REQUEST FOR PROPOSAL

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL"

Transcription

1 REQUEST FOR PROPOSAL BLOUNT COUNTY PURCHASING DEPARTMENT 385 COURT STREET MARYVILLE, TENNESSEE Proposals are being accepted for the repair of cafeteria equipment as stated herein. Proposers shall submit their offers in sealed envelope to: Blount County Purchasing Department Blount County Courthouse, Room Court Street Maryville, Tn Public Opening of the proposals will be held at the above address at the deadline date and time designated in the Request for Proposal (RFP). RFP TABLE OF CONTENTS: Page RFP Cover Page Terms and Conditions of the RFP Terms and Conditions of Purchase Special Provisions Schedule of Events Proposal Requirements General Contracting Information & Requirements Proposal Evaluation & Contract Award RFP Attachment 6.. Proposal Statement of Certifications & Assurances RFP Attachment 6.2 Section A Mandatory Requirements RFP Attachment 6.2 Section B General Qualifications & Experience RFP Attachment 6.2 Section C Technical Qualifications, Experience & Approach RFP Attachment 6.2 Section D Equipment List RFP Attachment 6.3. Cost Proposal & Scoring Guide RFP Attachment 6.4. Proposal Score Summary Matrix Example Insurance Checklist & Sample of Certificate of Liability Insurance Background Check Compliance Form Title VI (voluntary disclosure) Form W-9 (submit upon request) DATE ISSUED: April 5, 205 RFP NO: RFP TITLE: RFP DEADLINE DATE & TIME: April 29, 205 at 2:30 p.m. Eastern Standard Time zone (E.S.T.) RFP CONTACT: Lauri Bell, Sr. Contract Administrator CONTACT PHONE: (865) CONTACT ADDRESS: LBell@BlountTN.org

2 Terms And Conditions of the RFP. Addenda No modifications to the Request for Proposal (RFP) shall be binding upon the County unless made in writing by an authorized representative of the Blount County Purchasing Department. Addenda, if issued, are posted on the County s website: Prior to submitting a proposal, it is the responsibility of the proposer to ascertain that they have received all addenda issued and Proposal accordingly. Addenda issued later than 48 hours prior to the RFP deadline, excluding weekends and legal holidays, will result in the RFP deadline being extended. 2. Availability of Requested Items Proposers must accept responsibility for verifying availability of specified items prior to proposal submission. If specified items are discontinued, replaced or will not be available for an extended period of time, Proposer shall notify the County no less than 96 hours prior to the RFP deadline, excluding weekends and legal holidays. 3. Award The right is reserved, as the interest of the County may require, to reject any and all proposals and to waive any informality in proposals received, such waiver shall not modify the RFP requirements or excuse the Proposer from full compliance with such, and the County may hold any resulting Contractor to strict compliance. The County reserves the right to make an award on all items or on any of the items and for an item quantity less than the quantity proposed upon unless qualified by specific limitation of the RFP. The County also reserves the right to not award a contract. Contract award, if made, will be the most advantageous to the County, not necessarily to the Proposer offering the lowest cost but rather to the responsive and responsible Proposer offering the best combination of attributes based upon the evaluation criteria, price and other factors considered. (Responsive is defined as a contractor, business entity or individual who has submitted a proposal that fully conforms in all material respects to the RFP and all of its requirements, including all form and substance. Responsible is defined as a contractor, business entity or individual who has the capacity in all respects to fully perform the contract requirements, and the integrity and reliability which will assure good faith performance.) In the event tie proposals are totally equal, selection shall be made by publicly witnessed drawing of lots. Disputes arising from the award of this RFP must be submitted in writing to the Blount County Purchasing Agent and received no later than seven (7) calendar days from contract award date. 4. Proposal Acceptance Prices quoted shall be held firm and subject to acceptance by the County for a period of 20 calendar days from the RFP deadline, unless the bidder indicates otherwise in their proposal. If awarded the contract within the time frame specified, proposer agrees to furnish all supplies/services described or specified at the prices and delivery time quoted. 5. Compliance with Applicable Laws The proposer shall comply with all laws relating to the manufacture, sale and purchases of items or services by County Governments insofar as they pertain to the purchase made under this contract. 6. Conflict of Interest No employee, officer or agent of Blount County shall participate in the selection, or award of, or administration of a contract if a conflict of interest, real or apparent, would be involved. The County s employees, officers, or agents shall neither solicit nor accept gratuities, favors, or anything of monetary value from contractors, potential contractors, or parties to subagreements. By submission of its proposal, Contractor covenants that it has no public or private interest, nor shall acquire directly or indirectly any interest, which would conflict in any manner with the provision of its goods or performance of its contractual services. Contractor warrants that no part of the total contract amount provided herein shall be paid directly or indirectly to any officer or employee of Blount County as wages, compensation, or gifts in exchange for acting as officer, agent, employee, subcontractor or consultant to Contractor in connection with any goods provided or work contemplated or performed relative to the agreement. 7. Debarment and Suspension By signing this proposal, the Contractor certifies that it and its current principals, and its current subcontractors and their principals: a. are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal or state department or agency; b. have not within a three (3) year period preceding this Contract been convicted of, or had a civil judgment rendered against them from commission of fraud, or a criminal offence in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or grant under a public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification, or destruction of records, making false statements, or receiving stolen property; c. are not presently indicted or otherwise criminally or civilly charged by a government entity (federal, state, or local) with commission of any of the offenses detailed in section b. of this certification; and d. have not within a three (3) year period preceding this Contract had one or more public transactions (federal, state, or local) terminated for cause or default. The Contractor shall provide immediate written notice to the County if at any time it learns that there was an earlier failure to disclose information or that due to changed circumstances, its principals or the principals of its subcontractors are excluded or disqualified. 8. Declarative Statements Statements or words such as must, shall, or will are declarative statements and the vendor must comply with the condition. Failure to comply with any such condition may result in the proposal being nonresponsive and disqualified. 9. Delivery Delivery will be F.O.B. Destination unless otherwise specified in this RFP. This will apply to regular and normal stock items and special items which must be ordered direct from manufacturer. All transportation charges shall be paid by the seller. To insure adequate service level to the people, Blount County requires that all goods or services ordered will be delivered when specified. Time is, therefore, the essence of this contract. If delivery is not made or service performed at the time agreed upon, the County reserves the right to cancel the order and purchase elsewhere and hold seller accountable therefore. Repeated instances of not meeting the stated delivery time will be just cause for termination of the contract. 0. Federal Tax and State Sales Tax Purchases by the County are not subject to any state sales or federal excise taxes. Exemption certificates shall be furnished by the County upon the Contractor s request.. Late Proposals It is the responsibility of the proposer to deliver their proposal or proposal modification on or before the RFP deadline date and time. Modifications cannot be made to the proposal after the RFP deadline. The time of record will be the date/time stamp of the Blount County Purchasing Department. Late proposals will not be considered or returned. RFP#

3 Terms And Conditions of the RFP 2. Modification or Withdrawal of Proposals Proposals may be modified or withdrawn by signed written notice to Blount County Purchasing or in person by an authorized vendor representative provided the modification or withdrawal is received prior to the RFP deadline. A vendor representative making a modification in person shall have proper identification and shall initial the change. The vendor representative shall sign a receipt for the withdrawal of a proposal. A telegraphic notice with an authorized signature would be acceptable for proposal modification or withdrawal. It is the vendor s responsibility to confirm receipt of the modification or withdrawal. The telegraphic communications shall not reveal the proposal price but shall provide the addition, subtraction or other modifications so that the final prices or terms will not be known by the County until the sealed proposal is opened. 3. Non-Collusion The requirements of State and Federal Antitrust Law, as well as the terms and conditions of this RFP, require that all decisions made as to matters concerning this RFP be made on an individual firm basis. By signing this proposal, the proposer certifies that no company employees, agents, or representatives colluded in any respect with any other person or firm as to the terms and conditions of the company s proposal. Any concerted activity with respect to this proposal will be reported to the Antitrust Division of the Office of the Attorney General, State of Tennessee. 4. Notification to County If no proposal is to be submitted in response to this RFP, it is not necessary to return the RFP; however, notice should be given to the County if the recipient wishes to remain on the County s vendor list for future solicitations. 5. Preparation of Proposals (A) Proposers are expected to examine all proposal documents. Failure to do so will be at the proposer s risk. (B) Each proposer shall furnish all information required by the RFP. The proposer shall sign the proposal; erasures or other changes shall be initialed by the person signing the offer. Proposals that are submitted on forms other than the enclosed forms are subject to disqualification. (C) Unit price shall include freight unless otherwise specified in the RFP. In case of discrepancy between any unit price and an extended price, the unit price shall govern. (D) Alternate proposals for supplies or services other than those specified will not be considered unless authorized by the RFP. (E) Proposers must state a definite time for delivery of supplies or for performance of services unless otherwise specified in the RFP. (F) Delivery time, when stated as a number of days, will include Saturdays, Sundays, and holidays. (G) Proposers are cautioned to check their Proposal for possible error. Errors discovered after public opening cannot be corrected and the proposer will be required to honor their pricing or be subject to disqualification for award. 8. Regulation Compliance The Contractor shall comply with the following requirements insofar as they apply to the performance of this contract: (A) All contracts awarded in excess of 0, by grantees and their contractors or sub-grantees shall comply with Executive Order 246, entitled Equal Employment Opportunity, as amended by Executive Order 375, and supplemented by the Department of Labor regulations (4CFR, Part 60). (B) All contracts over 00, will require compliance with the Clean Air Act issued under Section 306, Section 508 of the Clean Water Act, Executive Order 738 and Environmental Protection Agency regulations. Proposers must comply with mandatory standards and policies related to energy efficiency which are contained in the State Energy Plan issued in compliance with the Energy Policy and Conservation Act (PL 94-63, 89 Stat. 87). 9. Restrictive or Ambiguous Specifications It is the responsibility of the prospective proposer to notify Blount County Purchasing if there is a question as to the specifications or RFP procedures being formulated in a manner that would unnecessarily restrict competition. Any such question must be received no less 96 hours prior to the proposal deadline, excluding weekends and legal holidays. These requirements also apply to specifications or procedures that are in error or ambiguous. 20. Subcontracts The proposer is specifically advised that any person, firm, or other party to whom it is proposed to award a subcontract under this contract must be acceptable to and approved by the County. 2. Submissions of Proposals (A) Proposals shall be enclosed in a sealed envelope and addressed to the Blount County Purchasing Department, 385 Court Street, Maryville, Tennessee The name and address of the proposer shall be identified on the face of the envelope along with the RFP number and title. Proposals for construction projects exceeding 25, must include the required contractor license information on the face of the envelope per T.C.A (B) Blount County does not accept proposals by facsimile or any electronic transmission. See Clause 2 under Terms and Conditions of the RFP regarding proposal modifications or withdrawal. (C) Samples of items, when required, must be submitted within five (5) calendar days and at no expense to the County unless otherwise specified by the County. If not consumed by testing, samples will be returned at vendor s request and expense unless otherwise specified in the RFP. 6. Public Information The vendor understands that any material supplied to the County may be subject to public disclosure under the Tennessee Open Records Act, T.C.A et seq. 7. Qualifications of Proposers The County may make such investigations as are deemed necessary to determine the ability of the proposer to perform the work and the proposer shall furnish all such information and data for this purpose as the County may request. The County reserves the right to reject any proposal if the evidence submitted by or investigation of such proposer fails to satisfy the County that such proposer is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. RFP#

