The Greater Dayton Regional Transit Authority (RTA) is interested in obtaining quotes for Route Maintenance. Your firm is invited to submit a quote.

Size: px
Start display at page:

Download "The Greater Dayton Regional Transit Authority (RTA) is interested in obtaining quotes for Route Maintenance. Your firm is invited to submit a quote."

Transcription

1 December 11, 2018 TO: Prospective Quoters RE: Request for Quotation (RFQ) Route Maintenance (Low Quote) The Greater Dayton Regional Transit Authority (RTA) is interested in obtaining quotes for Route Maintenance. Your firm is invited to submit a quote. DBE Participation: It is the policy of the Department of Transportation (DOT) that DBE s, as defined in 49 CFR, Parts 23 and 26, shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with federal funds under this Agreement. Although the DBE goal for this procurement is 0%, RTA welcomes DBE participation. In order to be considered, please ensure that your quote is received by the undersigned no later than December 28, 2018 at 2:00 p.m. Quotes may be mailed, delivered or sent by delivery service addressed to the undersigned at Greater Dayton Regional Transit Authority, 4 S. Main Street, Dayton, OH Please allow additional working days for the internal delivery of mailed quotes in addition to the U.S. Postal Service delivery. Quotes may also be faxed to the undersigned at (937) or ed to rbaughn@greaterdaytonrta.org. The successful quoters will be offered a one (1) year contract with one (1) option year, effective on or about January 1, The award will be based on the lowest quote received from responsive and responsible quoters as determined by the RTA. The successful vendor will receive a blanket purchase order in accordance with the effective date stated in this Request for Quotation. No written notification of the award will be sent. The RTA reserves the right, as the interest of the RTA requires, to postpone, accept or reject any and all quotes and to waive any informality in the quotes received. A quote may be withdrawn by personal, written, or telegraphic request received from the bidder prior to the scheduled opening date. No quote may be withdrawn for a period of 60 days after the opening date.

2 If you have any questions relating to this solicitation, please contact me at (937) Sincerely, Ryne Baughn Purchasing Agent Attachment 2

3 SPECIFICATIONS Project Overview: Greater Dayton RTA (RTA) currently has approximately 4,300 bus stop sign locations and 275 bus shelters. The appearance of bus shelters and signs is paramount to RTA maintaining a clean and well-kept image in the community. Shelters and signs are always visible and are seen by everyone in the community, therefore it is imperative that bus shelters and signs are maintained to very high standards as outlined in RTA s Transit Amenity Guidelines (see attachment). RTA is currently seeking proposals from qualified contractors to award one contract for the following potential route maintenance items: A. Bus stop sign maintenance (includes installation, relocation, replacement of signs and poles as requested, placing tape and/or stop bags over discontinuing routes or for routes temporary closed for construction detours). B. Transit amenity maintenance (Installation/relocation/replacement of transit amenities, including shelters, benches, bike racks, bike stations, trash cans, and lighting at existing and new sites). C. Maintenance of damaged or vandalized bus shelters, signs, benches, bike racks, bike stations, trash cans, and lighting (including shelter glass panel replacement and repairs) Term of Engagement: The term of the contract will be for one (1) year with a one (1) year option. RTA prefers to receive an hourly labor rate to cover all items and a parts cost estimate (located in Specification A, Section 2). Because the quantity of work and material required for this project will be on an as-needed basis and the amount of work to be done is unknown, this contract will be an hourly rate arrangement and a parts cost estimate with a not-to-exceed cap. The proposer shall have all the resources of personnel, equipment and material to provide the services outlined. The contractor shall have sufficient resources available at his/her local place of business to provide the requirements of this specification. RTA currently has three main service changes annually. In general, these changes occur in the months of February, June, and August and require route maintenance; however, the exact number of service changes and actual dates are subject to change. The RTA is requesting the changes in the first round of items to be completed by February 17, 2019 the first determined service change date for

4 SCOPE OF WORK A. Bus Stop Sign Installation and Maintenance: 1. Bus Stop Sign Installation and SOP (Attachment Sign Install Specs in the Transit Amenity Guidelines.) a. All bus stop repair and installation must be tracked separately by site location and type of work performed on a Bus Stop Repair and Installation Log. b. RTA will provide the contractor with a bus stop sign for any installation (Basic bus stop, RTA Connect,, Flyer circulator sign, or any other special signage). c. Each basic bus stop sign is unique as it has a 4-digit identifier and is tied to a specific location and RTA s real-time communications. d. In most cases, the contractor must use the basic RTA Marquise sign and Numeral sign with the appropriate ID and routes served in the appropriate location. 2. Each location will have a specific install type. Signs will be mounted on an existing utility pole, street sign pole, RTA pole, or an RTA square post (Refer to the Transit Amenity Guidelines for sign mounting requirements). The contractor will supply the required installation equipment such as banding, and hardware as indicated by RTA. The required posts, bandings, and other pieces are described in Specifications A. a. All bus stop repair and installation must be tracked separately by site location and type of work performed and submitted to RTA s designated Project Manager. b. To install a bus stop sign: (location will be identified by RTA). RTA will notify contractor of specific information by stop location. Sign must have route information as well as a unique four-digit ID number for each install and comply with the Transit Amenity Guidelines. c. Utility locates must be done though Ohio Utility Protection Services (OUPS). If there is a utility conflict the contractor must notify RTA s designated Project Manager of this situation ASAP. It takes 48 hours from the time a ticket is submitted for the utilities to be located. d. When an installation is complete the contractor must notify RTA s designated Project Manager of the completed work on an agreed upon basis. e. The contractor is also required to or text a digital photo of the sign with the ID number clearly visible and a long shot of the bus stop area. Examples will be provided to the selected contractor. f. The contractor is required to install/remove all bus stops or other tape, and temporary signage from closed stops as requested by RTA. g. The contractor is required to return all RTA property at a designated facility or location. h. Contractor must maintain a current and up to date spreadsheet of each route and each bus stop as accurate information is vital to the success of the requested services. All inventories are property of RTA and current and accurate spreadsheets must be submitted quarterly from the contractor to RTA. 4

5 i. The contractor must understand and be capable of using a GPS location device to follow coordinates for stop locations or report coordinates back to RTA in the form of longitude/latitude values if applicable. j. The contractor will also be responsible for removing stops that are discontinued, relocating existing stops, and repairing damages stops and will be required to RTA a digital photo of the sign with the ID number clearly visible and a long shot of the bus stop area. Photos are also required for stop removals to verify site condition is back to previous conditions or site visits with Project Manager. k. All stops must meet the Transit Amenity Guidelines for location, height, slope, and all ADA requirements, etc. 3. Special Circumstances a. From time to time there is a need to install temporary bus stop signs. Many times, they are mounted on existing stop posts or attached to existing surfaces. b. RTA will mark the location of the temporary signs when possible and explain attachment requirements. c. Contractor is also required to or text RTA a digital photo of the sign with the ID number clearly visible and a long shot of the bus stop area up completion of the installation. d. Examples will be provided to the selected contractor. B. Installation/Removal/Relocation of Signs, Benches, Trash Receptacles, Bike Racks, Shelters 1. From time to time RTA may temporarily relocate or remove shelters, amenities, and/or signs in an area due to construction, repairs to sidewalks/roads or service route realignments. The contractor will follow the explicit directions provided by RTA on how work is to be completed (e.g., a shelter may be returned to RTA for scrap, or it may be stored for future se, or reused at another location). 2. The contractor is required to return all RTA property for sign installation and equipment including shelters, benches, trash receptacles, bike racks, bike stations, and all spare parts at a designated facility or location. Again, RTA will provide explicit instructions per each bus stop location. A flatbed and boom truck are needed on some shelters due to size and assembly. 3. During the applicable time the contractor is responsible for restoring the site to its original condition which may or may not require demo of concrete; however, RTA currently has a contractor under contract to replace any concrete/pavers as needed. 4. Special Conditions a. If a shelter, bench, trash receptacle, or bike rack is damaged or destroyed by a vehicle accident or other accident, the wreckage is to be secured and or removed within 48 hours in order to create a safe bus stop for RTA 5

