASHINGTON SUBURBAN SANITARY COMMISSION

REQUEST FOR QUOTE Virtual Desktop and Monitor

Request for Proposal Hewlett Packard Network Switches and Peripherals

REQUEST FOR QUOTATIONS (THIS IS NOT AN ORDER) 1. REQUEST NO. 2. DATE ISSUED 3. REQUISITION/PURCH. REQUEST NO.

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

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

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

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

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

1. Subcontractor Prequalification Questionnaire a. Please complete with assistance from your insurance agent(s)

UM Insurance Language Guide Standard Clauses and Insurance Language

PROFESSIONAL/CONSULTING SERVICES AGREEMENT

REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES

CITY OF LEAWOOD. Independent Contractor Agreement

Purchase Order Terms and Conditions Beloit College

How To Insure Construction Contracts In Northern California Schools Insurance Group

TOWN OF WETHERSFIELD PARKS & RECREATION DEPARTMENT CONCESSION WRITTEN QUOTES GENERAL INFORMATION

Schedule Q (Revised 1/5/15)

SECTION 3 AWARD AND EXECUTION OF CONTRACT

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

May 29, 2012 Solicitation of quotations


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

REQUEST FOR PROPOSALS FOR A. DISASTER MANAGEMENT DEBRIS MONITORING SERVICES

ADDENDUM A1. Subcontractor Insurance Requirements

EXHIBIT B-8 (revised) INSURANCE REQUIREMENTS FOR AIRCRAFT / AIRPORT OPERATION CONTRACTS

APPENDIX B INSURANCE & BONDING REQUIREMENTS FC-5801

Warner Robins Housing Authority

REQUEST FOR LETTER OF INTEREST For Lobbying Services for City Mayor and Council Office CM QSP

Department of Purchasing & Contract Compliance

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.

SAMPLE CONSTRUCTION INSURANCE REQUIREMENTS

PREQUALIFICATION APPLICATION REQUIREMENTS

EXHIBIT B. Insurance Requirements for Construction Contracts

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

Split System Air Conditioning System Replacement at Area 3 Maintenance Facility

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

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

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

December 1, Dear Valued Brannan Companies Subcontractor,

Coverages Required during Course of Construction.

Transcription:

SMART SUBURBAN MOBILITY AUTHORITY FOR REGIONAL TRANSPORTATION REQUEST FOR QUOTES This is NOT an order. Please submit a quotation ON THIS FORM of your net price for materials and/or services described herein for delivery to SMART. The right to accept or reject any or all quotes or portion thereof, or to waive any minor irregularities is reserved by SMART. This quote shall be signed and returned by the time and date noted. The undersigned hereby offers to furnish to SMART all materials/services at the prices quoted herein, in conformance with all SMART s specifications and requirements. If accepted, a Purchase Order will be sent to you. Date: 7-11-11 Control #: 11-0851 Return by mail or fax to: SMART Procurement L. Paul Jacques Senior Purchasing Agent lpjacques@smartbus.org Fax: 248-244-8953 This quote shall be returned by: 2:00 PM Eastern Time, 8-4-11 VOICE: 248-362-6560 QUANTITY UNIT DESCRIPTION UNIT EXTENSION PRICE Diagnostic Tools for Hybrid Buses for use by the Lake Erie Transit Commission (LETC) Monroe, MI In accordance with the attached specifications 1 EA Service Max Software, 828009 $ 1 EA Diamond Logic Builder, 828005 $ 1 EA Connection Cable,125032 $ 1 EA Service Max/DLB Cable Kit, 638007D $ 1 EA International Hydraulic Diagnostic ZTSE4464-1 $ 1 EA Wabco Meritor Diagnostic, Toolbox $ PRICE FORM, Page 1 of 2 Terms: Delivery Quote firm for FOB: DESTINATION Company Name: Street address: City, State, Zip Signature: Title: Phone: Fax: Email:

This quote shall be returned by: 2:00 PM Eastern Time, 8-4-11 QUANTITY UNIT DESCRIPTION UNIT EXTENSION PRICE 1 EA Allison 8.0 DOC Software, J-44950-1 $ 1 EA Software Installation $ 1 EA Laptop, Windows XP PRO Pentium, 1 GB memory, 80 MG Hard Drive 3 years on-site warranty and customer support Bidders Make/model $ 1 EA MPSOI 120532 Nexiq USB Connection Magic Key $ TOTAL PRICE, SOFTWARE & INSTALLATION $ PRICE FORM, Page 2 of 2 Page 2 of 6