4 Terms and Conditions of Purchase. Acts of God Neither party shall be liable for delays, or defaults in the performance of this contract due to Acts of God or the public enemy, riots, strikes, fires, explosions, accidents, governmental action of any kind or any other causes of similar character beyond their control and without their fault or negligence. 2. Appropriation In the event no funds are appropriated by Blount County for the goods and services specified in any fiscal year or insufficient funds exist to purchase the goods or services, then the Contract shall expire upon the expenditure of previously appropriated funds or the end of the current fiscal year, whichever comes first, with no further obligations owed to or by either party. 3. Background Check Any employee of the successful vendor or subcontractor must submit to a criminal history records check prior to the employee having contact with students or entering school grounds when students are present. Reference TCA as amended in Public Chapter 080. This check is at the vendor s expense and is conducted by the Tennessee Bureau of Investigation and the Federal Bureau of Investigation. The successful proposer must return the attached compliance form to Blount County prior to performance of contract work. Information regarding this law and the steps to start the process may be obtained on the Blount County website at 4. Bankruptcy or Insolvency In the event of any voluntary or involuntary proceedings by or against either party in bankruptcy or insolvency, or for the appointment of a receiver, trustee or an assignee for the benefit of creditors of the property of seller, or in the event of breach of any of the terms hereof including the warranties of the seller, the County may cancel this contract or affirm the contract and hold the seller responsible for damages. 5. Contract Modification Upon contract award by the County, the ITB including any addenda and the successful bidder s response constitute the contract. Any changes hereto or additional contract documents must be in writing and accepted by both parties. The County Purchasing Agent is the agent of the County with authorization to modify the contract. 6. Contract Terms Upon award, the performance of this contract shall be covered solely by the terms and conditions set forth herein. Authorization to furnish goods/services will be made via purchase order signed by the County Purchasing Agent and Finance Director or other designated personnel. Any language contained on any invoice, shipping order, bill of lading or other document furnished by the seller at any time and the acceptance by the County of any goods/services to be furnished hereunder accompanied by any such document shall not be construed as an acceptance by the County of any terms or conditions contained in such document which are inconsistent with the terms and conditions set forth in this RFP. Any different or additional terms contained in the seller s acceptance are hereby objected to. 7. Definitions A. The County is Blount County, Tennessee, and includes its designated representatives. B. The Contractor is those mentioned as such contractor, seller, vendor, supplier, in the contract and includes their designated representatives. C. The Specifications includes instructions to Proposers, the terms and conditions of purchase, the definitions and the technical specifications of the work. D. A Subcontractor is a person, firm or corporation having a contract with the Contractor to furnish labor and materials or both, or who performs services of the project. E. Calendar Days are consecutive days, as occurring on a calendar, without regard to the day of the week, month, year, or holidays. F. The National Institute of Governmental Purchasing (NIGP) Online Dictionary of Procurement Terms, at will govern on questions as to any other definition in this contract. 8. Equal Opportunity / Non-Discrimination It is the policy of the County to ensure compliance with Title VI of the Civil Rights Act of 964, 49 CFR, Part 2 and related statutes and regulations to the end that no person shall be excluded from participation in or be denied benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance or any other funding source on the grounds of race, color, sex, national origin, or ancestry. By virtue of submitting a response to this solicitation, vendors agree to comply with the same non-discrimination policy. The U.S. Department of Agriculture (USDA) prohibits discrimination against its customers, employees, and applicants for employment on the bases of race, color, national origin, age, disability, sex, gender identity, religion, reprisal, and where applicable, political beliefs, marital status, familial or parental status, sexual orientation, or if all or part of an individual's income is derived from any public assistance program, or protected genetic information in employment or in any program or activity conducted or funded by the Department. (Not all prohibited bases will apply to all programs and/or employment activities.) If you wish to file a Civil Rights program complaint of discrimination, complete the USDA Program Discrimination Complaint Form, found online at or at any USDA office, or call to request the form. You may also write a letter containing all of the information requested in the form. Send your completed complaint form or letter to us by mail at U.S. Department of Agriculture, Director, Office of Adjudication, 400 Independence Avenue, S.W., Washington, D.C , by fax (202) , or at program.intake@usda.gov. Individuals who are deaf, hard of hearing or have speech disabilities may contact USDA through the Federal Relay Service at ; or (in Spanish). USDA is an equal opportunity provider and employer. 9. Indemnification and Insurance Contractor agrees to carry liability and Worker s Compensation insurance satisfactory to the County and to indemnify the County against all liability, loss and damage arising out of any injuries to persons and property caused by the Contractor, his employees or agents. The Contractor will furnish written evidence of such insurance coverage if requested. 0. Independent Contractor Contractor shall acknowledge that it and its employees serve as independent contractors and that Blount County shall not be responsible for any payment, insurance, or incurred liability.. Inspection and Acceptance The Contractor shall be responsible for all material or service until they are delivered and accepted. No material or service received by the County pursuant to this contract shall be deemed accepted until the County has had reasonable opportunity to inspect said material or service. All material discovered to be defective or does not conform to any warranty of the seller herein, upon initial inspection or at any later time if the effects contained in the material were not reasonably ascertainable upon RFP#

5 Terms and Conditions of Purchase inspection, may be returned at the seller s expense for full credit or replacement. No goods returned as defective will be replaced without buyer s written authorization. Such return shall in no way affect the County s discount privileges or exclude any other legal, equitable or contractual remedies the County may have therefore. Performance of services shall be completed to the County s satisfaction. 2. Invoices Invoices shall be submitted to address as noted on Purchase Order. Invoices shall contain the following information: purchase order number, item number, contract description of supplies or services, quantities, unit prices and extended totals. Delay in receiving invoices and errors in omissions on statements or invoices will be considered just cause for withholding settlement without losing privileges. 3. Limitations of Liability In no event shall Blount County be liable for any indirect, incidental, consequential, special, or exemplary damages or lost profits, even if Blount County has been advised of the possibility of such damages. 4. Notice and Service Thereof Any notice to any contractor from the County relative to any part of this contract will be in writing and considered delivered and the service thereof complied when said notice is posted with said contractor or his authorized representative. 5. Packaging The County will not be liable for any charges for packaging, crating, carting, drayage, or storage in excess of the purchase price of this order unless stated otherwise herein. 6. Patents The seller guarantees that the articles described herein and the sale or use of them will not infringe upon any U.S. or foreign patent and seller covenants that he will, at his own expense, defend every suit which may be brought against the County, or those selling or using the County s product (provided seller is promptly notified of such suit and all papers therein are delivered to the seller) for any alleged infringement of any patent by reason of the sale or use of such articles and seller agrees that he will pay all costs, damages and profits recovered in any such suit. 20. Remedies Blount County shall have all rights and remedies afforded under the U.C.C. and Tennessee law in contract and in tort, including but not limited to, rejection of goods, rescission, right offset-off, refund, incidental, consequential and compensatory damages and reasonable attorney s fees. 2. Right to Inspect Blount County reserves the right to make periodic inspections of the manner and means the service is performed or the goods are supplied. 22. Severability If any provision of this Contract is declared illegal, void, or unenforceable, the remaining provisions shall not be affected but shall remain in force and in effect. 23. Termination of Contract If the Contractor or any of his subcontractors fails to perform or comply with any provision of this contract, the County may consider such failure or noncompliance a breach of contract and reserves the right to terminate the contract at any time, in whole or in part, in the sole judgment and discretion of the Purchasing Agent. Blount County expressly retains all its rights and remedies provided by law in case of such breach, and no action by Blount County shall constitute a waiver of any such rights or remedies. If the contract is so terminated, the County may purchase, upon such terms and in such manner as the County Purchasing Agent may deem appropriate, supplies or services similar to those so terminated and the Contractor will be liable for excess cost occasioned thereby. In the event the contract is terminated by the County for due cause, the vendor may be barred from bidding on County contracts for a period of 2 months. 24. Warranty The seller expressly warrants that all goods and work covered by this contract will conform to each and every specification, drawing, sample or other description which is furnished to or is adopted by the County and that they will be fit and sufficient for the purpose intended, merchantable, of good material and workmanship, and free from defect. Such warranty shall survive delivery and shall not be deemed waived either by reason of the County s acceptance of said goods or work or by payments for them. 7. Provisions Required by Law Deemed Inserted Each and every provision of law and clause required by law to be inserted in this contract will be deemed to be inserted herein and the contract will be read and enforced as though it were included herein, and if through mistake or otherwise any such provision is not inserted, or is not correctly inserted, then upon the application of either party the contract will forthwith be physically amended to make such assertion or correction. 8. Quantities The County assumes no obligation for articles or materials shipped in excess of the quantity ordered hereunder. Any unauthorized quantity is subject to the County s rejection and return at seller s expense. 9. Registration Prior to contract award, vendors shall be required to have completed their vendor registration with Blount County Purchasing. Upon completion, it is the responsibility of the vendor to keep their information current. Vendors may register or update their registration under Vendor Registry on the Blount County Purchasing Department website at RFP#

6 . SPECIAL PROVISIONS & INTRODUCTION The Blount County School Department, hereinafter referred to as the County, has issued this Request for Proposals (RFP) to define minimum service requirements; solicit proposals; detail proposal requirements; and, outline the County s process for evaluating proposals and selecting a contractor to provide the needed service. Through this RFP, the County seeks to procure the best services at the most favorable, competitive prices... Statement of Procurement Purpose The County intends to procure a time and materials contract for the repair of cafeteria equipment. The contractor shall be required to repair in a timely and quality manner all cafeteria equipment, excluding refrigeration equipment, located at 2 various school cafeterias throughout Blount County..2. Special Terms and Conditions:.2.. Required Approvals. The County is not bound by this Contract until it is approved by the appropriate County officials in accordance with applicable local and state laws and regulations. No work shall be performed without a signed Purchase Order issued by the County Modification and Addendum. This Contract may be modified only by a written addendum executed by all parties hereto and approved by the appropriate County officials in accordance with applicable local and state laws and regulations Records. The Contractor shall maintain documentation for all charges under this Contract. The books, records, and documents of the Contractor, insofar as they relate to work performed or money received under this Contract, shall be maintained for a period of three (3) full years from the date of the final payment and shall be subject to audit at any reasonable time and upon reasonable notice by the County, the Comptroller of the Treasury, or their duly appointed representatives. The financial statements shall be prepared in accordance with generally accepted accounting principles Strict Performance. Failure by any party to this Contract to insist in any one or more cases upon the strict performance of any of the terms, covenants, conditions, or provisions of this Contract shall not be construed as a waiver or relinquishment of any such term, covenant, condition, or provision. No term or condition of this Contract shall be held to be waived, modified, or deleted except by a written addendum signed by the parties hereto Completeness. This Contract is complete and contains the entire understanding between the parties relating to the subject matter contained herein, including all the terms and conditions of the parties agreement. This Contract supersedes any and all prior understandings, representations, negotiations, and agreements between the parties relating hereto, whether written or oral Vendor Performance. Contractors with poor performance will be notified in writing by the County and given the opportunity to correct the performance issue(s). This notice will: () specify in reasonable detail the nature of the issue(s); and (2) provide the Contractor with an opportunity for resolution. The Contractor must present the County with a written response within ten (0) days from the date of the notice detailing the efforts it will take to resolve the problem(s) and the time period for such resolution. The Contractor will be placed on a probation period of 90 days; if the same or other problems persist or reoccur, the contract may be terminated as per Article 23 of Terms and Conditions for Purchase on page 5. This opportunity for resolution shall not apply to circumstances in which the Contractor intentionally withholds its services or otherwise refuses to perform. The County will not consider a request to resolve contract performance where there have been repeated problems with respect to identical or similar issues, or if the resolution period would cause a delay that would impair the effectiveness of school operations. In circumstances where an opportunity to resolve is not available, termination will be effective immediately. RFP#

7 .2.7. Termination (Ref. page 5 Terms and Conditions of Purchase, Article 23 Termination of Contract ) Breach: A party shall be deemed to have breached the contract if any of the following occurs: A. Failure to perform in accordance with any term or provision of the contract. B. Partial performance of any term or provision of the contract. C. Any act prohibited or restricted by the contract. Contractor Breach: The County shall notify the Contractor in writing of a breach. A. In event of a breach by Contractor, the County shall have available the remedy of actual damages and any other remedy available at law or equity. B. In the event of a breach, the County may assess liquidated damages. Partial Default: In the event of a breach, the County may declare a partial default. County Breach: In the event of a breach of contract by the County, the Contractor shall notify the County in writing within 30 days of any breach of contract by the County. Said notice shall contain a description of the breach. Failure by the Contractor to provide said written notice shall operate as an absolute waiver by the Contractor of the County s breach. In no event shall any breach on the part of the County excuse the Contractor from full performance under this contract Incorporation of Additional Documents. Included in this Contract by reference are the following documents: a. The Contract Award document b. All Clarifications and addenda made to the Contractor s Proposal c. The Request for Proposal and its associated addendum d. The Contractor s Proposal In the event of a discrepancy or ambiguity regarding the Contractor s duties, responsibilities, and performance under this Contract, these documents shall govern in order of precedence detailed above Audit Procedure. The County reserves the right to review the Contractor s invoice costs records. The Contractor shall be given notice of the intent of the district to conduct an audit with the date scheduled a minimum of two (2) weeks in advance Pre-Bid Inspections. Pre-bid inspections of cafeteria cafeteria equipment can be arranged by phoning Karen Helton, Blount County Schools at (865) , Monday through Friday between the hours of 8:00 a.m. and 4:00 p.m. If unable to reach Karen, phone Lauri Bell, Blount County Purchasing at (865) Inspections must be conducted Monday through Friday only and completed prior to 4:00 p.m..3. Qualifications of Bidders.3. All bidders must have a minimum of five (5) years successful experience in repairing and/or replacing like manufacturer and model equipment used in the County school facilities..3.2 Bidders must have adequate personnel with current factory-endorsed certification of training and competency on the brand of equipment used in the County Schools. Each bidder shall submit a list of personnel with proof of certifications who will perform repairs under this agreement..3.3 If during the term of this contract, the Contractor changes any member of the initial staff presented in their bid, that member must be replaced by a worker also holding current factory-endorsed certification of training and competency on the brand of equipment used in the County Schools. If it is determined by the County that the Contractor does not have adequate qualified personnel to perform the requirements of the contract, Blount County Schools reserve the right to terminate the contract for default and award to the next best contractor. RFP#

8 .4. Equipment List.4. A list of the cafeteria equipment and the facilities in which they are located may be found in RFP Attachment 6.2, Section D, pages It is the contractor s responsibility to verify the equipment model number and serial number. Please check mark ( ) each brand and type of equipment listed for which your technicians have factory-endorsed competency and training certification for repair and replacement of commercial/industrial models. Proof of these certifications must be submitted upon request..4.2 New schools and/or equipment may be added when applicable..5. Scope of Services.5.. The Contractor shall provide all service and deliverables as required, described, and detailed by this Scope of Services and shall meet all service and delivery timelines specified in the Scope of Services section or elsewhere in this Contract The work shall be completed by one () certified technician. The use of more than one contractor employee to perform any work may require justification and prior approval by the County The Contractor shall work with the County to repair all cafeteria equipment located at various Blount County School Cafeterias as needed and in accordance to all applicable federal, state and local codes and regulations. All deliverables shall be inspected and maintained to meet all applicable federal, state and local regulations, laws, and guidelines. The quantity of deliverables shall be determined and approved by the County Services. The Contractor shall be in a position to be available for repair work 24 hours per day, seven (7) days per week. Repair work shall be performed on site as much as possible. Any component parts that require removal to another location for repair must be approved by the school principal or Karen Helton, Food Services. All repairs shall be completed within 24 hours. If unable to complete within this timeframe, the Contractor shall notify the cafeteria manager of the anticipated completion time and adhere to that schedule. If repair is further delayed, the County reserves the right to seek other means for repair services without being in breach of the Contract. Repeated incidences of repair delays or inability to repair may result in the Contract being terminated and the Contractor in breach of the Contract (ref. section.2.6 and.2.7). The County cannot guarantee any minimum hours of work that may be required during the course of the contract. Proposals for repair work shall be based on the Contractor s rate per hour for labor and a markup fee above the net cost of materials as invoiced to the Contractor New Material. Unless specified otherwise in the RFP package, the Contractor must provide new supplies. New, as used in this clause, means previously unused materials. Material includes but is not limited to, raw material, parts, items, components and end products. Contractor submission of other than new materials may be cause for the rejection of the proposal or grounds for contract breach..6. Payment Terms and Conditions.6.. Compensation Firm. The payment rates and the maximum liability of the County under this Contract are firm for the duration of the Contract and are not subject to escalation for any reason unless addended Payment Methodology. The Contractor shall be compensated based on the payment rates herein for units of service authorized by the County Travel Compensation. The Contractor shall not be compensated or reimbursed for travel, meals, or lodging. RFP#