6 passengers. The damaged item will be returned to RTA at a designated facility or location. b. Repair damaged shelter and signs outside the normal daily install and repairs due to accidents/etc. including labor and equipment/tooling/etc. c. The contractor is responsible to ensure that all shelters are repaired and maintained as indicated by the following: i. Tightening of all loose nuts and or bolts ii. Window glazing iii. Spot paint of corroded or rusted surfaces of areas equal to or under one square foot. iv. Repair and or refinishing of areas greater than one square foot as approved by RTA. v. Defective lights and any other amenities provided shall be repaired to working order. C. Repair of Damaged or Vandalized Bus Shelters, Signs, or Amenities 1. The contractor shall repair any vandalism, graffiti, broken glass panels, or other damage to all shelters including erosion and spot painting as well as signs damaged or knocked down within 48 hours of its discovery by the contractor or within 48 hours after receipt of notice of such or damage from RTA. 2. Damaged shelters that cannot be repaired onsite shall be secured (i.e., made safe from existing hazards) within 48 hours and replaced within 7 days when shelter is in stock. All RTA property will be returned to a designated facility or location by the contractor. 3. If shelter vandalism or damage is of a hazardous nature or if shelter lighting needs repair or replacement, the contractor shall repair such deficiencies within 48 hours of its discovery by the contractor or upon notice from RTA. 4. The contractor shall replace damaged or missing trash receptacles within 48 hours of it discovery by the contractor or upon notice from RTA. 5. or text RTA s designated Project Manager with before and after pictures of all repairs and installations of signs, shelters, benches, bike racks, stickers, site construction, and trash receptacles. 6. Contractor will be responsible for returning shelters/signs to their sites upon completion of such repairs. 7. Within seven (7) days of the close of each month the contractor is required to submit a spreadsheet logging the previous month s inspections, maintenance, sign installation/repairs, and shelter installation/repair activity identifying each location inspected and what repair or maintenance was performed to RTA s designated Project Manager. The spreadsheet should include: 6

7 a. Shelter Address b. Bus Stop ID# c. Cross Street d. Direction of Travel (ex: EB, WB, NB, SB) e. Date Services f. Description of Work Performed and related photographs 8. Bus Shelter, Amenities, and Sign Maintenance Specifications a. The contractor shall repair rust or corrosion on shelters, benches, trash receptacles, or bike racks using the following specifications: i. For rust and corrosion on areas equal to or less than one square foot, spot paint matching the item s paint should be used. ii. For areas, larger than one square foot, the contractor shall: a. First gain approval from the designated RTA Project Manager, and b. Sand, prepare, and paint at the bid price per square foot for refinishing. iii. Items showing noticeable or significant corrosion or rust should be recommended for replacement. 9. The contractor will clean up any debris, trash, or dirt caused during their repairs made at any shelter or stop in order to maintain a clean, safe and professional site for RTA passengers. 10. The contract will report any cleaning maintenance needs to RTA s designated Project Manager when found during inspection and repair routes so the cleaning contract can be notified. Specification A 1. RTA Bus Stop Special Provisions, including Bus Shelter and Sign assembly specifications RIGHT-OF-WAY / UTILITY COORDINATION The Contractor is responsible for final verification of placement of signs and supports within public Right-of-Way The Contractor shall also be responsible for all utility coordination The Contractor is responsible for any required permits or required jurisdictional specifications. 2. Items to help in develop hourly labor rate Descriptions: 2.1. Type A item SIGN ONLY REMOVAL AND REPLACE includes the removal of the existing sign and hardware and the transportation of the removed property to RTA Type B item SIGN ONLY REMOVAL AND REPLACE BANDED TO POLE includes the removal of the existing sign and banding/hardware and the transportation of the removed property to RTA. 7

8 2.3. Type C item SIGN COVER NUMERAL WITH TAPE OR BAGS includes covering signs numerals with a permanent tape or bag entire stop in place. RTA to provide bags Type D item POST MOUNTED BUS STOP ENTIRE REMOVAL includes removing the entire bus stop sign, assembly, post, and the transportation of the removed property to RTA Type E item POST MOUNTED SIGN INSTALL includes the mounting of a sign supplied by RTA on the support (existing post, existing pole, etc.). The Contractor shall supply all brackets, mounting hardware, and/or banding assembly Type F item POST OR POLE MOUNTED BUS STOP ENTIRE INSTALL (Dirt/Grass area) includes the install of post and the mounting of signs supplied by RTA to the post. The Contractor shall supply the post, brackets, and mounting hardware Type G item SIGN POST SURFACE MOUNT (BOLT DOWN) TO PAVEMENT ENTIRE INSTALL includes the installation of a contractor supplied post, boltdown footer/anchor, brackets, and sign hardware Type H item INSTALL INFORMATION SIGN include installation of information signage usually by way of contractor supplied zip ties to an existing post and/or pole Type I item MAINTAINING TRAFFIC includes all work required to provide traffic control devices such as construction signs and safety drums where necessary as directed by the RTA Engineer and ODOT regulations Install/Remove Shelter and Lighting (Hardware typically included) Install/Remove Bike Racks, Bike Stations, Benches, Trash Receptacles (Hardware typically included). 3. Bus Shelter and Sign Maintenance Specifications 3.1. The contractor shall repair rust or corrosion on shelters, benches or bike racks using the following specifications: For rust and corrosion on shelters equal to or less than an area equivalent to or smaller than one square foot, spot paint matching the shelter or bench s paint should be used For areas, larger than one square foot, the contractor shall: First gain approval from the RTA designated Project Manager, and Sand, prepare, and paint at the bid price per square foot for refinishing Signs showing noticeable or significant corrosion or rust should be recommended for replacement by the Contractor. 4. RTA supplied parts list 4.1. Bus Stop Sign assembly: Bus stop sign brackets made from ¼ 1 cold rolled steel with drilled holes (8 center to center for signs and two hole for post mounting Gauge 12' 2" x 2" Perforated Steel sign post - powder coated black. 8

9 In ground break away anchors (22F12A 03 PG), and black bolted base anchors (for surface mounting posts). 5. Contractor supplied parts list Bus stop sign hardware typically--bolts (4), nuts (4), washers (8), lock washers (4) per sign Steel strapping/banding material and brackets (for pole mounting signs) Standard zip ties for mounting temporary signs Tape for covering bus stop sign numerals--3m HIP wide 50 yard/roll tape. 6. Contractor supplied parts list for Shelter, trash receptacle, bench, bike rack, post footer installations 6.1. Anchor bolts (for mounting to concrete) for: Shelters, Benches, Trash receptacles, Bike racks, Post Footers, Bike Stations. In some cases amenity vendors supply anchor bolts Touch-up paint as needed. All potential items to base hourly labor rate on: 1. Sign Type A 2. Sign Type B 3. Sign Type C 4. Sign Type D 5. Sign Type E 6. Sign Type F 7. Sign Type G 8. Sign Type H 9. Traffic Control Type I 10. Bench, Bike Rack, Shelter, Trash Assembly/ Installation 11. Bench Only Install 12. Shelter Assembly & Installation Small 13. Shelter Assembly & Installation Large 14. Shelter removals 15. Bike Rack Only Install 16. Trash Can Only Install 17. Replace Glass panels 18. Maintenance (Refinish / Touch-up painting) 19. Bike Station Moving/Installation 20. Admin costs 9