SUBURBAN MOBILITY AUTHORITY FOR REGIONAL TRANSPORTATION SCOPE OF WORK PROVIDE & INSTALL DIAGNOSTIC SOFTWARE for Diesel Electric Hybrid Buses Control No. 11-0851 July 11, 2011 1.00 SCOPE AND GENERAL CONDITIONS Scope: The Suburban Mobility Authority for Regional Transportation (SMART), the public transportation agency which services the metropolitan Detroit suburbs, is soliciting quotations on behalf of the Lake Erie Transit Commission (LETC) Monroe County, MI for diagnostic tools for use with Eaton Diesel Electric Hybrid buses General: Acceptance of vendor s Offer, if made, shall be evidenced by SMART S P.O. The Vendor s Offer herein, and SMART s PO, including SMART s standard terms and conditions which are attached herein shall constitute the entire agreement. This procurement is funded by the Federal Transit Administration and standard FTA regulations will apply. EEO All competitive contracts greater than $25,000 PER YEAR and all single-source contracts greater than $15,000 PER YEAR require certification of compliance by SMART s Office of Contract Compliance. If the amount of the contract exceeds these limits, the vendor will be required to provide forms and certifications as required by the Office of Contract Compliance prior to award. It is not required that this information be submitted with your quote. 2.00 SPECIFICATIONS/STATEMENT OF WORK 1. Provide and install specified software. Provide laptop and USB connection as specified. SMART reserves the right to award the software including installation, USB connector and laptop as up to three separate contracts. Installation will be during normal working hours. 2. Delivery location: Delivery and applicable installation at the following location: location: SMART-Lake Erie Transit 1105 W Seventh St. Monroe, MI 48161. Page 3 of 6

3.00 OTHER CONTRACTUAL PROVISIONS Insurance: The following must be submitted by an Offeror within ten (10) business days of receipt of a Notice to Proceed. This requirement applies only to the vendor which is providing the software installation. The selected Offeror shall maintain such insurance as will provide indemnity for claims under the Workers Compensation act and Employer s Liability; from claims for damages because of bodily injury, including death, to all others and from claims for damages to property- any or all of which may arise out of or result from the Vendor s operations under this contract, or from any subcontractor or anyone directly or indirectly employed by either of them. Before starting any work for SMART, the Contractor must furnish original certificates of insurance stating that it carries insurance in the following types and minimum amounts: Comprehensive General Liability - Each Occurrence BI/PD $1,000,000 - Personal and Adv. Injury $1,000,000 - General Aggregate $2,000,000 Products and Completed Operations $2,000,000 Automobile Liability $1,000,000 CSL Employer s Liability $500,000 Workers Compensation Statutory Limits Certificates must set forth the amounts of coverage, policy number, and expiration date, and must name SMART as an additional insured, and must provide for thirty (30) days advance written notice of cancellation or reduction in coverage. Coverage must be primary and non-contributory and provide a waiver of subrogation in favor of SMART. If the Contractor is self-insured, a certificate from the appropriate State agency must be furnished by such agency to SMART. If during the term of the Contract, the insurance certificate or any required coverage expires or is otherwise modified, the Contractor is responsible for providing renewed certificates. The purchase of insurance shall not be a satisfaction of the Contractor s indemnification requirements to SMART. Page 4 of 6

Applicable Federal Requirements These projects are funded by the Federal Transit Administration (FTA). The following requirements apply to all FTA funded projects over $3,000: By signing this offer, Offeror certifies compliance with all applicable Federal, state, county, and local laws, regulations, ordinances, and codes; including those which the FTA requires all Offerors explicitly certify compliance with, as listed below: American Recovery and Reinvestment Act FTA Cargo Preference requirements FTA Fly America requirements Clean Air Act Water Pollution Control Act Copeland Anti-Kickback Act Contract Work Hours and Safety Standards Act Energy Policy and Conservation Act Privacy Act Additionally, Contractor certifies compliance with all FTA terms, including but not limited to FTA Circular 4220.1f, as amended, which are hereby incorporated. Contractor further certifies compliance with all changes to the aforementioned laws, regulations, ordinances, codes, policies, etc., throughout the term of the Contract. Finally, Offeror shall determine whether any or all of the aforementioned requirements apply to any or all subcontractors, and certifies compliance by any such applicable subcontractors. Records The Contractor shall retain records, including but not limited to, all data, documents, reports, records, and supporting materials relating to the project for whichever of the following events occurs later: 1. Three (3) years from the termination of the Contract; 2. The resolution of any litigation or settlement of any claims arising out of this Contract; or 3. The resolution of any exception to costs and expenses taken by SMART, the U.S. Department of Transportation, Comptroller General of the United States, or the State of Michigan. SMART or its designee may perform audits of the Contractor, and, if applicable, all tiers of subcontractors, of financial information related to this Contract. The Contractor agrees to make these records, including but not limited to bank statements, general ledger, payroll records, and accounts receivable ledgers, available for review in a timely manner when requested by SMART. SMART also requires annual financial statements including balance sheets, income statements, and statements of cash flows. Contractor additionally agrees to provide the FTA, Comptroller General of the United States, the Secretary of the U.S. Department of Transportation, or any of their designees, access to any books, documents, papers, and records of the Contractor which are pertinent to or relate in any way to the Contractor s performance of this Contract for the purpose of making audits, excerpts, and transcriptions, or when conducting an audit and/or inspection. In the event of a sole source Contract, single responsive offer, Contract modification, Change Order, or competitive negotiated procurement, SMART and Page 5 of 6

the U.S. Department of Transportation, or their designees, shall have the right to examine all books, records, documents, and other costs and pricing data related to the Contract price. The right of examination shall extend to all documents necessary for adequate evaluation of the cost or pricing data. No Obligation to Federal Government Absent written consent the Federal Government is not a party to this contract, and shall not be subject to any obligations of any parties hereto. Attachments: 1. SMART Terms & Conditions (Attachment A) Page 6 of 6