9 .6.4. Invoice Requirements. The Contractor shall invoice the County only for completed increments of service and for the amount stipulated in.6.2, above, and as required below prior to any payment The Contractor shall submit invoices upon services being rendered, with all necessary supporting documentation, to: Blount County Schools Food Service Attn: Rosemary Trent, Bookkeeper 83 Grandview Drive Maryville, TN The Contactor agrees that each invoice submitted shall clearly and accurately (all calculations must be extended and totaled correctly) detail the following required information: Invoice/Reference Number (assigned by the Contractor); Invoice Date; Invoice Period (period to which all invoiced charges are applicable); Contract Number (assigned by the County to this Contract); Facility Name and Address; Account/Customer Number (uniquely assigned by the Contractor to the above-referenced Account Name); Contractor Name; Contractor Contact (name, phone, and/or fax for the individual to contact with billing questions); Contractor Remittance Address; and Complete Itemization of Charges, which shall detail the following: o Service Description (including name/title as applicable) of each service invoiced; o Number of Completed Units of each service invoiced; o Applicable Payment Rate (as stipulated in RFP Attachment 6.3.) of each service invoiced; o Amount Due by Service; and o Total Amount Due for the invoice period Copies of detailed work orders/reports must be submitted with appropriate invoice. The Contractor agrees that each work order/report submitted shall clearly and accurately detail the following required information: Contractor Name; Contractor Address; Account/Customer Number (uniquely assigned by the Contractor to the above-referenced Account Name); Facility Name and Address; Date of Service; Type of Service; Complete itemization and detail of work performed; Contractor s Service Technician information (name/signature and state license number); and Authorized Signature of the School Cafeteria Manager or designee The Contractor understands and agrees that an invoice to the County under this Contract shall: include only charges for service described in RFP Attachment 6.3 and in accordance with Section.6 Payment Terms and Conditions; not include any future work but will only be submitted for completed service; and not include sales tax or shipping charges The Contractor agrees that timeframe for payment (and any discounts) begins when the County is in receipt of each invoice meeting the minimum requirements above. RFP#

10 The Contractor shall complete and sign a W-9 Form provided to the Contractor by the County. The taxpayer identification number contained in the W-9 submitted to the County shall agree to the Federal Employer Identification Number or Social Security Number referenced in this Contract for the Contractor. The Contractor shall not invoice the County for services until the County has received this completed form Payment of Invoice. The payment of the invoice by the County shall not prejudice the County s right to object to or question any invoice or matter in relation thereto. Such payment by the County shall neither be construed as acceptance of any part of the work or service provided nor as an approval of any of the amounts invoiced therein Invoice Reductions. The Contractor s invoice shall be subject to reduction for amounts included in any invoice or payment theretofore made which are determined by the County, on the basis of audits conducted in accordance with the terms of this contract, not to constitute proper remuneration for compensable services Deductions. Under this or any contract between the County and the Contractor, the County reserves the right to deduct any amounts which are or shall become due and payable to the County from amounts which are or shall become due and payable to the Contractor..7. Contract Period The Contract period shall commence July 0, 205 through June 30, 206, upon approval by the Blount County School Board of Education. The contract has the option to renew annually for four (4) additional years. Annual renewals shall occur upon mutual agreement between the Contractor and the County given the terms and conditions of the Contract remain the same..8. RFP Communications.8.. The County has assigned the following RFP identification number that must be referenced in all communications regarding this RFP: RFP # Proposers must direct communications relating to this RFP to the following person designated as the Contract Administrator: Lauri Bell, Senior Contract Administrator Phone: (865) Fax: (865) lbell@blounttn.org.8.3. Only the County s official, written responses and communications will be binding with regard to this RFP. The County will consider oral communications of any type to be unofficial and non-binding Proposers must ensure that the County receives all written comments, including questions and requests for clarification in sufficient time to allow for a reply to reach proposers Proposers must assume the risk of the method of dispatching any communication or proposal to the County. The County assumes no responsibility for delays or delivery failures resulting from the method of dispatch. Actual or digital postmarking of a communication or proposal to the County by a specified deadline date will not substitute for the County s actual receipt of a communication or proposal The County reserves the right to determine, at its sole discretion, the method of conveying official, written responses and communications related to this RFP. Such written communications may be transmitted by mail, hand-delivery, facsimile, electronic mail, internet posting, or any other means deemed reasonable by the County. RFP#

11 .8.7. The County reserves the right to determine, at its sole discretion, the appropriate and adequate responses to written comments, questions, and requests related to this RFP. The County s official, written responses will constitute an addendum of this RFP Any data or factual information provided by the County (in this RFP, an RFP addendum or any other communication relating to this RFP) is for informational purposes only. The County will make reasonable efforts to ensure the accuracy of such data or information; however, it is within the discretion of Proposers to independently verify any information before relying thereon..9. Proposer Required Review & Waiver of Objections.9.. Each potential proposer must carefully review this RFP, including but not limited to, attachments, and any addendums, for questions, comments, defects, objections, or any other matter requiring clarification or correction (collectively called questions and comments ) Any potential proposer having questions and comments concerning this RFP must provide such in writing to the County with sufficient time allowed for a reply to reach proposers before submission of their proposals Protests based on any objection shall be considered waived and invalid if the objection has not been brought to the attention of the County, in writing, with sufficient time allowed for a reply to reach proposers before submission of their proposals..0. Proposal Deadline A Proposer must ensure that the County receives a proposal no later than the Proposal Deadline time and date detailed in the RFP Section 2, Schedule of Events. A proposal must respond, as required, to this RFP (including its attachments) as may be addended. The County will not accept late proposals, and a Proposer s failure to submit a proposal before the deadline will result in disqualification of the proposal. 2. SCHEDULE OF EVENTS 2.. The following Schedule of Events represents the County s best estimate for this RFP. EVENT TIME (E.S.T.) DATE (dates are County business days). RFP Issued April 5, Proposal Deadline 2:30 PM April 29, County Completion of Technical Proposal Evaluations May 6, County Opening & Scoring of Cost Proposals :00 PM May 8, Presented to School Board for action/approval 7:00 PM June 4, Contract Award Upon School Board approval. 7. County Evaluation Notice Released and RFP Files Opened for Public Inspection Upon Contract Award The County reserves the right, at its sole discretion, to adjust the RFP Schedule of Events as it deems necessary. Any adjustment of the Schedule of Events prior to the RFP deadline shall constitute an RFP addendum. 3. PROPOSAL REQUIREMENTS 3.. Proposal Form A response to this RFP must consist of two parts, a Technical Proposal and a Cost Proposal Technical Proposal. The RFP Attachment 6.2., Technical Proposal & Evaluation Guide details specific requirements for making a Technical Proposal in response to this RFP. The guide includes mandatory RFP#

12 requirement items, general qualifications and experience items, and technical qualifications, experience, and approach items all of which must be addressed with a written response and, in some instances, additional documentation. NOTICE: A technical proposal must not include any pricing or cost information. If any pricing or cost information, amounts of any type (even pricing relating to other projects) is included in any part of the technical proposal, the County will deem the proposal to be non-responsive and reject it A Proposer must use the RFP Attachment 6.2., Technical Proposal & Evaluation Guide to organize, reference, and draft the Technical Proposal by duplicating the attachment, adding appropriate proposal page numbers as required, and using the guide as a table of contents covering the Technical Proposal A proposal should be economically prepared, with emphasis on completeness and clarity. A proposal, as well as any reference material presented, must be written in English. All proposal pages must be numbered All information and documentation included in a Technical Proposal should respond to or address a specific requirement detailed in the RFP Attachment 6.2., Technical Proposal & Evaluation Guide. All information must be incorporated into a response to a specific requirement and clearly referenced. Any information not meeting these criteria will be deemed extraneous and will not contribute to evaluations The County may determine a proposal to be non-responsive and reject it if: a. the Proposer fails to organize and properly reference the Technical Proposal as required by this RFP and the RFP Attachment 6.2., Technical Proposal & Evaluation Guide; or b. the Technical Proposal document does not appropriately respond to, address, or meet all of the requirements and proposal items detailed in the RFP Attachment 6.2., Technical Proposal & Evaluation Guide Cost Proposal. A Cost Proposal must be recorded on an exact duplicate of the RFP Attachment 6.3., Cost Proposal & Scoring Guide Proposal Delivery NOTICE: If a proposer fails to submit a cost proposal exactly as required, the County will deem the proposal to be non-responsive and reject it A Proposer must only record the proposed cost exactly as required by the RFP Attachment 6.3., Cost Proposal & Scoring Guide and must NOT record any other rates, amounts, or information The proposed cost shall incorporate ALL costs for services under the contract for the total contract period A Proposer must sign and date the Cost Proposal A Proposer must submit the Cost Proposal to the County in a sealed package separate from the Technical proposal (as detailed in RFP Sections , et seq.). A Proposer must deliver (via hand carry, mail, carrier or the like) a proposal in response to this RFP as detailed below. The County will not accept a proposal delivered by any other method (electronic, facsimile, or the like). RFP#

13 3.2.. A Proposer must ensure that both the original Technical Proposal and Cost Proposal documents meet all form and content requirements detailed within this RFP for such proposals including but not limited to required signatures A Proposer must submit original Technical Proposal and Cost Proposal documents and copies as specified below: One () original of the Technical Proposal paper document labeled: RFP# TECHNICAL PROPOSAL ORIGINAL and two (2) exact copies of the Technical Proposal paper document labeled: RFP# TECHNICAL PROPOSAL COPY Any discrepancy between the original Technical Proposal document and the copies may result in the County rejecting the proposal as non-responsive One () original of the Cost Proposal paper document labeled: RFP# COST PROPOSAL ORIGINAL and one () exact copy of the Cost Proposal paper document labeled: RFP# COST PROPOSAL COPY In the event of a discrepancy between the original Cost Proposal document and the copies, the original, signed document will take precedence A Proposer must separate, seal, package, and label the documents for delivery as follows: The Technical Proposal original document and copies must be placed in a sealed package that is clearly labeled: DO NOT OPEN RFP# TECHNICAL PROPOSAL FROM [PROPOSER LEGAL ENTITY NAME] The Cost Proposal original document and copies must be placed in a separate, sealed package that is clearly labeled: DO NOT OPEN RFP# COST PROPOSAL FROM [PROPOSER LEGAL ENTITY NAME] The separately, sealed Technical Proposal and Cost Proposal components may be enclosed in a larger package for mailing or delivery, provided that the outermost package is clearly labeled: RFP# SEALED TECHNICAL PROPOSAL & SEALED COST PROPOSAL FROM [PROPOSER LEGAL ENTITY NAME] A Proposer must ensure that the County receives a proposal in response to this RFP no later than the Proposal Deadline time and date detailed in the RFP Section 2, Schedule of Events at the following address: Blount County Purchasing Department Blount County Courthouse, Room Court Street, Maryville, TN RFP#

14 3.3. Proposal & Proposer Prohibitions A proposal must not include the Proposer s own contract terms and conditions. If a proposal contains such terms and conditions, the County, at its sole discretion, may determine the proposal to be a non-responsive counteroffer and reject it A proposal must not restrict the rights of the County or otherwise qualify the offer to deliver services as required by this RFP and/or the Cost Proposal. If a proposal restricts the rights of the County or otherwise qualifies the offer to deliver services as required by this RFP and/or the Cost Proposal, the County, at its sole discretion, may determine the proposal to be a non-responsive counteroffer and reject it A proposal must not propose alternate services (i.e., offer services different from those requested and required by this RFP). The County will consider a proposal of alternate services to be non-responsive and reject it A Cost Proposal must not result from any collusion between Proposers. The County will reject any Cost Proposal that was not prepared independently without collusion, consultation, communication, or agreement with any other Proposer. Regardless of the time of detection, the County will consider any such actions to be grounds for proposal rejection or contract termination A Proposer must not provide, for consideration in this RFP process or subsequent contract negotiations, incorrect information that the Proposer knew or should have known was materially incorrect. If the County determines that a Proposer has provided such incorrect information, the County will deem the Proposer s proposal non-responsive and reject it A Proposer must not submit more than one Technical Proposal and one Cost Proposal in response to this RFP. If a Proposer submits more than one Technical Proposal or more than one Cost Proposal, the County will deem all of the proposals non-responsive and reject them A Proposer must not submit a proposal as a prime contractor while also permitting one or more other Proposers to offer the Proposer as a subcontractor in their own proposals. Such may result in the disqualification of all Proposers knowingly involved. This restriction does not, however, prohibit different Proposers from offering the same subcontractor as a part of their proposals (provided that the subcontractor does not also submit a proposal as a prime contractor) Proposal Errors & Revisions A Proposer is liable for any and all proposal errors or omissions. A Proposer will not be allowed to alter or revise proposal documents after the Proposal Deadline detailed in the RFP Section 2, Schedule of Events unless such is formally requested, in writing, by the County Proposal of Additional Services If a proposal offers services in addition to those required by and described in this RFP, the County, at its sole discretion, may add such services to the contract awarded as a result of this RFP. Notwithstanding the foregoing, a Proposer must not propose any additional cost amount(s) or rate(s) for additional services. Regardless of any additional services offered in a proposal, the Proposer s Cost Proposal must only record the proposed cost as required in this RFP and must not record any other rates, amounts, or information. NOTICE: If a Proposer fails to submit a Cost Proposal exactly as required, the County will deem the proposal non-responsive and reject it Proposal Preparation Costs The County will not pay any costs associated with the preparation, submittal, or presentation of any proposal. RFP#