10 10

11 SPECIAL CONDITIONS QUANTITIES: All quantities are estimated. No guarantee is made or implied as to the minimum or maximum quantities that may be ordered during the stipulated order period. PRICES: The prices quoted shall be "FIRM" for the term of the order. BASIS OF AWARD: Award will be based on the lowest quote received from responsive and responsible bidders as determined by the RTA. DURATION OF CONTRACT: The duration of the agreement shall be for a period of one (1) year with a one-year option. Option to Extend the Term of the Contract The Greater Dayton Regional Transit Authority may extend the term of this contract by written notice to the Contractor; provided that the RTA shall give the contractor a written notice of its intent to extend at least 30 days before the contract expires. If the RTA exercises this option, the extended contract shall be considered to include this option provision. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 24 months. DELIVERY: Delivery will be made within fourteen (14) calendar days after receipt of order or verbal notification. Failure to deliver the required product within the specified time period is not in compliance with the terms and conditions set forth in the RFQ. The file will be documented accordingly regarding delinquent shipments. Continued delinquency could prohibit the award of future orders. DELINQUENT DELIVERY: If the successful bidder fails to meet the required delivery time and it becomes necessary for the RTA to order product(s) from another source, the delinquent vendor will be responsible for reimbursing the RTA for the difference in the cost of the product(s) and any shipping costs that may be incurred by the RTA. SHIPPING: All products ordered will be shipped FOB Destination. All shipping costs incurred will be at the successful bidder s expense. WARRANTY: A standard manufacturer's warranty shall be provided. APPROVED EQUALS: Where brand names or specific items or processes are used in the specifications, consider the term "or equal" to follow. However, a request for approval for any proposed substitution as an approved equal must be submitted in writing to the RTA, no later than Time on Date. Acceptance of any proposed substitution will be at RTA's discretion. The quoter shall supply the RTA with performance data, samples and special guarantees as a condition of acceptance of any proposed substitution. 11

12 LABORATORY TESTS: The RTA reserves the right to test all products delivered under the proposed order, at an independent laboratory to be designated by the RTA. This laboratory test shall include each item of the specifications to determine whether the products delivered are in conformity therewith. Tests shall be made on products selected at random from deliveries under the proposed order. Where the results of such tests show that the products delivered are not equal to the specifications, the Contractor shall pay the expense of making such test. If the results of any test show that the products delivered and tested conform to the specifications, then the RTA shall pay the expense of making such test. AFFIRMATIVE ACTION ASSURANCE PLAN (IN ECESS OF $10,000): All firms will be required to comply with all Equal Employment Opportunity laws and regulations and file with RTA's DBE Officer, if requested, an Affirmative Action Assurance Plan, consistent with RTA's non-discriminatory policy, subject to RTA approval. All bidders must submit with their quote a copy of the from the City of Dayton s Human Relations Council (HRC), stating that their application for Affirmative Action Assurance (AAA) certification has been approved. Failure to furnish a copy of the AAA approval from the City of Dayton s HRC may be cause for rejection of the quote. In order to receive the AAA approval , vendor must first log onto the City of Dayton s vendor certification portal, CityBOTS ( and complete the online AAA form. To obtain CityBOTS login credentials, vendor must go to click the Request Login button, and follow the instructions. (If vendor s Tax ID number does not exist in the City of Dayton s CityBOTS database, they will need to contact the HRC s Business & Technical Assistance team at bta@daytonohio.gov or (937) to set up a CityBOTS account.) Once the online AAA form is submitted for approval, the HRC will process it within 5 business days. Vendor will then receive an explaining the status of their AAA certification. If an approval is not received by the quote due date, vendor is to write Application Pending on the Summary of Requirements page, for Affirmative Action Assurance (AAA) Certification. A copy of the approval must be received within five (5) business days after the bid due date. The quote of any firm, who in RTA s judgment has failed to comply with such laws and regulations, may be considered non-responsive, and may be rejected. TA-EEMPT: The RTA is exempt from payment of all taxes, and taxes must not be included in the quoted price. Necessary exemption certificates shall be furnished to the successful bidder upon request. 12

13 PAYMENT TERMS: Payments will be net 30 days after receipt of an invoice. Payment for services shall be at the quoted price. PROMPT PAYMENT: We will include the following clause in each DOT-assisted prime contract: The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 15 days from the receipt of each payment the prime contractor receives from RTA. The prime contractor agrees further to return retainage payments to each subcontractor within 15 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the RTA. This clause applies to both DBE and non-dbe subcontractors. When applicable, the RTA may use the following mechanisms to ensure prompt payment. A. Language providing that prime contractors and subcontractors will use appropriate alternative dispute resolution mechanisms to resolve payment disputes. B. Language providing that prime contractors will not be reimbursed for work performed by subcontractors until the prime contractor ensures that the subcontractors are paid promptly for work they have performed. C. Enforcement of public funds liens law and use of a similar mechanism for nonpublic improvement projects. D. Other applicable mechanisms as necessary. TERMINATION OF ORDER FOR CAUSE (IN ECESS OF $10,000): If, through any cause, the Contractor shall fail to perform fully, timely and in a proper manner its obligation under this order, or if the Contractor shall breach any of the covenants, conditions or agreements contained in the order, the RTA shall thereafter have the right to terminate this order by giving notice in writing which shall specify the effective date thereof, to the Contractor of such termination. In such event, any product delivered and/or installed by the Contractor under this order shall, at the option of the RTA, become the RTA's property; then the Contractor shall be entitled to receive just and equitable compensation thereof, that is agreeable to both parties. In the event of a termination pursuant to this clause, the RTA may elect instead to remove any product delivered and/or installed and redeliver the same to the Contractor, all at the Contractor's sole expense, including reasonable charges for any time and/or labor expended by the RTA employees. Notwithstanding the above, the Contractor shall not be relieved of any liability to the RTA for damages sustained by the RTA by virtue of any breach of order or warranty or of both, by the Contractor for the purpose of setoff and/or recoupment until such time as the exact amount of damages due the RTA from the Contractor is determined. 13

14 TERMINATION FOR CONVENIENCE OF THE AUTHORITY (IN ECESS OF $10,000): The RTA may terminate this order at any time by a notice in writing, which shall specify the effective date thereof, from the RTA to the Contractor, at least 15 days before the effective date of such termination. In that event, any goods accepted by the RTA prior to the effective date of the termination shall become the RTA's property and the Contractor shall be entitled to receive just and equitable compensation therefore and for any services accepted by the RTA prior to the effective date of termination; provided, nevertheless, that the amount of the total order price is properly attributable to the goods and/or services accepted. INDEMNIFICATION: The successful Contractor shall indemnify and save harmless RTA, its trustees, officers and employees from and against all loss, costs, liability, damage and expense whether direct, consequential or incidental, for personal injury and for property damage; and for such loss, costs, liability, damage and expense arising out of, or resulting in whole or in part, directly or indirectly, from work or operations under the contract but not limited to the acts, errors, omissions and negligence of Contractor's employees and agents, except to the extent of liability imposed due to RTA's own negligence. NON-WAIVER BY ACCEPTANCE OF PAYMENT: Neither the acceptance by the RTA of any services, the payment by the RTA for any services, nor both acceptance and payment, shall be deemed to waive, compromise, or affect in any manner the liability of the Contractor for any breach of contract, of warranty or of both contract and warranty. ACCESS: The Contractor should be aware that RTA is a constantly operating organization, with activity 24 hours a day, seven days a week. It is the intention of the RTA to protect RTA employees, customers and property from harm and to reduce RTA s liability exposure limits regarding safety and environmental infractions. RTA has retained the services of security guards who will grant access to gated areas at the Longworth Campus. Successful vendor will be provided the phone number to the RTA security office so that driver may call just prior to arrival so as not to slow his route schedule. Driver should not assume that if a gate is secure, he does not have ample access. CONTRACTOR INSURANCE REQUIREMENTS The Contractor shall maintain, at its own expense, throughout the period of the Contract and any extensions thereof the following minimum insurance coverages of the types and in the amounts described below that are applicable to the scope of work being performed: 1. Workers Compensation and Employer s Liability Insurance. Contractor must carry Workers' Compensation Insurance (including occupational disease) in compliance with Workers' Compensation statutes of any applicable jurisdiction in which the Work is to be performed. For the attainment of Workers Compensation in monopolistic states, including Ohio, coverage must be secured through the state 14