15 4. GENERAL CONTRACTING INFORMATION & REQUIREMENTS 4.. Assignment & Subcontracting 4... The Contractor may not subcontract, transfer, or assign any portion of the Contract awarded as a result of this RFP without prior approval of the County. The County reserves the right to refuse approval, at its sole discretion, of any subcontract, transfer, or assignment If a Proposer intends to use subcontractors, the proposal in response to this RFP must specifically identify the scope and portions of the work each subcontractor will perform (refer to RFP Attachment 6.2., Section B, General Qualifications & Experience Item B..) Subcontractors identified within a proposal in response to this RFP will be deemed as approved by the County unless the County expressly disapproves one () or more of the proposed subcontractors prior to signing the Contract The Contractor resulting from this RFP may only substitute another subcontractor for a proposed subcontractor at the discretion of the County and with the County s prior, written approval Notwithstanding any County approval relating to subcontracts, the Contractor resulting from this RFP will be the prime contractor and will be responsible for all work under the Contract Removal of Contractor s Employees: The successful contractor agrees to utilize only experienced, responsible and capable people in the performance of the work. The County may require that the successful contractor remove from the job covered by this contract, employees who endanger persons or property or whose continued employment under this contract is inconsistent with the interest of the County Insurance: Prior to entering into a contract with the successful vendor, the Blount County Purchasing Agent must have an up-to-date Certificate of Liability Insurance from that vendor with the minimum limits and requirements as noted on the insurance checklist. Complete copies of insurance policies must be provided, if requested Licensure All persons, agencies, firms, or other entities that provide legal or financial opinions, which a Proposer provides for consideration and evaluation by the County as a part of a proposal in response to this RFP, shall be properly licensed to render such opinions Before the Contract resulting from this RFP is signed, the apparent successful Proposer (and Proposer employees and subcontractors, as applicable) must hold all necessary, appropriate business and professional licenses to provide service as required. The County may require any Proposer to submit evidence of proper licensure All technicians employed by the Contractor shall be factory trained Disclosure of Proposal Contents Each proposal and all materials submitted to the County in response to this RFP become the property of the County. Selection or rejection of a proposal does not affect this right. By submitting a proposal, a Proposer acknowledges and accepts that the full proposal contents and associated documents will become open to public inspection in accordance with the laws of the State of Tennessee The County will hold all proposal information, including both technical and cost information, in confidence during the evaluation process. Notwithstanding the foregoing, a list of actual Proposers submitting timely proposals may be available to the public, upon request, after technical proposals are opened. RFP#

16 Upon completion of proposal evaluations, indicated by public release of an Evaluation Notice, the proposals and associated materials will be open for review by the public Contract Approval and Contract Payments This RFP and its contractor selection processes do not obligate the County and do not create rights, interests, or claims of entitlement in either the Proposer with the apparent best-evaluated proposal or any other Proposer. County obligations pursuant to a contract award shall commence only after the contract is approved by the County School Board of Education and is signed by the County Purchasing Agent No payment will be obligated or made until the relevant Contract is approved Contractor Performance The County shall not be liable for payment of any type associated with the Contract resulting from this RFP (or any addenda thereof) or responsible for any work done by the Contractor, even work done in good faith and even if the Contractor is orally directed to proceed with the delivery of services, if it occurs before the Contract start date or after the Contract end date All payments relating to this procurement will be made in accordance with Section.6 Payment Terms and Conditions of the Contract resulting from this If any provision of the Contract provides direct funding or reimbursement for the competitive purchase of services or items to be delivered to the County as a component of contract performance or otherwise provides for the reimbursement of specified, actual costs, the County will employ all reasonable means and will require all such documentation that it deems necessary to ensure that such purchases were competitive and costs were reasonable, necessary, and actual. The Contractor shall provide reasonable assistance and access related to such review. Further, the County shall not remit, as funding or reimbursement pursuant to such provisions, any amount(s) which it determines did not result from a reasonably competitive purchase or do not represent reasonable, necessary, and actual costs. The Contractor resulting from this RFP will be responsible for the completion of all service set out in this RFP including attachments and addendums. All service is subject to inspection and evaluation by the County. The County will employ all reasonable means to ensure that service is progressing and being performed in compliance with the Contract; and the Contractor must cooperate with such efforts Contract Addendum During the course of a Contract pursuant to this RFP, the County may request the Contractor to perform additional work within the general scope of the Contract and this RFP, but beyond the specified scope of service, and for which the Contractor may be compensated. In such instances, the County will provide the Contractor a written description of the additional work. The Contractor must respond to the County with a time schedule for accomplishing the additional work and a price for the additional work based on the rates included in the Contractor s proposal to this RFP. If the County and the Contractor reach an agreement regarding the work and associated compensation, such agreement must be effected by means of a Contract Addendum. Further, any such addendum requiring additional work must be signed by both the County Purchasing Agent and the Contractor and, if required, must be approved by the County School Board of Education as required by applicable statutes and rules of the State of Tennessee. The Contractor must not commence additional work until the County has issued a written Contract Addendum with all required approvals. RFP#

17 5. PROPOSAL EVALUATION & CONTRACT AWARD 5.. Evaluation Categories & Maximum Points The County will consider qualifications, experience, technical approach, and cost in the evaluation of proposals and award points in each of the categories detailed below (up to the maximum evaluation points indicated) to each apparently responsive proposal: MAXIMUM POINTS EVALUATION CATEGORY POSSIBLE General Qualifications & Experience 20 (refer to RFP Attachment 6.2., Section B) Technical Qualifications, Experience & Approach 30 (refer to RFP Attachment 6.2., Section C) Cost Proposal 50 (refer to RFP Attachment 6.3.) 5.2. Evaluation Process The proposal evaluation process is designed to award the contract resulting from this RFP not necessarily to the Proposer offering the lowest cost, but rather to the responsive and responsible Proposer offering the best combination of attributes based upon the evaluation criteria. ( Responsive Proposer is defined as a Proposer that has submitted a proposal that conforms in all material respects to the RFP. Responsible Proposer is defined as a Proposer that has the capacity in all respects to perform fully the contract requirements, and the integrity and reliability which will assure good faith performance.) Upon request, the Proposer shall submit documentation substantiating the Proposer s financial responsibility Technical Proposal Evaluation. The RFP Proposal Evaluation Team (consisting of the Contract Administrator and at least one other County employee) will use the RFP Attachment 6.2., Technical Proposal & Evaluation Guide to manage the Technical Proposal Evaluation and maintain evaluation records The County reserves the right, at its sole discretion, to request Proposer clarification of a Technical Proposal or to conduct clarification discussions with any or all Proposers. Any such clarification or discussion will be limited to specific sections of the proposal identified by the County. The subject Proposer must put any resulting clarification in writing as may be required and in accordance with any deadline imposed by the County The Contract Administrator will review each Technical Proposal to determine compliance with RFP Attachment 6.2., Technical Proposal & Evaluation Guide, Section A Mandatory Requirements. If the Contract Administrator determines that a proposal may have failed to meet one () or more of the mandatory requirements, the Proposal Evaluation Team will review the proposal and document the team s determination of whether: a. the proposal adequately meets requirements for further evaluation; b. the County will request clarifications or corrections; or, c. the County will determine the proposal non-responsive to the RFP and reject it Proposal Evaluation Team members will independently evaluate each Technical Proposal (that appears responsive to the RFP) against the evaluation criteria in this RFP, rather than against other proposals and will score each in accordance with the RFP Attachment 6.2., Technical Proposal & Evaluation Guide, Sections B, Section C and Section D For each proposal evaluated, the Contract Administrator will calculate the average of the Proposal Evaluation Team member scores for RFP Attachment 6.2., Technical Proposal & Evaluation Guide, RFP#

18 Section B and for Section C, and record each average as the proposal score for the respective Technical Proposal section Before Cost Proposals are opened, the Proposal Evaluation Team will review the Technical Proposal Evaluation record and any other available information pertinent to whether or not each Proposer is responsive and responsible. If the Proposal Evaluation Team identifies any Proposer that appears not to meet the responsive and responsible thresholds such that the team would not recommend the Proposer for Cost Proposal Evaluation and potential contract award, the team members will fully document the determination Cost Proposal Evaluation. The Contract Administrator will open for evaluation the Cost Proposal of each apparently responsive and responsible Proposer that the Proposal Evaluation Team has effectively recommended for potential contract award and will calculate and record each Cost Proposal score in accordance with the RFP Attachment 6.3., Cost Proposal & Scoring Guide Total Proposal Score. The Contract Administrator will calculate the sum of the Technical Proposal section scores and the Cost Proposal score and record the resulting number as the total score for the subject Proposal (refer to RFP Attachment 6.4., Proposal Score Summary Matrix) Contract Award Process The Contract Administrator will submit the Proposal Evaluation Team determinations and proposal scores to the County Purchasing Agent for consideration along with any other relevant information that might be available and pertinent to contract award The Contract Administrator will determine the apparent best-evaluated proposal. (To affect a contract award to a Proposer other than the one receiving the highest evaluation process score, the Contract Administrator must provide written justification and obtain approval from the County Purchasing Agent.) The County reserves the right to make an award without further discussion of any proposal The County will issue an Evaluation Notice identifying the apparent best-evaluated proposal and make the RFP files available for public inspection at the time and date specified in the RFP Section 2, Schedule of Events. NOTICE: The Evaluation Notice shall not create rights, interests, or claims of entitlement in either the Proposer with apparent best-evaluated proposal or any other Proposer Notwithstanding the foregoing, the County may, at its sole discretion, entertain limited negotiation prior to contract signing and, as a result, revise the contract terms and conditions or performance requirements in the County s best interests, PROVIDED THAT such revision of terms and conditions or performance requirements shall NOT materially affect the basis of proposal evaluations or negatively impact the competitive nature of the RFP and contractor selection process If the County determines that a proposal is non-responsive and rejects it after opening Cost Proposals, the Contract Administrator will re-calculate scores for each remaining responsive Cost Proposal to determine (or re-determine) the apparent best-evaluated proposal. RFP#

19 RFP # PROPOSAL STATEMENT OF CERTIFICATIONS AND ASSURANCES RFP ATTACHMENT 6.. The Proposer must sign and complete the Proposal Statement of Certifications and Assurances below as required, and it must be included in the Technical Proposal (as required by RFP Attachment 6.2., Technical Proposal & Evaluation Guide, Section A, Item A..). The Proposer does, hereby, expressly affirm, declare, confirm, certify, and assure ALL of the following:. The Proposer will comply with all of the provisions and requirements of the RFP. 2. The Proposer will provide all services as defined in the Scope of Services, Section.5, of the RFP for the total contract period including annual renewal options. 3. The Proposer accepts and agrees to all terms and conditions set out in the RFP. 4. The Proposer acknowledges and agrees that a contract resulting from the RFP shall incorporate, by reference, all proposal responses as a part of the contract. 5. The Proposer will comply with: (a) the laws of the State of Tennessee; (b) Title VI of the federal Civil Rights Act of 964; (c) the Equal Employment Opportunity Act and the regulations issued there under by the federal government; and, (d) the Americans with Disabilities Act of 990 and the regulations issued there under by the federal government. 6. To the knowledge of the undersigned, the information detailed within the proposal submitted in response to the RFP is accurate. 7. The proposal submitted in response to the RFP was independently prepared, without collusion, under penalty of perjury. 8. No amount shall be paid directly or indirectly to an employee or official of the County as wages, compensation, or gifts in exchange for acting as an officer, agent, employee, subcontractor, or consultant to the Proposer in connection with the RFP or any resulting contract. 9. Both the Technical Proposal and the Cost Proposal submitted in response to the RFP shall remain valid for at least 20 days subsequent to the date of the Cost Proposal opening and thereafter in accordance with any contract pursuant to the RFP. By signing this Proposal Statement of Certifications and Assurances, below, the signatory also certifies legal authority to bind the proposing entity to the provisions of this RFP and any contract awarded pursuant to it. If the signatory is not the Proposer (if an individual) or the Proposer s company President or Chief Executive Officer, this document must attach evidence showing the individual s authority to bind the proposing entity. **DO NOT SIGN THIS DOCUMENT IF YOU ARE NOT LEGALLY AUTHORIZED TO BIND THE PROPOSING ENTITY** PROPOSER LEGAL ENTITY NAME: AUTHORIZED SIGNATURE: PRINTED NAME: TITLE: DATE: RFP#

20 TECHNICAL PROPOSAL & EVALUATION GUIDE RFP ATTACHMENT 6.2. SECTION A SECTION A: MANDATORY REQUIREMENTS. The Proposer must address all items detailed below and provide, in sequence, the information and documentation as required (referenced with the associated item references). The Proposer must also detail the proposal page number for each item in the appropriate space below. The Contract Administrator will review the proposal to determine if the Mandatory Requirement Items are addressed as required and mark each with pass or fail. For each item that is not addressed as required, the Proposal Evaluation Team must review the proposal and attach a written determination. In addition to the Mandatory Requirement Items, the Contract Administrator will review each proposal for compliance with all RFP requirements. Proposal Page # (Proposer completes) PROPOSER LEGAL ENTITY NAME: Item Ref. Section A Mandatory Requirement Items The Proposal must be delivered to the County no later than the Proposal Deadline specified in the RFP Section 2, Schedule of Events. The Technical Proposal and the Cost Proposal documentation must be packaged separately as required (refer to RFP Section 3.2., et. seq.). The Technical Proposal must NOT contain cost or pricing information of any type. The Technical Proposal must NOT contain any restrictions of the rights of the County or other qualification of the proposal. A Proposer must NOT submit alternate proposals. A Proposer must NOT submit multiple proposals in different forms (as a prime and a subcontractor). A Proposer must include a signed Background Check Compliance Form, which states the potential Contractor will adhere to TCA A.. Provide the Proposal Statement of Certifications and Assurances (RFP Attachment 6..) completed and signed by an individual empowered to bind the Proposer to the provisions of this RFP and any resulting contract. The document must be signed without exception or qualification. A.2. Provide a statement, based upon reasonable inquiry, of whether the Proposer or any individual who shall perform work under the contract has a possible conflict of interest (e.g., employment by the County) and, if so, the nature of that conflict. NOTE: Any questions of conflict of interest shall be solely within the discretion of the County, and the County reserves the right to cancel any award. A.3. State whether or not it is permissible for Blount County Adult Detention Center to purchase these items or services at the same terms, conditions and prices. A.4. State whether or not it is permissible for other government agencies within the State of Tennessee to purchase these items or services at the same terms, conditions and prices. County Use Contract Administrator Signature, Printed Name & Date: Circle One: Pass / Fail Pass / Fail Pass / Fail Pass / Fail Pass / Fail Pass / Fail Pass / Fail Pass / Fail Pass / Fail Pass / Fail Pass / Fail RFP#

21 TECHNICAL PROPOSAL & EVALUATION GUIDE RFP ATTACHMENT 6.2. SECTION B SECTION B: GENERAL QUALIFICATIONS & EXPERIENCE. The Proposer must address all items detailed below and provide, in sequence, the information and documentation as required (referenced with the associated item references). The Proposer must also detail the proposal page number for each item in the appropriate space below. Proposal Evaluation Team members will independently evaluate and assign one score for all responses to Section B General Qualifications & Experience Items. Proposal Page # (Proposer completes) PROPOSER LEGAL ENTITY NAME: Item Ref. B.. B.2. B.3. B.4. B.5. Section B General Qualifications & Experience Items Detail the name, address, mailing address, telephone number, and facsimile number of the person the County should contact regarding the proposal. Describe the Proposer s form of business (i.e., individual, sole proprietor, corporation, non-profit corporation, partnership, limited liability company) and business location (physical location or domicile). Detail the number of years the Proposer has been in business. Briefly describe how long the Proposer has been performing the services required by this RFP. Describe the Proposer s number of employees, client base, and location of offices. B.6. B.7. B.8. B.9. B.0. B.. State whether or not there have been any mergers, acquisitions, or sales of the Proposer within the last ten years. If so, include an explanation providing relevant details. State whether or not the Proposer or, to the Proposer's knowledge, any of the Proposer s employees, agents, independent contractors, or subcontractors, proposed to provide work on a contract pursuant to this RFP, have been convicted of, pled guilty to, or pled nolo contendere to any felony. If so, include an explanation providing relevant details. State whether or not, in the last ten (0) years, the Proposer has filed (or had filed against it) any bankruptcy or insolvency proceeding, whether voluntary or involuntary, or undergone the appointment of a receiver, trustee, or assignee for the benefit of creditors. If so, include an explanation providing relevant details. State whether or not there is any material, pending litigation against the Proposer that the Proposer should reasonably believe could adversely affect its ability to meet contract requirements pursuant to this RFP or is likely to have a material adverse effect on the Proposer s financial condition. If such exists, list each separately, explain the relevant details, and attach the opinion of counsel addressing whether and to what extent it would impair the Proposer s performance in a contract pursuant to this RFP. NOTE: All persons, agencies, firms, or other entities that provide legal opinions regarding the Proposer must be properly licensed to render such opinions. The County may require the Proposer to submit proof of such licensure detailing the state of licensure and licensure number for each person or entity that renders such opinions. State whether or not there are any pending or in progress Securities Exchange Commission investigations involving the Proposer. If such exists, list each separately, explain the relevant details, and attach the opinion of counsel addressing whether and to what extent it will impair the Proposer s performance in a contract pursuant to this RFP. NOTE: All persons, agencies, firms, or other entities that provide legal opinions regarding the Proposer must be properly licensed to render such opinions. The County may require the Proposer to submit proof of such licensure detailing the state of licensure and licensure number for each person or entity that renders such opinions. State whether or not the Proposer intends to use subcontractors to accomplish the work required by this RFP, and if so, detail: (a) the names of the subcontractors along with the contact person, mailing address, telephone number, and address for each; (b) a description of the scope and portions of the work each subcontractor will perform; and (c) a statement specifying that each proposed subcontractor has expressly assented to being proposed as a subcontractor in the Proposer s response to this RFP. B.2. Provide three (3) customer references from individuals (who are not current or former officials or staff of the County) for projects similar to the services sought under this RFP. Detail the name, address, mailing address, telephone number, and facsimile number for each reference. SCORE (for all Section B Qualifications & Experience Items above): (maximum possible score = 20) County Use Evaluator Identification: County Use Contract Administrator Signature, Printed Name & Date: RFP#

22 TECHNICAL PROPOSAL & EVALUATION GUIDE RFP ATTACHMENT 6.2. SECTION C SECTION C: TECHNICAL QUALIFICATIONS, EXPERIENCE & APPROACH. The Proposer must address all items (below) and provide, in sequence, the information and documentation as required (referenced with the associated item references). The Proposer must also detail the proposal page number for each item in the appropriate space below. A Proposal Evaluation Team, made up of two (2) or more County employees, will independently evaluate and score the proposal s response to each item. Each evaluator will use the following whole number, raw point scale for scoring each item: 0 = little value = poor 2 = fair 3 = satisfactory 4 = good 5 = excellent The Contract Administrator will multiply the Item Score by the associated Evaluation Factor (indicating the relative emphasis of the item in the overall evaluation). The resulting product will be the item s raw, weighted score for purposes of calculating the section score as indicated. PROPOSER LEGAL ENTITY NAME: Proposal Page # (Proposer completes) Item Ref. C.. C.2. C.3. C.4. C.5. C.6. C.7. C.8. Section C Technical Qualifications, Experience & Approach Items Provide a sample of a work order/report and invoice. Provide a brief, descriptive statement detailing evidence of the Proposer s ability to deliver the services sought under this RFP (e.g., resources, program and quality management systems, etc.). Provide a list of the Proposer s personnel to be assigned to Blount County Schools, including prior experience and copies of completed training, certifications, etc. Detail whether or not the first hour of labor is included in your Service Visit Charge. Detail at what time of day overtime begins. Detail whether or not Saturdays, Sundays and/or holidays are considered overtime. Detail the estimated call response time (time to arrive on site) after notified by the County. Provide a brief, descriptive statement detailing any warranty of labor, materials, etc. offered to the County. The Contract Administrator will use this sum and the formula below to calculate the section score. All calculations will use and result in numbers rounded to two (2) places to the right of the decimal point. Item Score County Use ONLY Evaluation Factor Total Raw Weighted Score: (sum of Raw Weighted Scores above) Raw Weighted Score County Use Evaluator Identification: Total Raw Weighted Score Maximum Possible Raw Weighted Score (i.e., 8 x the sum of item weights above) X 30 (maximum possible score) = SCORE: County Use Contract Administrator Signature, Printed Name & Date: RFP#

23 EQUIPMENT LIST RFP ATTACHMENT 6.2. SECTION D SECTION D: EQUIPMENT LIST. The following is a list of the cafeteria equipment and the facilities in which they are located. Please check mark ( ) each brand of equipment for which your technicians have factory-endorsed competency and training certification for repair and replacement of commercial/industrial models. Proof of these certifications must be submitted upon request. It shall be the contractor s responsibility to verify the equipment model and serial number. New schools and/or equipment may be added when applicable. PROPOSER LEGAL ENTITY NAME: School Name & Location Units Brand & Type Model# Serial# Blodgett oven CA0-03 Carpenters Elementary 95 Huffstetler Rd. Maryville, TN Carpenters Middle 920 Huffstetler Road Maryville, TN Eagleton Elementary 708 Sam Houston School Rd. Maryville, TN Deerfield serving hot (6 wells) -- GE washer/dryer W5M2708DAV GL0965W Groen kettle, small TDBC Groen steamer C/2/20E Groen braiser BPM-4PE 4440F FWE proofer PH Hatco heat booster, large S Hatco heat booster, small 3CS Hurri Wash CRS864 H Traulsen heated pull-thru -- 2 Deerfield hot well (4) KH4-NU M/ M 2 Deerfield hot well (6) KH-6-NU M/ M 2 FWE proofer PH / GE dryer DBXR453EV2WW R A Groen kettle, large TDB/ Groen kettle, small TDB/ Groen steamer EC20E 090SM5 Groen braising pan FBC//4/9 4960CE Hatco heat booster S Hatco heat booster 3C In-Sink-Erator disposal SS00-29 TM Whirlpool washer WTW5300SQ2 CW FWE proofer cabinet PH Groen braising pan FPC/ CF Groen kettle TDB Groen steamer, double CC20-E 09876VS 2 Hatco serving line GRAHL Hurri Wash pressure washer H Traulsen heated pass thru AHF32W-HHS T248800C02 Traulsen heated pass thru AHF32WP-HHS T4880C02 Certified Technician? RFP#

24 RFP ATTACHMENT 6.2. SECTION D (continued). PROPOSER LEGAL ENTITY NAME: School Name & Location Units Brand & Type Model# Serial# Eagleton Middle 2 Blodgett oven, gas, convection 0888R Cinema Dr. 0888R0770 Maryville, TN Blodgett oven, combi BCX4E 07709JW049T FWE warming cabinet MTU Groen tilt kettle, gas TDH Groen braiser HFPE HCF 0304HCF Traulsen heated pass thru Fairview Elementary GE oven, double stacked 6532V 230 O. Niles Ferry Groen braising pan FPC-4 Maryville, TN Groen steamer combo CC20-E Jackson dishwasher Metro warmer C99-HM200 Friendsville Elementary 20 East 4 th Street Friendsville, TN Heritage High 374 E. Lamar Alexander Pkwy. Maryville, TN Heritage Middle 3737 E. Lamar Alexander Pkwy. Maryville, TN Blodgett stacked oven EF- 0483G49900/2 Blodgett stacked oven EF- 0483G49900/2 Delfield heated pass-thru box MHPT-S Edlund can opener Groen boiling pot TDBC Groen braiser EPC-4 09DCF Groen braiser CPPC-4 458M Hatco dish machine TS Series Hatco dishwasher booster C Metro proofer CM2000 C75 Precision hot serving bar BLA Salajor garbage disposal Bettcherbilt slicer Blodgett oven -- Blodgett oven combo BCX-4 2 Groen braiser 7599CF 7598CF Groen steamer Groen steam kettle 8896 Groen tilt kettle -- 2 Traulsen heated pass-thru -- 2 True heated pass-thru GDM-7 Delfield hot food well -- Groen basin pan FPC/ CF Groen combi oven CC20-E 08790MS Groen kettle TDB/ Groen kettle TD3/ Hatco booster S Certified Technician? RFP#

25 PROPOSER LEGAL ENTITY NAME: School Name & Location Units Brand & Type Lanier Elementary 6006 Lanier Road Maryville, TN 3780 Mary Blount Elementary 3 S. Old Glory Road Maryville, TN 3780 Middlesettlements Elementary 305 Miser Station Road Louisville, TN Montvale Elementary 328 Montvale Road Maryville, TN RFP ATTACHMENT 6.2. SECTION D (continued). Model# Serial# Blodgett oven, convection, doublestack RE J Groen braiser FPC CF 36592CF Groen combi oven 00609MS Groen tilt kettle TDB Metro proofer / hot box HM2000 SMT Deluxe, pressure wash 600W Traulsen heated pass-thru K 2 Delfield serving counter, heated KH-5-NU M M Edlund can opener FWE reach-in, mobile heater, proofer PH GE washer/dryer WSM2420TBAWW FA60886Z Groen combi oven CC20-E 09726MS Groen kettle TDB/ MS Groen tilt skillet FPC/ F In-Sink-Erator disposal SS00-29 VJ Blodgett combi oven BC4E/AB JH0035 Blodgett combi oven EF- 038G Cres-cor hot box/warmer H H Groen tilt braiser pan PP P 88200P Precision hot serving line BLH-5 XX-932 Traulsen warmer -- Vulcan steamer VSX7EC AP AA-3305 Blodgett convection oven RE C Blodgett oven EF 0284G Cleveland Trunnion steam kettle QRE Cres-cor heated cabinet H3390 Dean fryer, electric 44E 9909QP000 Dean fryer filter 2A/5MC(2) 99090P000 Groen combi oven CC20EF480Vcook C8640MS Groen steamer SSA-3E 07829B-- M 2 Groen tilt braising pan FPC4 266-CF Metro proofer C-75-CM Precision buffet, hot 3LH/ Salvajor disposer Traulsen food warming cabinet AH32W Traulsen heated reach-thru cabinet AHT2-32WPO Certified Technician? RFP#