15 fund. If Contractor is a qualified self-insurer in compliance with the laws of the state, this is also acceptable. A certificate of compliance from the appropriate workers' compensation bureau or board must be provided with the certificate of insurance. Contractor must also carry Employer s Liability Insurance with minimum limits of $500,000 each accident; $500,000 for disease (per employee); and $500,000 for disease (policy limit). This policy must include Ohio "Stop Gap" coverage. 2. Commercial General Liability Insurance. Contractor must carry Commercial General Liability Insurance written on ISO form CG (or its equivalent) with limits of $1,000,000 per occurrence and $2,000,000 in the aggregate. The general aggregate limit shall apply separately to this project. RTA (including its directors, officers, employees and volunteers) must be named as an additional insured on the CGL for liability arising out of the acts or omissions of the Contractor, including coverage for liability arising out of products and completed operations. The coverage afforded to RTA shall be primary to any other insurance carried by the RTA, and the RTA's coverage shall not contribute to any loss made pursuant to this coverage grant. Commercial General Liability coverage (including RTA's status as additional insured) shall be maintained for at least two years after completion of Contractor's work performed under this contract. 3. Commercial Auto Liability Insurance. Contractor shall carry Commercial Automobile Liability Insurance covering all owned, leased and non-owned vehicles used in connection with the work to be performed under this contract, with limits of not less than $1,000,000 combined single limit per accident for bodily injury and property damage. RTA shall be afforded coverage under this policy for any liability arising out of the acts or omissions of Contractor. 4. Excess/Umbrella Insurance. Contractor shall carry Commercial Excess or Umbrella Liability Insurance over the Commercial General Liability, Employer's Liability and Commercial Automobile Liability policies in the amount of $2,000,000 combined single limit. The Excess/Umbrella policy is subject to all requirements of the underlying policies as set forth herein. 5. Builders' Risk Insurance. Contractor shall provide and maintain, during the progress of the work and until execution of the Certificate of Contract Completion, a Builder's Risk Insurance policy to cover all work in the course of construction including falsework, temporary buildings, scaffolding, and materials used in the construction process (including materials designated for the project but stored off site or in transit). The coverage shall equal the total completed value of the work and shall provide recovery at replacement cost. a. Such insurance shall be on a special cause of loss form, providing coverage on an open perils basis insuring against the direct physical loss of or damage to covered property, including but not limited to theft, vandalism, malicious 15

16 mischief, earthquake, tornado, lightning, explosion, breakage of glass, collapse, water damage, and testing/startup. b. Coverage shall include coverage for "soft costs" (costs other than replacement of building materials) including, but not limited to, the reasonable extra costs of the architect/engineer and reasonable Contractor extension or acceleration costs. This coverage shall also include the reasonable extra costs of expediting temporary and permanent repairs to, or permanent replacement of, damaged property. This shall include overtime wages and the extra cost of express or other means for rapidly transporting materials and supplies necessary to the repair or replacement. c. The policy shall specifically permit and allow for partial occupancy by the owner prior to execution of the final Certification of Contract Completion, and coverage shall remain in effect until all punch list items are completed. d. The Builder's Risk deductible may not exceed $5,000. The Contractor or subcontractor experiencing any loss claimed under the Builder's Risk policy shall be responsible for that loss up to the amount of the deductible. e. If Contractor is involved solely in the installation of material and equipment and not in new building construction, the Contractor shall provide an Installation Floater policy in lieu of a Builder's Risk policy. The policy must comply with the provisions of this Paragraph Pollution Liability Insurance. If the Work involves environmental remediation, demolition or such other risks as the RTA reasonably determines create a pollution hazard, Contractor shall purchase and maintain pollution liability coverage of at least $1,000,000 per occurrence. This policy shall cover property damage, bodily injury and cleanup/pollution remediation costs caused by a pollution event and otherwise excluded under Contractor's Commercial General Liability policy. RTA shall be afforded protection under this policy as an additional insured, including coverage for claims arising out of Contractor's products and completed operations. 7. Aircraft/Watercraft Liability Insurance. If the Contractor is using aircraft or watercraft in performance of the Work under this contract, Contractor shall disclose this to RTA prior to contract execution. Contractor shall carry aircraft and/or watercraft liability insurance, including coverage for non-owned and hired craft, and RTA shall determine the appropriate limits which must be carried by Contractor. 8. Railroad Protective Liability Insurance. If the Work is being performed within 50 feet of a railroad, Contractor shall maintain Railroad Protective Liability insurance coverage with limits of $2,000,000 per occurrence and $6,000,000 in the aggregate. Contractor shall name RTA and the affected railroad as additional insured(s) on such policy for liability arising out of Work performed under this contract. 16

17 9. Requirements common to all policies. a. Contractor shall be solely responsible for reimbursing any deductible amount to the insurer, even if payment is being made on behalf of RTA as an additional insured on Contractor's policy. Any deductibles or self-insured retentions in excess of $5,000 must be disclosed and approved in writing by RTA. b. Contractor waives all rights of recovery it may otherwise have against RTA including its directors, officers, employees and volunteers) to the extent these damages are covered by any of Contractor s insurance policies as required in this contract. c. All insurance required hereunder shall be placed with insurers that have a minimum A.M. Best s rating of A-/ and shall be licensed, admitted insurers authorized to do business in the state of Ohio. d. A certificate(s) of insurance showing that Contractor s insurance coverages are in compliance with the insurance requirements set forth below must be completed by the Contractor s insurance agent, broker, or insurance company after the contract has been awarded. All certificates (other than Ohio workers' compensation) shall provide for thirty (30) days written notice to RTA prior to cancellation or non-renewal of any insurance referred to therein. The certificate shall reference RTA's status as an additional insured with primary/noncontributory coverage under both the General Liability and Auto policies. e. Failure of RTA to receive certificate(s) or other evidence of full compliance with these insurance requirements (or failure of RTA to identify and/or object to a deficiency in the certificate(s) that is/are provided by Contractor) shall not be construed as a waiver of Contractor s obligations to maintain such insurance. RTA shall have the right, but not the obligation, to prohibit Contractor from beginning performance under this contract until such certificates or other evidence that insurance has been placed in complete compliance with the above insurance requirements is received and approved by RTA. Contractor shall provide certified copies of all insurance policies required above within ten (10) days of written request from RTA. f. By requiring insurance herein, RTA does not represent that coverage and limits will necessarily be adequate to protect Contractor, and such coverage limits shall not be deemed as a limitation on Contractor s liability under the indemnities granted to RTA. g. Any subcontractors engaged by Contractor to perform the Work shall comply with these insurance and indemnification provisions and shall provide primary/noncontributory coverage to RTA as set forth herein. 17

18 Summary of Quote Requirements Required Clauses this Request for Quote Please acknowledge you have read and comply. The Federal Third Party Contracting Clauses & Required Submittals may be accessed at the Greater Dayton Regional Transit Authority (RTA) procurement website at http;//proc.greaterdaytonrta.org. On the top left of the screen, under Resources, click on RFQ Small Purchase Clauses & Submittals. In order for your quote to be considered, you must indicate below that you have read and will comply with the clauses that are marked as applicable to this RFQ. Quote Form Summary of Quote Requirements No Obligation by Federal Government Program Fraud and False or Fraudulent Statements or Related Acts Audit and Inspection of Records Federal Changes Nondiscrimination (EEO) Title VI, Civil Rights Act of 1964, Compliance Americans with Disabilities Act (ADA) Termination of Contract for Default Termination for Convenience of the RTA Disadvantaged Business Enterprise Participation Incorporation of Federal Transit Administration (FTA) Terms Debarment and Suspension Cargo Preference Use of United State Flag Vessels Fly America Davis-Bacon Act 18