26 PROPOSER LEGAL ENTITY NAME: School Name & Location Units Brand & Type Porter Elementary 4520 Wildwood Springs Road Maryville, TN RFP ATTACHMENT 6.2. SECTION D (continued). Model# Serial# 2 Blodgett combi oven HV00E 092KE223T 092KE224B Blodgett oven RE J0440 Delfield hot line KH-6-NU M Certified Technician? Prospect Elementary 535 Burnette Station Road Seymour, TN Rockford Elementary 3728 Williams Mill Road Rockford, TN Groen tilt skillet FPC CF 3 Metro hot box C99-HM2000 Blodgett combi oven BCX-42E 059DDJW0087 Blodgett convection oven Mark V Double T Blodgett kettle KTT-0E Blodgett steamers SC-0E 020S Blodgett tilt skillet/braising pan BLP-40E 020S Eldund can opener 203/5v FWE food warmer MTV Globe food processor GFP500 Globe slicer 3850P Globe mixer SP Hatco heater booster -- In-Sink-Erator dish machine dispenser AS0K ISE disposer SS Ss Meicho dish machine K-66ET Norlake heated pass-thru PW252SSG/ / Panasonic N/E microwave 32806C SMT cleaning system SMT600WDF Spray Master pressure washer SMT600WDF Blodgett, oven 08094RA030S Cleveland, steamer 2CET6 WC A02 Groen, kettle Groen, tilt kettle HFP/2E CFMS Hatco, hot bar GRAL Hatco, hot bar GRAL Jackson dish machine AJ44CSL 2 Metro, proofer/warmer C75CM2000 Precision, proofer -- Shelley glass hot bar SH6NU RFP#

27 RFP ATTACHMENT 6.2. SECTION D (continued). PROPOSER LEGAL ENTITY NAME: School Name & Location Units Brand & Type Model# Serial# Townsend Elementary Blodgett, convection oven Mark V- 40 Tiger Drive PAO-45 Townsend, TN Groen, brazing pan FPC F Groen, combi oven CC20-E C03C Groen, kettle TDB/ Hurriwash R C InSinkErator disposer KH Mixer fill/booster heater C Pitco, frying system E4BUGMSS E93HB0284 Shelley, pass-thru hot cabinet AHF32WP V Shelley, hot line unti KH-6-NU Union Grove Elementary Berkel mixer PM S. Old Grey Ridge Road Friendsville, TN Blodgett combi oven BCX4E 03308JW009B 2 Blodgett convection oven MAVXL-AA Groen braising pan BPM-40E J862-- FWE proofer cabinet PH SMT pressure washer SMT600WCY Traulsen heated pass-thru AW32WP-X0078 Union Grove Middle 334 S. Old Grey Ridge Road Friendsville, TN AW32WP-X0079 Blodgett combi oven BCX JW007B Blodgett combi oven BCX-4E 03308JW006T Blodgett convection oven LL M98/ 2 Blodgett convection oven Mark-VIII 07008PA09? 07008PA098R Blodgett convection oven N/A Cleveland brazing pan (main dish) SEC-40-TR WT Delfield hot serve counter KH-6-NU-35A FWE warming box PH Garland stove 2-burner E24-5H Groen brazing pan (Fruit/Salad) FPC CF Groen kettle TDB Groen tilt skillet T SMT pressure washer SMT 600W Traulsen hot cabinet pass-thru AHT32WPUT-HHG T80222C08 Certified Technician? RFP#

28 PROPOSER LEGAL ENTITY NAME: School Name & Location Units Brand & Type Walland Elementary 247 E. Millers Cove Road Walland, TN William Blount 9 th Grade Academy 26 William Blount Drive Maryville, TN 3780 William Blount High School 29 County Farm Road Maryville, TN 3780 RFP ATTACHMENT 6.2. SECTION D (continued). Model# Serial# Blodgett oven EZE- 877EZE9 FWE hot box/proofer PH Groen combi steamer CC0-E Groen braiser CFPO-4 457M Hatco dish machine/water heater Vollrath hot serving line BI V Blodgett convection oven 088R R0790 Blodgett gas convection oven 0G0998EA027 0G0998EA028 Garlen gas range, 4 burner Groen kettle, small TBD Groen brazing pan HFP-2E-4 073HCF-MS 2 Groen combi oven convection/steam CC20E C4402MS C440MS In-Sink-Erator disposer SS Pitco tilt fryer FPR 45-J BF45-H Traulsen hot pass-thru RHF232WPS Winn-Holt standard heater/proofer NHPL-836CA/L Cleveland oven ME227X YA Cleveland steamer 24CEA G0 Groen steam kettle TDB Frymaster deep fryer FPH27SE 990SNE000 GE stove top grill CR44C 5244G00 GE oven CN G53 Groen steam kettle DEE40 2 Groen braising pan FPO4 840CF 34CF Groen steam kettle TDB740 Garland oven 000CJ0227 Metro proofer C75CM2000 Jackson dish washer AJ00CE 07F2259 Hatco booster heater S Certified Technician? RFP#

29 COST PROPOSAL & SCORING GUIDE NOTICE: THIS COST PROPOSAL MUST BE COMPLETED EXACTLY AS REQUIRED. RFP ATTACHMENT 6.3. COST PROPOSAL SCHEDULE The Cost Proposal, detailed below, shall indicate the proposed price for the entire scope of service including all services defined in the Scope of Services of the RFP and for the entire three (3) year proposed contract term. The Cost Proposal shall remain valid for at least 20 days subsequent to the date of the Cost Proposal opening and thereafter in accordance with any contract resulting from this RFP. All monetary amounts shall be in U.S. currency and limited to two (2) places to the right of the decimal point. Percentages (%) are NOT permissible, and will NOT be accepted. NOTICE: The Evaluation Factor associated with each cost item is for evaluation purposes only. The evaluation factors do NOT and should NOT be construed as any type of volume guarantee or minimum purchase quantity. The evaluation factors shall NOT create rights, interests, or claims of entitlement in the Proposer. The County is under no obligation to request work from the Contractor in any specific dollar amounts or to request any work at all from the Contractor during any period of this Contract. This Cost Proposal must be signed, in the space below, by an individual empowered to bind the proposing entity to the provisions of this RFP and any contract awarded pursuant to it. If said individual is not the President or Chief Executive Officer, this document must attach evidence showing the individual s authority to legally bind the proposing entity. PROPOSER LEGAL ENTITY NAME: AUTHORIZED SIGNATURE: PRINTED NAME: TITLE: DATE: Cost Item Description Service Visit Charge: Proposed Cost Initial 2 nd Annual 3 rd Annual 4 th Annual 5 th Annual Contract Contract Contract Contract Contract Period Renewal Renewal Renewal Renewal Sum County Use ONLY Evaluation Factor Evaluation Cost (sum x factor) Labor: Technician Regular hourly rate Technician Overtime hourly rate Technician s Helper Regular hourly rate Technician s Helper Overtime hourly rate RFP#

30 PROPOSER LEGAL ENTITY NAME: Cost Item Description Initial Contract Period 2 nd Annual Contract Renewal Proposed Cost 3 rd Annual Contract Renewal 4 th Annual Contract Renewal 5 th Annual Contract Renewal RFP ATTACHMENT 6.3 (continued). Sum County Use ONLY Evaluation Factor Evaluation Cost (sum x factor) Materials: Markup fee above net cost (percentages are not permissible and will be deemed non-responsive). Equipment rental is exempt from markup ,000,00 -,250,25 -,500,50 -,750,75-2,000 2,00-2,500 2,50-3,000 3,50-4,000 4,50-5,000 NOTE: Single repair parts above 5,000 require pre-authorization by the County. TOTAL EVALUATION COST AMOUNT (sum of evaluation costs above): The RFP Coordinator will use this sum and the formula below to calculate the Cost Proposal Score. Numbers rounded to two (2) places to the right of the decimal point will be standard for calculations. Lowest Evaluation Cost Amount from all Proposals X 50 Evaluation Cost Amount Being evaluated County Use Contract Administrator Signature, Printed Name & Date: (maximum section score) =SCORE: RFP#

31 PROPOSAL SCORE SUMMARY MATRIX EXAMPLE RFP ATTACHMENT 6.4. PROPOSER NAME PROPOSER NAME PROPOSER NAME PROPOSER NAME GENERAL QUALIFICATIONS & EXPERIENCE SCORE (maximum: 20) EVALUATOR NAME EVALUATOR NAME AVERAGE: TECHNICAL QUALIFICATIONS, EXPERIENCE & APPROACH SCORE (maximum: 30) EVALUATOR NAME EVALUATOR NAME AVERAGE: COST PROPOSAL SCORE (maximum: 50) EVALUATOR NAME TOTAL PROPOSAL EVALUATION SCORE: (maximum: 00) Contract Administrator Signature, Printed Name & Date: RFP#

32 BLOUNT COUNTY PURCHASING DEPARTMENT INSURANCE CHECKLIST Vendor understands and agrees to confirm to these insurance requirements if given notice of intent to award this contract. The successful Vendor shall obtain and keep in force for the term of the project, workman s compensation, comprehensive general liability insurance and bodily injury and property damage insurance sufficient to hold the County harmless in the event of accident or injury to Proposer or any employee or subcontractor of Proposer. Coverage Required:. Workers Compensation & Employer s Liability 2. Commercial General Liability to include Contractual Liability, XCU, Personal Injury Perils, Products Liability and Completed Operations Liability. 3. Business Auto Liability, Personal Injury. (Symbol ) Minimum Limits Required: Statutory Limits 00,000 per occurrence, 00,000 disease, 500,000 annual aggregate,000,000 per occurrence, 2,000,000 annual aggregate,000,000 combined single limits 4. Professional Liability,000,000 per occurrence 3,000,000 annual aggregate 5. Excess Umbrella Liability with Contractor s Form, including Excess Employers Liability Coverage.,000,000 excess of above coverage 5,000,000 for large projects or high risk 6. Builder s Risk Installation Floater. 7. Vendor s insurance policy shall be endorsed to show Blount County Government and Blount County Board of Education named as additional insured on all required liability insurance. The above shall be named as loss payee on all types of required property insurance and for which any political subdivision of Blount County has an insurable interest. 8. Cancellation clause on any insurance certificates MUST be amended to read, Should any of the above described policies be cancelled before the expiration date thereof, the issuing insurer will mail 30 days written notice to the certificate holder. Any deviation from the above requirements shall be disclosed to the Blount County Purchasing Agent. Coverages specified above shall be written on an occurrence coverage form suitable to Blount County Government. Complete certified copies of insurance policies shall be provided upon request. Insurer s A.M. Best Rating Guide shall be A IX or better. Certificate Holder shall be: Blount County Risk Management c/o Blount County Purchasing 385 Court Street Maryville, TN

33 CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 07//204 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPO9N THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Producer s Company Name Address Address 2 City ST INSURED Company Name Address Address 2 City ST CONTACT NAME: Agent s Name PHONE FAX (A/C, No, Ext): (23) (A/C, No, Ext): (23) ADDRESS: PRODUCER CUSTOMER ID #: ABC INSUREER(S) AFFORDING COVERAGE NAIC # INSURER A: Insurance Company A 0234 INSURER B: Insurance Company B INSURER C: Insurance Company C INSURER D: Insurance Company D INSURER E: Insurance Company E INSURER F: Insurance Company F COVERAGES CERTIFICATE NUMBER: 2/3 GEN w/if 4--2 WC REVISION NUMBER: INSR LTR A B C ADDL INSR SUBR WVD POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) TYPE OF INSURANCE POLICY NUMBER LIMITS GENERAL LIABILITY EACH OCCURRENCE,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED REMISES (Ea occurrence) CLAIMS MADE X OCCUR MED EXP (Any one person) X GEN PERSONAL & ADV INJURY,000,000 GENERAL AGGREGATE 2,000,000 GEN L AGGREGATE LIMIT APPLIES PER: PRODUCTS COMP/OP AGG 2,000,000 POLICY AUTOMOBILE LIABILITY X PRO- JECT LOC COMBINED SINGLE LIMIT (Ea accident) X ANY AUTO BODILY INJURY (Per person) ALL OWNED AUTOS BODILY INJURY (Per accident) X AU SCHEDULED AUTOS PROPERTY DAMAGE X HIRED AUTOS (Per accident) X NON-OWNED AUTOS Medical payments Underinsured motorist UMBRELLA LIAB OCCUR EACH OCCURRENCE EXCESS LIAB CLAIMS MADE AGGREGATE DEDUCTIBLE,000,000 RETENTION WORKERS COMPENSATION AND EMPLOYERS LIABILTY X WC STATU- OTH- Y/N TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N/A WC E.L. EACH ACCIDENT 00,000 N (Mandatory in NH) E.L. DISEASE EA EMPLOYEE 00,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE POLICY LIMIT 500,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (attach ACORD 0, Additional Remards Schedule, if more space is required) Blount County Government and Blount County Board of Education are additional insured on the General, Auto and Umbrella liability policies per written agreement. Limit Ded. CERTIFICATE HOLDER Blount County Risk Management % Blount County Purchasing 385 Court Street Maryville, TN CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER. AUTHORIZED REPRESENTATIVE