19 Copeland Anti-Kickback Transit Employee Protective Provisions Drug and Alcohol Rules Patents Copyrights Trademarks Energy Conservation Recycled Products Certification of Contractor Regarding Debarment, Suspension, and other Ineligibility and Voluntary Exclusion Form (IN ECESS OF $25,000) Certification of Lower-Tier Participants (Subcontractors) regarding Debarment, Suspension, and other Ineligibility and Voluntary Exclusion Form (IN ECESS OF $25,000) Affidavit of Contractor or Subcontractors Prevailing Wages Affirmative Action Assurance (AAA) Certification (IN ECESS OF $10,000) SIGNATURE: NAME PRINTED: TITLE: COMPANY: DATE: 19

20 (Applicable if total procurement $25,000) The Greater Dayton Regional Transit Authority CERTIFICATION OF CONTRACTOR REGARDING DEBARMENT, SUSPENSION, AND OTHER INELIGIBILITY AND VOLUNTARY ECLUSION The undersigned, an authorized official of the Bidder stated below, certifies, by submission of this quote, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. (If the undersigned is unable to certify to any of the statements in this certification, such official shall attach an explanation to this quote). THE UNDERSIGNED CERTIFIES OR AFFIRMS THE TRUTHFULNESS AND ACCURACY OF THE CONTENTS OF THE STATEMENTS SUBMITTED ON OR WITH THIS CERTIFICATION AND UNDERSTANDS THAT THE PROVISIONS OF 2 CFR PART 1200 AND 2 CFR PART 180, 31 U.S.C. SECTIONS 3801 ET SEQ. ARE APPLICABLE THERETO. Name of Bidder: Address: City, State, Zip: Signature of Authorized Official: Title of Official: Telephone: Date: 20

21 (Applicable if total procurement $25,000) The Greater Dayton Regional Transit Authority CERTIFICATION OF LOWER-TIER PARTICIPANTS (SUBCONTRACTORS) REGARDING DEBAREMENT, SUSPENSION, AND OTHER INELIGIBILITY AND VOLUNTARY ECLUSION (THIS AFFIDAVIT TO BE COMPLETED BY THE SUCCESSFUL CONTRACTOR S SUB-CONTRACTORS AFTER NOTIFICATION OF AWARD HAS BEEN RECEIVED) The Lower Tier Participant [Subcontractor to the Primary Contractor(s)],, certifies by submission of this bid, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. If the above named Lower Tier Participant (Subcontractor) is unable to certify to any of the statements in this certification, such participant shall attach an explanation to this certification. The Lower-Tier Participant (Subcontractor),, certifies or affirms the truthfulness and accuracy of the contents of the statements submitted on or with this certification and understands that the provisions of 31. U.S.C. Section 3801 et seq. is applicable thereto. Signature and Title of Authorized Official Date NOTICE TO BIDDER: THIS CERTIFICATION SHALL BE COMPLETED BY ALL SUBCONTRACTORS WHICH WILL HAVE A FINANCIAL INTEREST IN THIS PROJECT WHICH ECEEDS $25,000 OR SUBCONTRACTORS WHICH WILL HAVE A CRITICAL INFLUENCE ON OR A SUBSTANTIVE CONTROL OVER THE PROJECT. 21

22 (Applicable to Construction projects > $2,000) The Greater Dayton Regional Transit Authority AFFIDAVIT OF CONTRACTOR OR SUBCONTRACTORS - PREVAILING WAGES (THIS AFFIDAVIT TO BE COMPLETED BY THE SUCCESSFUL CONTRACTOR AFTER NOTIFICATION OF AWARD HAS BEEN RECEIVED) I,, (Name of person signing affidavit and title) of the (Company's Name), do hereby certify that the wages paid to all employees for the full number of hours worked in connection with the Legal Notice No., titled during the following period from to is in accordance with the prevailing wage prescribed by the contract document. I further certify that no rebates or deductions for any wages due any person have been directly or indirectly made other than those provided by law. (Signature of Officer or Agent) Sworn to and subscribed in my presence this day of, 20. My commission expires: (Notary Public) (SEAL) The above affidavit must be executed and sworn to by an officer or agent or the Contractor or Subcontractor who supervises the payment of employees, before the Owner will release the surety and/or make a final payment due under the terms of the Contract. 22

23 GREATER DAYTON REGIONAL TRANSIT AUTHORITY QUOTE FORM YEAR ONE Item No. Description Hourly Rate 1 Per employee with no special equipment $ 2 Per employee with special equipment $ OPTION YEAR Item No. Description Hourly Rate 1 Per employee with no special equipment $ 2 Per employee with special equipment $ Name of Individual, Partner or Corporation Address City, State and Zip Code Telephone Number Fax Number Authorized Signature Title Date Authorized Name Printed 23

July 20, 2018 at 2:00 p.m

July 20, 2018 at 2:00 p.m July 3, 2018 TO: Prospective Quoters RE: Request for Quotation (RFQ) 18-12 Power Supply for Substation The Greater Dayton Regional Transit Authority (RTA) is interested in obtaining quotes for Power Supply

More information

February 4, Prospective Quoters. Request for Quotation (RFQ) RFQ Hardware for Steel Pole Foundations (Low Quote)

February 4, Prospective Quoters. Request for Quotation (RFQ) RFQ Hardware for Steel Pole Foundations (Low Quote) February 4, 2019 TO: RE: Prospective Quoters Request for Quotation (RFQ) RFQ 19-02 Hardware for Steel Pole Foundations (Low Quote) The Greater Dayton Regional Transit Authority (RTA) is interested in obtaining

More information

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

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 February 7, 2017 TO: Prospective Quoters RE: Request for Quotation (RFQ) 17-02 Graphics Material for Buses The Greater Dayton

More information

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

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 January 3, 2017 TO: RE: Prospective Proposers Request for Quotation (RFQ) RFQ 17-01 First Aid Kits, Installation, and Vendor

More information

May 21, Prospective Quoters. RE: Request for Quotation RFQ Seat Inserts Strip and Recover with New Material

May 21, Prospective Quoters. RE: Request for Quotation RFQ Seat Inserts Strip and Recover with New Material May 21, 2018 TO: Prospective Quoters RE: Request for Quotation RFQ 18-09 Seat Inserts Strip and Recover with New Material The Greater Dayton Regional Transit Authority (RTA) is interested in obtaining

More information

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

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 September 28, 2016 TO: Prospective Quoters RE: Request for Quotation (RFQ) RFQ 16-24 Tree Removal (4) West Project The Greater

More information

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

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 February 25, 2016 TO: RE: Prospective Proposers Request for Quotation (RFQ) Schedules & Maps Layout and Updates The Greater Dayton

More information

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

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 March 9, 2018 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 TO: Prospective Quoters RE: Request for Quotation (RFQ) 18-06 Office Supplies The Greater Dayton Regional Transit

More information

August 28, Prospective Quoters. RE: Request for Quotation (RFQ) Elevator Drives and Monitoring Software

August 28, Prospective Quoters. RE: Request for Quotation (RFQ) Elevator Drives and Monitoring Software August 28, 2017 TO: Prospective Quoters RE: Request for Quotation (RFQ) 17-22 Elevator Drives and Monitoring Software The Greater Dayton Regional Transit Authority (RTA) is seeking to obtain quotes from

More information

January 23, Prospective Proposers. RE: Request for Quotation (RFQ) Fire Sprinkler Periodic Testing and Inspection

January 23, Prospective Proposers. RE: Request for Quotation (RFQ) Fire Sprinkler Periodic Testing and Inspection January 23, 2018 TO: Prospective Proposers RE: Request for Quotation (RFQ) 18-02 Fire Sprinkler Periodic Testing and Inspection The Greater Dayton Regional Transit Authority (RTA) is seeking to obtain

More information

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

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, 2017 TO: RE: Prospective Proposers Request for Quotation (RFQ) RFQ 17-19 Background Checks The Greater Dayton Regional

More information

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

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 January 3, 2018 TO: RE: Prospective Proposers Request for Quotation (RFQ) RFQ 18-01 Bus Stop Signs The Greater Dayton Regional

More information

The Greater Dayton Regional Transit Authority (RTA) is interested in obtaining quotes for Radiator Repairs. Your firm is invited to submit a quote.

The Greater Dayton Regional Transit Authority (RTA) is interested in obtaining quotes for Radiator Repairs. Your firm is invited to submit a quote. January 16, 2019 TO: RE: Prospective Quoters Request for Quotation (RFQ) 19-1 Radiator Repairs (Low Quote) The Greater Dayton Regional Transit Authority (RTA) is interested in obtaining quotes for Radiator

More information

November 5, Prospective Quoters. Request for Quotation (RFQ) RFQ Light Facilities Maintenance Work (Low Quote)

November 5, Prospective Quoters. Request for Quotation (RFQ) RFQ Light Facilities Maintenance Work (Low Quote) November 5, 2018 TO: RE: Prospective Quoters Request for Quotation (RFQ) RFQ 18-20 Light Facilities Maintenance Work (Low Quote) The Greater Dayton Regional Transit Authority (RTA) is interested in obtaining

More information

August 28, Prospective Proposers. RE: Request for Quotation (RFQ) Elevator Maintenance

August 28, Prospective Proposers. RE: Request for Quotation (RFQ) Elevator Maintenance August 28, 2017 TO: Prospective Proposers RE: Request for Quotation (RFQ) 17-21 Elevator Maintenance The Greater Dayton Regional Transit Authority (RTA) is seeking to obtain proposals from firms interested

More information

CITY OF TACOMA Water Supply

CITY OF TACOMA Water Supply CITY OF TACOMA Water Supply ADDENDUM NO. 1 DATE: 6/29/2018 REVISIONS TO: Request for Bids Specification No. 2018 Cathodic Protection Installations NOTICE TO ALL BIDDERS: This addendum is issued to clarify,

More information

ANNEX A Standard Special Conditions For The Salvation Army

ANNEX A Standard Special Conditions For The Salvation Army ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,

More information

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

More information

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION THIS AGREEMENT made at Columbus, Ohio on by and between Lincoln Construction, Inc., hereinafter referred to as the Contractor, and, hereinafter

More information

Document A Exhibit A Insurance and Bonds

Document A Exhibit A Insurance and Bonds Document A101 2017 Exhibit A Insurance and Bonds This Insurance and Bonds Exhibit is part of the Agreement, between the Owner and the Contractor, dated the day of in the year (In words, indicate day, month

More information

W I T N E S S E T H:

W I T N E S S E T H: GENERAL CONTRACTORS SUBCONTRACT AGREEMENT THIS CONTRACT, made and entered into the day of, 20, by and between, a Tennessee, having its principal place of business at, hereinafter referred to as "Contractor"

More information

Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS

Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS 1. PURCHASE ORDER DEFINED: The term "purchase order" as used in these terms and conditions means the document entitled "Purchase

More information

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

SMALL ORDERS TERMS AND CONDITIONS - BLANKET 1. COMPLIANCE WITH LAWS Contractor must observe and comply with all applicable federal, state, county and municipal laws, statutes, regulations, codes, ordinances and executive orders, in effect now or

More information

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

DESERT COMMUNITY COLLEGE DISTRICT   General Terms and Conditions DESERT COMMUNITY COLLEGE DISTRICT www.collegeofthedesert.edu General Terms and Conditions 1. PURCHASE ORDER DEFINED: The term purchase order as used in these terms conditions means the document entitled

More information

EXHIBIT B. Insurance Requirements for Construction Contracts

EXHIBIT B. Insurance Requirements for Construction Contracts EXHIBIT B Insurance Requirements for Construction Contracts Contractor shall procure and maintain for the duration of the contract, and for 3 years thereafter, insurance against claims for injuries to

More information

Contractor shall provide new thermal fused plastic laminate doors for each interior opening as scheduled. All openings are to receive new hardware.

Contractor shall provide new thermal fused plastic laminate doors for each interior opening as scheduled. All openings are to receive new hardware. contractor ract and Scope of Work 8.801, 8.802, 8.803, and 8.804 ract To: LBA Construction LLC 2733 Ross Clark Circle Dothan, Alabama 36301 contractor: Scope: Doors, Frames, and Door Hardware Provide and

More information

GRAND RIVER DAM AUTHORITY REQUEST FOR QUOTE # 11135

GRAND RIVER DAM AUTHORITY REQUEST FOR QUOTE # 11135 REQUEST FOR QUOTE # 11135 RFQ # 11135 Quotation Due By: 08/08/2012 10:00 AM CT REPLY TO: MK Monica Fowler PURCHASING DEPARTMENT 226 W DWAIN WILLIS AVE TO: PROVIDE COMPANY NAME, ADDRESS, E-MAIL PO BOX 409

More information

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE 1. DEFINITIONS 1 2. COMPOSITION OF THE ARCHITECT-ENGINEER 1 3. INDEPENDENT CONTRACTOR 1 4. RESPONSIBILITY OF THE ARCHETECT-ENGINEER

More information

2. Attachments a) Design Drawings Drawing(s) Revision Revision Date Specifications (T1.1-T2.8) N/A N/A A /06/17 A1.1 N/A N/A A2.

2. Attachments a) Design Drawings Drawing(s) Revision Revision Date Specifications (T1.1-T2.8) N/A N/A A /06/17 A1.1 N/A N/A A2. contractor ract and Scope of Work 8.812 ract To: contractor: LBA Construction LLC 2733 Ross Clark Circle Dothan, Alabama 36301 Scope: Window Film: Provide and install 7 mil shatter resistant window film

More information

RICE UNIVERSITY SHORT FORM CONTRACT

RICE UNIVERSITY SHORT FORM CONTRACT RICE UNIVERSITY SHORT FORM CONTRACT This Rice University Short Form Contract (this Contract ) is entered into by and between WILLIAM MARSH RICE UNIVERSITY, a Texas non-profit corporation (the University

More information

CHEROKEE NATION DEPARTMENT OF TRANSPORTATION UTILITY RELOCATION AGREEMENT

CHEROKEE NATION DEPARTMENT OF TRANSPORTATION UTILITY RELOCATION AGREEMENT CHEROKEE NATION DEPARTMENT OF TRANSPORTATION UTILITY RELOCATION AGREEMENT PROJECT NAME: PROJECT NO.: COUNTY: UTILITY COMPANY: THIS AGREEMENT, made and entered into by and between the Department of Transportation,

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

More information

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

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 CONSTRUCTION Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 August 24, 2017 DEAR PROSPECTIVE BIDDERS: Re: RFQ (Request for Quotation) 2017 RFQ New Garage Door for 901 South

More information

SHORT FORM STANDARD SUBCONTRACT. This Agreement is made this day of, 20, between

SHORT FORM STANDARD SUBCONTRACT. This Agreement is made this day of, 20, between SHORT FORM STANDARD SUBCONTRACT This Agreement is made this day of, 20, between (Contractor) and (Subcontractor). The work described in Section I below shall be performed in accordance with the prime contract

More information

Proposal No:

Proposal No: City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Demolition Asbestos /Abatement of Two (2) Structures

More information

OGC-S Owner-Contractor Construction Agreement

OGC-S Owner-Contractor Construction Agreement Owner-Contractor Construction Agreement This agreement is entered into as of ( Effective Date ) between Lone Star College (the "College"), a public junior college pursuant to Section 130.004 of the Texas

More information

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL LIQUID CALCIUM CHLORIDE Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

PROCUREMENT POLICES, PRACTICES AND REQUIREMENTS JULY 14, 2008

PROCUREMENT POLICES, PRACTICES AND REQUIREMENTS JULY 14, 2008 PROCUREMENT POLICES, PRACTICES AND REQUIREMENTS JULY 14, 2008 Procurements for FREDericksburg Regional Transit (FRED) are governed by the procurement policies and practices of the City of Fredericksburg

More information

CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016

CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016 CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco Contract No. 2784 Pier 23 Roof Repair ADDENDUM No. 1 Issued: December 16, 2016 The following clarifications, changes, additions or deletions are incorporated