34 BACKGROUND CHECK COMPLIANCE FORM BLOUNT COUNTY GOVERNMENT PURCHASING DEPARTMENT 385 COURT STREET MARYVILLE, TN (865) Phone (865) Fax BID NUMBER: CONTRACT NUMBER: BACKGROUND CHECKS: Contractors shall comply with Public Chapter 587 of 2007, as codified in Tennessee Code Annotated Section and amended in Public Chapter 080, which requires all contractors to facilitate a criminal history records check conducted by the Tennessee Bureau of Investigation and the Federal Bureau of Investigation for each employee prior to permitting the employee to have contact with students or enter school grounds when students are present. Any person, corporation or other entity or any employee of any person, corporation or entity who enters into or renews a contract with a local board of education or child care program on or after September, 2007, must: () Provide a fingerprint sample (2) Submit to a criminal history records check to be conducted by the Tennessee Bureau of Investigations and the Federal Bureau of Investigations. Company or Individuals (Name) Address City, State, Zip Code Contractor License Number (If Applicable) Telephone Number ( ) I agree to abide by Public Chapter 587 of 2007, as codified in Tennessee Code Annotated Section and amended in Public Chapter 080, and certify that I am authorized to sign. The undersigned further agrees if this bid or contract is accepted, to furnish any and all of the Background Check Information on himself and all of his employees as required by law, at the request of Blount County Government. I hereby agree to release all criminal history and other required information to Blount County Government, the Tennessee Bureau of Investigation and the Federal Bureau of Investigation in accordance with Tennessee law and I further certify that all information supplied by me regarding this inquiry is true and accurate. I agree to release and hold harmless the above-mentioned governmental entities for the use of this information related to the purposes mandated under Tennessee law. I further certify that I have obtained acceptable criminal history information on all current employees and will obtain said information on future employees associated with the performance of the work defined in this bid or contract, pursuant to Tennessee Code Annotated Section and that neither I nor any employee of mine is prohibited from direct contact with school children for the reasons enumerated in Tennessee Code Annotated Section Signature: Title: Printed Name: Date: (Please Print Clearly) (Month, Day, Year) INTERNAL OFFICE USE ONLY NOTES: Background Check Form-School Dept Contracts

35 Title VI For Title VI Compliance, the County of Blount requests voluntary disclosure of the following information, related to the owner/operator of the company: Company Name: Address: Phone Number: ( ) Fax Number: ( ) Authorized Signature Date Business Ownership (Check One or More) Ownership Ethnicity (Check Only One) D Disabled (Minority Owned) N Non-Minority Owned C Caucasian G Government Owned F Female (Minority Owned) B Black/African American E Race/Ethnic Background M Male (Minority Owned) H Hispanic (Minority Owned) P Non-Profit Organization A Asian I American Indian or Alaskan Native N Native Hawaiian or other Pacific Islander O Other (Specify) Bid/Proposal No. (if applicable): Bid/Proposal Title: Cafeteria Equipment Repair for Blount County Schools Food Service Date of Bid/Proposal Deadline: April 29, 205 at 2:30 p.m. (E.S.T.) The County of Blount complies with Title VI of the Civil Rights Acts of 964, as codified in 42 U.S.C. 2000D, which states that: No person in the United States shall, on the ground of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subject to discrimination under any program or activity receiving federal financial assistance. The County of Blount does not discriminate on the basis of disability in the admission or access to, or treatment of employment in, its program or activities and is in compliance with ADA (American with Disabilities Act of 990) 42 U.S.C. 20.

36

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

INVITATION FOR BID B Purchasing Department 3221 McKelvey Rd Bridgeton, MO SPECIFICATIONS FOR. Trailer Graphic Wrap

INVITATION FOR BID B Purchasing Department 3221 McKelvey Rd Bridgeton, MO SPECIFICATIONS FOR. Trailer Graphic Wrap INVITATION FOR BID B0003736 Purchasing Department 3221 McKelvey Rd Bridgeton, MO 63044 SPECIFICATIONS FOR Trailer Graphic Wrap FOR ADDITIONAL INFORMATION, CONTACT: KeJuan Torrence, Buyer Phone: (314) 539

More information

INVITATION FOR BID B Purchasing Department 3221 McKelvey Road Bridgeton, MO SPECIFICATIONS FOR WINDOW TREATMENTS

INVITATION FOR BID B Purchasing Department 3221 McKelvey Road Bridgeton, MO SPECIFICATIONS FOR WINDOW TREATMENTS INVITATION FOR BID B0003792 Purchasing Department 3221 McKelvey Road Bridgeton, MO 63044 SPECIFICATIONS FOR WINDOW TREATMENTS FOR ADDITIONAL INFORMATION, CONTACT: Cynthia Green, Assistant Controller Phone:

More information

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More information

ST. LOUIS COMMUNITY COLLEGE E-BID FORM

ST. LOUIS COMMUNITY COLLEGE E-BID FORM ST. LOUIS COMMUNITY COLLEGE E-BID FORM General Requirements St. Louis Community College (the College ) requires that all bids be received in the College s Purchasing Department by emailing to cgreen2@stlcc.edu

More information

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS Except as otherwise provided on the face of this Purchase Order or Supply Contract (the Order ) which is attached hereto, the parties agree

More information

REQUEST FOR PROPOSALS FOR MEDICAL DIRECTOR KNOXVILLE FACILITY RFP # KN

REQUEST FOR PROPOSALS FOR MEDICAL DIRECTOR KNOXVILLE FACILITY RFP # KN STATE OF TENNESSEE TENNESSEE STATE VETERANS HOMES BOARD REQUEST FOR PROPOSALS FOR MEDICAL DIRECTOR KNOXVILLE FACILITY RFP CONTENTS SECTIONS: 1. INTRODUCTION 2. RFP SCHEDULE OF EVENTS 3. PROPOSAL REQUIREMENTS

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

REQUEST FOR PROPOSALS FOR ACTUARIAL AUDIT OF THE JUNE 30, 2009 TCRS ACTUARIAL VALUATION RFP #

REQUEST FOR PROPOSALS FOR ACTUARIAL AUDIT OF THE JUNE 30, 2009 TCRS ACTUARIAL VALUATION RFP # STATE OF TENNESSEE TREASURY DEPARTMENT REQUEST FOR PROPOSALS FOR ACTUARIAL AUDIT OF THE JUNE 30, 2009 TCRS ACTUARIAL VALUATION RFP CONTENTS SECTIONS: 1. INTRODUCTION 2. RFP SCHEDULE OF EVENTS 3. PROPOSAL

More information

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND. [Must match name on W9 or SW9]

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND. [Must match name on W9 or SW9] APSU Contract Number AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [Must match name on W9 or SW9] This Agreement is made this [date] day of [month], 2018, by and between Austin Peay State University,

More information

MURFREESBORO CITY SCHOOLS DEPARTMENT OF NUTRITION Milk and Dairy Products BID

MURFREESBORO CITY SCHOOLS DEPARTMENT OF NUTRITION Milk and Dairy Products BID MURFREESBORO CITY SCHOOLS DEPARTMENT OF NUTRITION Milk and Dairy Products BID GENERAL Attached are instructions and conditions for submitting a Milk and Dairy Products Bid for Murfreesboro City Schools.

More information

KULZER PURCHASE ORDER TERMS AND CONDITIONS

KULZER PURCHASE ORDER TERMS AND CONDITIONS 1. General KULZER PURCHASE ORDER TERMS AND CONDITIONS 1.1 This Purchase Agreement consists, in order of precedence, of the following: the Kulzer Purchase Order (also Order ) (typed portions control over

More information

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR]

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR] APSU Contract Number C-18-0000 AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR] This Agreement is made this [date] day of [month], 20, by and between Austin Peay State University, hereinafter

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

Purchase Order Terms and Conditions

Purchase Order Terms and Conditions Purchase Order Terms and Conditions 1. These terms and conditions together with the terms and conditions on the face of the Purchase Order, and any specifications, drawings, instructions or other written

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

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements: Vendor Contract TERMS AND CONDITIONS OF PURCHASE 1. Acceptance. This Contract is conditional upon, and can be accepted only upon, the terms and conditions specified in this Contract. If Seller has previously

More information

COMMERCIAL CARDHOLDER AGREEMENT

COMMERCIAL CARDHOLDER AGREEMENT IMPORTANT: The Commercial Card was issued to you at the request of your Employer. Before you sign or use the Commercial Card, you must read this Agreement, as it governs use of the Commercial Card. All

More information

REQUEST FOR PROPOSALS FOR PHARMACY SERVICES RFP # EO

REQUEST FOR PROPOSALS FOR PHARMACY SERVICES RFP # EO STATE OF TENNESSEE TENNESSEE STATE VETERANS HOMES BOARD REQUEST FOR PROPOSALS FOR PHARMACY SERVICES RFP CONTENTS SECTIONS: 1. INTRODUCTION 2. RFP SCHEDULE OF EVENTS 3. RESPONSE REQUIREMENTS 4. GENERAL

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

More information

SUPPLIER - TERMS AND CONDITIONS Materials and Goods

SUPPLIER - TERMS AND CONDITIONS Materials and Goods SUPPLIER - TERMS AND CONDITIONS Materials and Goods 1. BINDING EFFECT; ACCEPTANCE. This purchase order and all subsequent purchase orders delivered by Buyer to Seller (each, an "order"), shall be governed

More information

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/ Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR 72201 Phone 501/ 340-8390; Fax 501/ 340-8352 RFP #: RFP-17-005 REQUEST FOR PROPOSAL for FORENSIC AUDIT YORKWOOD IMPROVEMENT

More information

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 ISSUE DATE: December 4, 2007 BIDS MUST BE RECEIVED BY: December

More information

FANDIS NORTH AMERICA CORP

FANDIS NORTH AMERICA CORP FANDIS NORTH AMERICA CORP TERMS AND CONDITIONS OF SALE February 4, 2017 1. INTRODUCTION 1.1. The terms and conditions contained herein (the Agreement ) apply to, are incorporated in, and form an integral

More information

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM Invitation to Bid 20150224 RFP-VISITOR MANAGEMENT SYSTEM Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin,

More information

STANDARD TERMS AND CONDITIONS OF SALE For orders placed after March 2017

STANDARD TERMS AND CONDITIONS OF SALE For orders placed after March 2017 STANDARD TERMS AND CONDITIONS OF SALE For orders placed after March 2017 1. General Any written or oral order received from Buyer by Ingersoll-Rand Company ( Company ) is governed by the Standard Terms

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

STANDARD TERMS AND CONDITIONS FOR THE SALE OF GOODS ALL MARKETS EXCEPT OIL AND GAS

STANDARD TERMS AND CONDITIONS FOR THE SALE OF GOODS ALL MARKETS EXCEPT OIL AND GAS STANDARD TERMS AND CONDITIONS FOR THE SALE OF GOODS ALL MARKETS EXCEPT OIL AND GAS 1. Scope of Application These terms and conditions of sale ( T&C ) apply to all sales by our company ( Supplier ) of goods

More information

PURCHASE ORDER TERMS & CONDITIONS

PURCHASE ORDER TERMS & CONDITIONS 1. DEFINITIONS: District: Vendor: Order: PURCHASE ORDER TERMS & CONDITIONS Sierra Joint Community College District Person, firm or corporation supplying the goods or services under the Order and includes

More information

PLYMOUTH TUBE COMPANY ( PLYMOUTH ) ORDER ACKNOWLEDGEMENT / INVOICE TERMS AND CONDITIONS Effective 07/01/2014

PLYMOUTH TUBE COMPANY ( PLYMOUTH ) ORDER ACKNOWLEDGEMENT / INVOICE TERMS AND CONDITIONS Effective 07/01/2014 PLYMOUTH TUBE COMPANY ( PLYMOUTH ) ORDER ACKNOWLEDGEMENT / INVOICE TERMS AND CONDITIONS Effective 07/01/2014 1. ACCEPTANCE THE TERMS AND CONDITIONS AS HEREIN SET FORTH ARE INCORPORATED INTO PLYMOUTH S

More information

STATE OF TENNESSEE. Austin Peay State University PROJECT SPECIFIC DOCUMENTS REQUEST FOR PROPOSALS FOR. Construction Manager/General Contractor

STATE OF TENNESSEE. Austin Peay State University PROJECT SPECIFIC DOCUMENTS REQUEST FOR PROPOSALS FOR. Construction Manager/General Contractor STATE OF TENNESSEE Austin Peay State University PROJECT SPECIFIC DOCUMENTS REQUEST FOR PROPOSALS FOR Construction Manager/General Contractor Kimbrough HVAC Replacement RFP/SBC Project No. 373/003-07-2017CM

More information

General Purchase Order Terms and Conditions (Pro-buyer)

General Purchase Order Terms and Conditions (Pro-buyer) 1. Applicability. General Purchase Order Terms and Conditions (Pro-buyer) (a) This purchase order is an offer by GT Exhaust, Inc. (the "Buyer") for the purchase of the goods specified on the face of this

More information

Union College Schenectady, NY General Purchasing Terms & Conditions

Union College Schenectady, NY General Purchasing Terms & Conditions Union College Schenectady, NY 12308 General Purchasing Terms & Conditions 1. DEFINITIONS. a. UNION COLLEGE represents the Trustees of Union College, is the purchaser of goods specified in the Purchase

More information

For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates

For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates PURCHASE ORDER TERMS AND CONDITIONS For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates 1. GENERAL 1.1 As used in this document, the term Purchase Order

More information

VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS

VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS These Standard Purchase Order Terms & Conditions, as set forth herein, are applicable to Purchase Orders issued by Valdosta State

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

TYLER INDEPENDENT SCHOOL DISTRICT PURCHASE ORDER TERMS AND CONDITIONS

TYLER INDEPENDENT SCHOOL DISTRICT PURCHASE ORDER TERMS AND CONDITIONS TYLER INDEPENDENT SCHOOL DISTRICT PURCHASE ORDER TERMS AND CONDITIONS 1. ACCEPTANCE This Purchase Order ( PO ) constitutes a binding contract between the Vendor and Tyler Independent School District (

More information

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL RFP #14-03 Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM

More information

Deluxe Corporation Purchase Terms and Conditions

Deluxe Corporation Purchase Terms and Conditions Deluxe Corporation Purchase Terms and Conditions The following standard purchase terms and conditions only apply to purchasing transactions (including but not limited to purchase orders) that do not have

More information

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services Appendix C Sample Contract for Professional Services Contract # xxxx Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

More information

PURCHASE ORDER TERMS AND CONDITIONS 1. ACCEPTANCE, SCOPE. This Purchase Order is for the purchase of goods, services, or both as described on the

PURCHASE ORDER TERMS AND CONDITIONS 1. ACCEPTANCE, SCOPE. This Purchase Order is for the purchase of goods, services, or both as described on the PURCHASE ORDER TERMS AND CONDITIONS 1. ACCEPTANCE, SCOPE. This Purchase Order is for the purchase of goods, services, or both as described on the face of this document (collectively, Goods ) and is issued

More information

SERVICE AGREEMENT CONTRACT NO.