More information

INVITATION TO BID Retaining Wall

INVITATION TO BID Retaining Wall INVITATION TO BID Retaining Wall DEPARTMENT OF PARKS AND RECREATION The City of Des Peres is soliciting bids from qualified contractors to remove existing block wall and construct one concrete block retaining

More information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,

More information

00710 Supplemental Conditions for FTA-funded projects TABLE OF CONTENTS

00710 Supplemental Conditions for FTA-funded projects TABLE OF CONTENTS 00710 for FTA-funded projects TABLE OF CONTENTS ARTICLE FTA-1 ARTICLE FTA-1. DEFINITIONS 00710-4 1.1 C.F.R. 00710-4 1.2 DOT 00710-4 1.3 EPA 00710-4 1.4 FTA 00710-4 1.5 U.S.C. 00710-4 ARTICLE FTA-2 ACCESS

More information

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

More information

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Contractor Address Address City, Zip Work Phone Number: Cell Phone Number:

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER. Pre-Construction and Construction Phase Services

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER. Pre-Construction and Construction Phase Services AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER Pre-Construction and Construction Phase Services FP&M Project No, CP00Error! Bookmark not defined. AGREEMENT made by and between the Board of Regents, State

More information

SUBCONTRACTOR AGREEMENT

SUBCONTRACTOR AGREEMENT SUBCONTRACTOR AGREEMENT THIS AGREEMENT MADE THIS DAY OF IN THE YEAR OF 2016 (In words, indicate day, month and year) BETWEEN DeWitt & Associates, Inc. 1256 South Barnes Springfield, Missouri 65804 AND:

More information

AIA Document A101 TM 2017 Exhibit A

AIA Document A101 TM 2017 Exhibit A AIA Document A101 TM 2017 Exhibit A Insurance and Bonds This Insurance and Bonds Exhibit is part of the Agreement, between the Owner and the Contractor, dated the day of in the year (In words, indicate

More information

EXHIBIT G. Insurance Requirements. [with CCIP]

EXHIBIT G. Insurance Requirements. [with CCIP] SECTION 1 GENERAL INSURANCE REQUIREMENTS EXHIBIT G Insurance Requirements [with CCIP] A. CCIP. Contractor has implemented a Contractor Controlled Insurance Program ( CCIP ) to furnish certain insurance

More information

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office and

More information

COMMERCIAL FACADE IMPROVEMENT PROGRAM GUIDELINES AND APPLICATION

COMMERCIAL FACADE IMPROVEMENT PROGRAM GUIDELINES AND APPLICATION CITY OF SOUTH GATE COMMUNITY DEVELOPMENT DEPARTMENT 8650 CALIFORNIA AVENUE SOUTH GATE, CALIFORNIA 90280 (323) 563-9535 COMMERCIAL FACADE IMPROVEMENT PROGRAM GUIDELINES AND APPLICATION City of South Gate

More information

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties. SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office

More information

REQUEST FOR QUOTATION (RFQ) TITLE: Kit Carson Emergency Siren Project

REQUEST FOR QUOTATION (RFQ) TITLE: Kit Carson Emergency Siren Project REQUEST FOR QUOTATION (RFQ) RFQ # Q18-04 CLOSING DATE: 4/20/2018 TITLE: Kit Carson Emergency Siren Project CLOSING TIME: 10:00 A.M. (our clock) INTENT Larimer County Purchasing Department, on behalf of

More information

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

OCIP Contract Language

OCIP Contract Language Page 1 of 12 7. Insurance Requirements OCIP Contract Language 7.1 COUNTY Provided Insurance. COUNTY will provide an Owner Controlled Insurance Program ( OCIP ) for the Project. The OCIP will be administered

More information

SECTION IV CONTRACT BID NUMBER

SECTION IV CONTRACT BID NUMBER SECTION IV CONTRACT BID NUMBER 171006 THIS AGREEMENT made and entered into this day of, 2017, between PUBLIC UTILITY DISTRICT NO. 1 OF CLALLAM COUNTY (hereinafter called the "District") and, located at

More information

(a) Master Agreement issued by Company and executed between the parties. (b) The terms of the Supplier Agreement issued by Company

(a) Master Agreement issued by Company and executed between the parties. (b) The terms of the Supplier Agreement issued by Company This Purchase Order is between Anthem, Inc., on behalf of itself and its affiliates (individually and collectively, "Anthem"), and Supplier. The parties agree as follows: 1. Deliverables and Price. All

More information

AIA Document A101 TM 2007

AIA Document A101 TM 2007 AIA Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month

More information

Workforce Management Consulting Services

Workforce Management Consulting Services Request for Proposal #40604 Workforce Management Consulting Services For Grand River Dam Authority PROPOSALS TO BE SUBMITTED TO: Grand River Dam Authority Central Purchasing Unit 226 West Dwain Willis

More information

Reno/Tahoe International Airport P.O. Box Reno, NV (775) (775)

Reno/Tahoe International Airport P.O. Box Reno, NV (775) (775) Reno/Tahoe International Airport P.O. Box 12490 Reno, NV 89510-2490 (775)328-6400 (775)328-6510 DATE: March 28, 2012 TO: Informal Bidders SUBJECT: Informal Bid 11/12-14 Project SCOPE AND INTENT The Purchasing

More information

ICSC CENTERBUILD CONFERENCE DECEMBER 2-5, 1998 ARIZONA BILTMORE PHOENIX, ARIZONA

ICSC CENTERBUILD CONFERENCE DECEMBER 2-5, 1998 ARIZONA BILTMORE PHOENIX, ARIZONA ICSC CENTERBUILD CONFERENCE DECEMBER 2-5, 1998 ARIZONA BILTMORE PHOENIX, ARIZONA A COMPARATIVE ANALYSIS OF THE 1997 CHANGES TO THE AIA GENERAL CONDITIONS TO THE CONTRACT FOR CONSTRUCTION (A201) STUART

More information

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

Notice to Bidders. No faxed or  ed bids will be accepted. Bids received after the closing time will not be accepted. KEN BASS DIRECTOR OF PURCHASING 214 NORTH 5 TH STREET WACO, TEXAS 76701 (254) 757-5016 FAX (254) 757-5068 Notice to Bidders Sealed bids will be received by the McLennan County Purchasing Department at

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

Solicitation Liberator II Headsets with Tactical PTT and Accessories. Bid designation: Public. Maricopa County

Solicitation Liberator II Headsets with Tactical PTT and Accessories. Bid designation: Public. Maricopa County 5 Solicitation 1507-003 Liberator II Headsets with Tactical PTT and Accessories Bid designation: Public 7/18/2014 3:14 PM p. 1 6 Liberator II Headsets with Tactical PTT and Accessories 5 Bid Number 1507-003

More information

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR CONTRACTOR S COPY SUBCONTRACT NO. Alberta Standard Construction Subcontract THIS AGREEMENT made this day of, A.D. 20 BETWEEN name (hereinafter called the

More information

Watershed Educational Campaign Project

Watershed Educational Campaign Project Request for Proposal 40686 Watershed Educational Campaign Project For Grand River Dam Authority PROPOSALS TO BE SUBMITTED TO: Grand River Dam Authority Central Purchasing Unit 226 West Dwain Willis Avenue

More information

AIA Document A101 TM 2017 Exhibit A

AIA Document A101 TM 2017 Exhibit A AIA Document A101 TM 2017 Exhibit A Insurance and Bonds This Insurance and Bonds Exhibit is part of the Agreement, between the Owner and the Contractor, dated the day of «November» in the year «2017» (In

More information

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) MAIL BIDS TO: FLORIDA KEYS AQUEDUCT AUTHORITY 7000 Front St. (Stock Island) KEY WEST, FLORIDA 33040 (No