SERVICE AGREEMENT CONTRACT NO. SERVICE AGREEMENT CONTRACT NO. THIS SERVICE AGREEMENT dated 20 between STOCKTON UNIVERSITY (the "UNIVERSITY") and (the SERVICE PROVIDER ), with a business address at. 1.1 Services. ARTICLE 1 SCOPE OF SERVICES

More information

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: Friday, April

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

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

Title: Single Family Mortgage Loan Servicing Property Valuation Services Contract Start Date: March 21, 2018 Contract End Date: February 28, 2023

Title: Single Family Mortgage Loan Servicing Property Valuation Services Contract Start Date: March 21, 2018 Contract End Date: February 28, 2023 Invitation to Bid Tennessee Housing Development Agency Andrew Jackson Building Third Floor 502 Deaderick Street Nashville, TN 37243 www.thda.org ITB No: 31620-00442 Invitation to Bid Release Date: January

More information

AUTOTOOL, INC. TERMS AND CONDITIONS OF SALE

AUTOTOOL, INC. TERMS AND CONDITIONS OF SALE AUTOTOOL, INC. TERMS AND CONDITIONS OF SALE The following terms and conditions of sale as they appear at www.autotoolinc.com at the time of sale (the Terms and Conditions ) govern the sale of all materials,

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations

More information

REQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039

REQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039 REQUEST FOR PROPOSAL FOR American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039 BY SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100

More information

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES Friendship is soliciting proposals and qualification statements from parties having specific interests

More information

TRI-COUNTY SATELLITE T.V., INC. D/B/A ICONNECTYOU TERMS AND CONDITIONS FOR HIGH SPEED INTERNET SERVICE

TRI-COUNTY SATELLITE T.V., INC. D/B/A ICONNECTYOU TERMS AND CONDITIONS FOR HIGH SPEED INTERNET SERVICE Page 1 of 5 TRI-COUNTY SATELLITE T.V., INC. D/B/A ICONNECTYOU TERMS AND CONDITIONS FOR HIGH SPEED INTERNET SERVICE 1. Agreement. Your Service Agreement ( Agreement ) with Tri-County Satellite T.V., Inc.

More information

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES The following are MANDATORY TERMS to which the Contractor MUST agree without word modification.

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

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

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Communications Tower BID OPENING DATE: August 25, 2014 TIME: 2:00 P.M.

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

TERMS AND CONDITIONS OF PURCHASE

TERMS AND CONDITIONS OF PURCHASE TERMS AND CONDITIONS OF PURCHASE 1. GENERAL: For purposes of these Terms and Conditions of Purchase, the term Talbots shall mean The Talbots, Inc. The term Order shall mean, collectively: (i) a written

More information

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16. Tennessee Technological University Date: 10/25/2016 Purchasing Office Contact: Emily Vaughn P. O. Box 5144, 1 William L. Jones Dr., Ste. 301 Phone: 931-372-3566 Cookeville, TN 38505-0001 Email: evaughn@tntech.edu

More information

KNOX COUNTY GOVERNMENT AND DURACAP ASPHALT PAVING CO., INC.

KNOX COUNTY GOVERNMENT AND DURACAP ASPHALT PAVING CO., INC. KNOX COUNTY GOVERNMENT AND DURACAP ASPHALT PAVING CO., INC. This Contract made and entered into this day of, 2013 by and between Knox County Government through its governing body and authorized representative,

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder

More information

NEXTERA ENERGY SERVICES DELAWARE, LLC RESIDENTIAL ELECTRICITY SUPPLY AGREEMENT FIXED PRICE PRODUCT

NEXTERA ENERGY SERVICES DELAWARE, LLC RESIDENTIAL ELECTRICITY SUPPLY AGREEMENT FIXED PRICE PRODUCT NEXTERA ENERGY SERVICES DELAWARE, LLC RESIDENTIAL ELECTRICITY SUPPLY AGREEMENT FIXED PRICE PRODUCT The following are the Terms of Service for the purchase of residential electricity from NextEra Energy

More information

Atlantis Industries Corporation Terms and Conditions

Atlantis Industries Corporation Terms and Conditions Atlantis Industries Corporation Terms and Conditions 1. ACCEPTANCE OF PURCHASE ORDER ATLANTIS INDUSTRIES CORPORATION (BUYER) OFFERS TO PURCHASE THE MATERIALS OR SERVICES DESCRIBED HEREIN ONLY UPON THE

More information

ACA UNIFORM TERMS AND CONDITIONS

ACA UNIFORM TERMS AND CONDITIONS ACA UNIFORM TERMS AND CONDITIONS ARIZONA COMMERCE AUTHORITY (ACA) UNIFORM TERMS AND CONDITIONS 1. Definition of Terms As used in this Solicitation and any resulting Contract, the terms listed below are

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

G&D NORTH AMERICA, INC. 1. TERMS & CONDITIONS OF SALE

G&D NORTH AMERICA, INC. 1. TERMS & CONDITIONS OF SALE G&D NORTH AMERICA, INC. 1. TERMS & CONDITIONS OF SALE 2. General. These terms and conditions (the Terms ), together with those contained in any proposal or quotation (a Proposal ) of G&D North America,

More information

STANDARD TERMS AND CONDITIONS OF SALE. Everight Position Technologies Corporation

STANDARD TERMS AND CONDITIONS OF SALE. Everight Position Technologies Corporation STANDARD TERMS AND CONDITIONS OF SALE Everight Position Technologies Corporation These Standard Terms and Conditions of Sale (these Terms ) govern the sale of all products (the Products ) by Everight Position

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

PROPOSAL REQUEST. Sumner County Sheriff s Office

PROPOSAL REQUEST. Sumner County Sheriff s Office PROPOSAL REQUEST Mobile In-Car Camera Systems for use in Patrol Vehicles For the Sumner County Sheriff s Office Sumner County Government Gallatin, Tennessee SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE

More information

REQUEST FOR PROPOSAL. UPS Maintenance

REQUEST FOR PROPOSAL. UPS Maintenance REQUEST FOR PROPOSAL UPS Maintenance DATE: February 7, 2008 QUESTIONS DUE BY: February 19, 2008 DUE DATE and BID OPENING: February 26, 2008 TIME OF BID OPENING: 2:00 P.M. EST LOCATION OF BID OPENING: 103

More information

TERMS AND CONDITIONS

TERMS AND CONDITIONS TERMS AND CONDITIONS 1. Agreement; Modification of Terms. These terms and conditions (the Terms ) apply to all orders for, and all sales and rentals of, all equipment ( Equipment ) described in the quotation,

More information

MANDATORY GENERAL TERMS AND CONDITIONS

MANDATORY GENERAL TERMS AND CONDITIONS MANDATORY GENERAL TERMS AND CONDITIONS A. PURCHASING M AN U AL / G O V E R NING R U LES: This s o l i c i t a t i o n and any resulting contract is s u b j e c t to the provisions of the Commonwealth of

More information

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS Acquisition Management On behalf of Health Services CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 REQUEST FOR PROPOSAL

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Street Expansion Joint / Driveway Joint repair due to Street Creep

More information

SUU Contract for Workshops and Entertainment

SUU Contract for Workshops and Entertainment SUU Contract for Workshops and Entertainment 1. PARTIES: This contract is between Southern Utah University, an institution of higher education of the State of Utah located at 351 West University Boulevard,

More information

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee PROPOSAL REQUEST Type I and Type II Ambulances For the Sumner County Emergency Medical Services Gallatin, Tennessee SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Bid # 34-130717 July, 2013 Introduction

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

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

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None City of Anaheim Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services December 5, 2013 Pre-bid Conference: None Bid Due Date: December 19, 2013 2:00 PM, Pacific Standard Time Submit bid

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

The following STANDARD TERMS AND CONDITIONS shall apply to all sales of Products by Bailey.

The following STANDARD TERMS AND CONDITIONS shall apply to all sales of Products by Bailey. The following STANDARD TERMS AND CONDITIONS shall apply to all sales of Products by Bailey. 1. DEFINITIONS. (a) "Bailey" includes Bailey International LLC, Bailey Manufacturing, LP, Maxim Hydraulics Private

More information

GILEAD SCIENCES, INC. PURCHASE ORDER TERMS AND CONDITIONS

GILEAD SCIENCES, INC. PURCHASE ORDER TERMS AND CONDITIONS GILEAD SCIENCES, INC. PURCHASE ORDER TERMS AND CONDITIONS 1. ACCEPTANCE: Supplier has read and understands this purchase order (this order ) and agrees that Supplier s written acceptance, delivery of any

More information

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit CITY OF BRENHAM, TEXAS Invitation for Bid Purchase and Installation of Forty (40) Ton Air Conditioning Unit IFB Number: 15-002 Response Deadline: 2:00 P.M. (CST) Tuesday, January 6, 2015 Responses will

More information

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving Request for Proposals For Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving Page 1 of 17 Request For Proposals Table of Contents SECTION 1: GENERAL INFORMATION

More information

Knox County Government and Strategic Equipment and Supply

Knox County Government and Strategic Equipment and Supply Knox County Government and Strategic Equipment and Supply This Contract made and entered into this day of, 2010 by and between Knox County Schools, on behalf of Knox County Government, through its governing

More information

AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION COST PLUS FEE) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE

AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION COST PLUS FEE) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION COST PLUS FEE) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE THIS AGREEMENT, entered into this day of, by and between the Arkansas State Highway

More information

Fontaine Commercial Trailer. Terms and Conditions of Purchase Guide

Fontaine Commercial Trailer. Terms and Conditions of Purchase Guide Guide TERMS AND CONDITIONS OF PURCHASE 1. Acceptance; Agreement. These Terms and Conditions supersede all other terms and conditions, oral or written, and all other communications between the parties suggesting

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

Tacoma Power Conservation Contractor Agreement

Tacoma Power Conservation Contractor Agreement Tacoma Power THIS AGREEMENT is made and entered into this day of, 2012 ( Effective Date ) by and between the City of Tacoma, Department of Public Utilities, Light Division, Tacoma Power (hereinafter referred

More information

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1 CAO Contract Log # COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2015 - Edition 1 THIS CONTRACT is made and entered into this day of, 20, by and between the COUNTY OF MARIN, hereinafter referred to as

More information

Title: Single Family Mortgage Loan Servicing Property Preservation Services Contract Start Date: March 21, 2018 Contract End Date: February 28, 2023

Title: Single Family Mortgage Loan Servicing Property Preservation Services Contract Start Date: March 21, 2018 Contract End Date: February 28, 2023 Invitation to Bid Tennessee Housing Development Agency Andrew Jackson Building Third Floor 502 Deaderick Street Nashville, TN 37243 www.thda.org ITB No: 31620-00443 Invitation to Bid Release Date: January

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

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING Friendship is soliciting proposals and qualification statements from parties having specific interests and qualifications

More information

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY PRICE PROPOSAL DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY For the following Package: Contract Number: ET-0056-B01 Contract Name/Description: A. Chester Redshaw Elementary

More information

FEDERAL RESOURCES SUPPLY COMPANY GENERAL TERMS AND CONDITIONS FOR THE PROVISION OF SERVICES

FEDERAL RESOURCES SUPPLY COMPANY GENERAL TERMS AND CONDITIONS FOR THE PROVISION OF SERVICES 1. Applicability. FEDERAL RESOURCES SUPPLY COMPANY GENERAL TERMS AND CONDITIONS FOR THE PROVISION OF SERVICES These terms and conditions for services (these Terms ) are the only terms and conditions which

More information

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend HDC124 Housing Development Corporation of Rock Hill Request for Proposal CONSTRUCTION OF THREE NEW HOMES Cottages at Southend MANDATORY PRE-BID MEETING: 10 a.m. Wednesday, February 28, 2018 The Housing

More information

FIXTURE TERMS & CONDITIONS Materials & Goods

FIXTURE TERMS & CONDITIONS Materials & Goods FIXTURE TERMS & CONDITIONS Materials & Goods 1. BINDING EFFECT; ACCEPTANCE. This purchase order and all subsequent purchase orders delivered by Supplier to The Pep Boys Manny, Moe & Jack, and its affiliates,

More information

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT INDEPENDENT CONTRACTOR AGREEMENT This agreement is entered into as of, 2004, by and between Rensselaer Polytechnic Institute (hereinafter called Rensselaer"), a non-profit educational institution with

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