More information

EXHIBIT C FTA REQUIRED PROCUREMENT CLAUSES

EXHIBIT C FTA REQUIRED PROCUREMENT CLAUSES EXHIBIT C FTA REQUIRED PROCUREMENT CLAUSES The vendor awarded this contract must adhere to the all FTA-required clauses included in Exhibit C. Appendix D of this RFP is an acknowledgment of these clauses

More information

CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for

CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for SMALL CONSTRUCTION CONTRACT Typical CLWA services that would use Small Contracts with

More information

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT The City of Des Peres is soliciting bids from qualified vendors to remove, furnish and install new flooring in activity rooms A and

More information

7/14/16. Hendry County Purchase Order Terms and Conditions

7/14/16. Hendry County Purchase Order Terms and Conditions Hendry County Purchase Order Terms and Conditions 1. Offer The order set forth in the Purchase Order is subject to cancellation by HENDRY COUNTY without notice if not accepted by VENDOR within fourteen

More information

INSURANCE EXHIBIT TO CONSTRUCTION AGREEMENT Insurance Requirements Owner Controlled Insurance Program

INSURANCE EXHIBIT TO CONSTRUCTION AGREEMENT Insurance Requirements Owner Controlled Insurance Program *THIS INSURANCE EXHIBIT IS SUBJECT TO FINAL UPDATE BASED ON QUOTE NEGOTIATIONS AND DECISION BY OWNER TO IMPLEMENT THE OCIP PROGRAM FOR THIS PROJECT IT IS BEING PROVIDED FOR INFORMATION ONLY, TO PROSPECTIVE

More information

Bernards (Project Name) CCIP Insurance Manual

Bernards (Project Name) CCIP Insurance Manual Bernards (Project Name) CCIP Insurance Manual Policy Year: xxxx-xxxx Alliant Version 01 1 Table of Contents 1.1 INTRODUCTION... 3 1.2 Overview... 3 1.3 About this Manual... 4 2.0 PROJECT DIRECTORY... 5

More information

PURCHASE ORDER ACKNOWLEDGEMENT

PURCHASE ORDER ACKNOWLEDGEMENT PURCHASE ORDER These Terms and Conditions shall apply to this Purchase Order attached hereto as Exhibit A and to all subsequent transactions (whether or not a Purchase Order is used) between Marquette

More information

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018 County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)

More information

AIA Document A101 TM 2007

AIA Document A101 TM 2007 AIA Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month

More information

MASTER SUBCONTRACT AGREEMENT

MASTER SUBCONTRACT AGREEMENT MASTER SUBCONTRACT AGREEMENT This Master Subcontract Agreement ( Subcontract ), made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter

More information

General Services Purchasing Division 201 W. Colfax Avenue, Dept. 304 Denver, CO P: F:

General Services Purchasing Division 201 W. Colfax Avenue, Dept. 304 Denver, CO P: F: GENERAL CONDITIONS OF PURCHASE: 1. Non-Exclusive: This Purchase Order is non-exclusive. City does not guarantee any minimum purchase other than as provided herein 2. Inspection and Acceptance: Vendor shall

More information

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants EXHIBIT B Insurance Requirements for Environmental Contractors and/or Consultants Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons

More information

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid. To the Board of County Commissioners of Olmsted County, Minnesota: Bidders: In accordance with the advertisement of Olmsted County inviting proposals for the furnishing and application of dust control

More information

Dickinson College Purchase Order Terms and Conditions

Dickinson College Purchase Order Terms and Conditions Dickinson College Purchase Order Terms and Conditions Policy/Procedure This policy covers: A. Introduction B. Terms and Conditions A. Introduction Financial Operations does not require the use of a purchase

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the complete removal and replacement of existing roof at 659 Knox Rd 1440 North for

More information

INSURANCE AND INDEMNIFICATION MANUAL. Supplement to Policy 560 i

INSURANCE AND INDEMNIFICATION MANUAL. Supplement to Policy 560 i INSURANCE AND INDEMNIFICATION MANUAL Supplement to Policy 560 Table of Contents.1 INTRODUCTION... 1.2 EXHIBIT I INSURANCE AND INDEMNITY REQUIREMENTS FOR CONSTRUCTION AND SERVICE CONTRACTS... 1 2.1 INDEMNIFICATION/HOLD

More information

TEMPORARY SERVICE APPLICATION (HYDRANT METERS)

TEMPORARY SERVICE APPLICATION (HYDRANT METERS) TEMPORARY SERVICE APPLICATION (HYDRANT METERS) Order Taken By: Account No: Date: Work Order No.: TYPE (Please check one) New Service Exchange Meter Relocate Meter Discontinue Service BILLING DATA SERVICE

More information

OREGON STATE UNIVERSITY

OREGON STATE UNIVERSITY OREGON STATE UNIVERSITY SUPPLEMENTAL GENERAL CONDITIONS To The PUBLIC IMPROVEMENT GENERAL CONDITIONS Project Name: Magruder Hall Hospital Expansion & Renovation The following modify the November 1, 2016

More information

NEBBIOLO STANDARD TERMS & CONDITIONS OF SALE

NEBBIOLO STANDARD TERMS & CONDITIONS OF SALE NEBBIOLO STANDARD TERMS & CONDITIONS OF SALE 1. GENERAL These Terms and Conditions of Sale ("Terms and Conditions") and any attached exhibits [together with those terms and conditions appearing on the

More information

CONSTRUCTION TERMS AND CONDITIONS

CONSTRUCTION TERMS AND CONDITIONS CONSTRUCTION TERMS AND CONDITIONS These Terms and Conditions are applicable to construction procurements with an engineer s estimate of less than twenty five thousand dollars ($25,000.00). Acceptance of

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

BAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor

BAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor BAY CITY HOUSING COMMISSION 315 14 th Street ~ Bay City, Michigan 48708 (989) 892-9581 fax (989) 892-5818 tdd (800) 545-1833 ext 561 Bid for Replacing Suspended Ceiling Panels at Maloney Manor The Bay

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

Tire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal

Tire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal Tire Disposal Lincoln County Solid Waste RFP #2015-0709 Tire Disposal 1. Introduction 1.1. Lincoln County Solid Waste is seeking proposals from qualified Contractors interested in providing a minimum of

More information

APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO.

APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO. APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO. 1. INSURANCE REQUIREMENTS A. INSURANCE: The Contractor shall be required to maintain insurance for

More information

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

Purchase Order Terms and Conditions

Purchase Order Terms and Conditions Purchase Order Terms and Conditions Policy/Procedure Financial Operations does not require the use of a Purchase Order (PO) to procure goods or services through the Banner system. However, departments

More information

Cooper Heat Treating LLC Terms and Conditions of Order Effective April 2, 2013

Cooper Heat Treating LLC Terms and Conditions of Order Effective April 2, 2013 1. DEFINITIONS - The terms defined in this paragraph shall have the meanings set forth below: 1.1. Customer means Cooper Heat Treating LLC. 1.2. Order means this written Purchase Order between Customer

More information

SEALED BID. September 29, 2017

SEALED BID. September 29, 2017 NORTHSIDE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 607 Richland Hills Drive, Suite 700 San Antonio, Texas 78245 (210) 397-8845 Please BID the following no later than 2:30pm, November 2, 2017 September

More information

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS THE FOLLOWING TERMS AND CONDITIONS APPLY TO ALL PURCHASES OF SERVICES BY OR ON BEHALF OF THE CITY OF NAPERVILLE UNLESS SPECIFICALLY PROVIDED OTHERWISE

More information

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES PROPOSALS MUST BE SUBMITTED BY 4:00 PM DECEMBER 29, 2016 TO: MR. TONY LENTYCH EXECUTIVE DIRECTOR TRAVERSE CITY

More information

Rail Owner Controlled Insurance Program Manual

Rail Owner Controlled Insurance Program Manual Rail Owner Controlled Insurance Program Manual Addendum No. 4 to June 2013 Edition (Updated 08-21-17) Update to Section 5 Enrolled and Excluded Contractor Required Coverage for Package P Contract Section

More information