REQUEST FOR PROPOSALS 2015-ORDA-2200 NEW YORK STATE OLYMPIC REGIONAL DEVELOPMENT AUTHORITY

Size: px
Start display at page:

Download "REQUEST FOR PROPOSALS 2015-ORDA-2200 NEW YORK STATE OLYMPIC REGIONAL DEVELOPMENT AUTHORITY"

Transcription

1 REQUEST FOR PROPOSALS 2015-ORDA-2200 NEW YORK STATE OLYMPIC REGIONAL DEVELOPMENT AUTHORITY TERM AGREEMENT FOR AUDIO VIDEO AND CRESTRON CONTROL SYSTEMS SERVICE AND MAINTENANCE, IMPROVEMENTS, SMALL PROJECTS AND EQUIPMENT/MATERIAL SUPPLY AT OLYMPIC CENTER CONFERENCE CENTER (PRIMARY) AND ORDA VENUES Issue Date: 20 July 2015 Designated Contact: Robert W. Hammond Alternate Contact: Jackie Kelly

2 This page was left blank intentionally.

3 Request for Proposal (RFP) 2015-ORDA-2200 Term Agreement for Audio Video and Crestron Control Systems Service and Maintenance, Improvements, Small Projects and Equipment/Material Supply Sections Table of Contents RFP Instructions Introduction o Designated Contacts o Minority / Women Owned Business Sub-Contracting / Supplier Goals o Key Events and Dates Minimum Qualifications Agreement Scope o Overview o Approval for Work o Compensation for Work Proposals o Format o Content o Submission Date Range o Submission Delivery Conditions Proposal Evaluation o Proposal Review o Reference Checks o Determination o Notification Forms Instructions for Submitting the Consultant s MWBE Utilization Plan 5 NYCRR Vendor s Good Faith Efforts Form F-13A-ORDA-MWBEUP Statement of Understanding Business Code of Ethics 2005 Procurement Lobbying Law Certification Affidavit of Workers Compensation Certification of Non-Collusion Agreements: o Type A: Purchase Agreement Includes Sample Project Purchase Order For Vendor that shall Work Off Site. o Type A-1: Site Access Agreement (Supplemental form for Type A for Vendors that preform minor work on-site) o Type B: Construction Standard Form of Agreement Includes Sample Work Authorization Form For Vendor that shall preform construction work on ORDA premises Prevailing Wage Schedules (PWS): PWS are included under separate cover and can be accessed by those Vendors interested in on-site construction related work in the relevant regions. PWS are not relevant for intellectual work (i.e. Programing, System Design and Forensic Investigations).

4 1. Introduction The New York State Olympic Regional Development Authority (ORDA) is seeking to enter into a one (1) year Term Contract, with the option for four (4), one (1) year renewable terms, with qualified Vendors for Term Agreement for Audio Video and Crestron Control Systems Service and Maintenance, Improvements, Small Projects and Equipment/Material Supply. Work will be targeted for amounts less than or equal to New York State Agency Discretionary procurement limit of $50,000. ORDA is targeting to secure several qualified vendors to service the organization s large geographic region and to allow for Min-Bids, when practical, from the successful pool of Term Agreement Vendors. Currently, this RFP is targeted at the support of the Audio Video System at the Olympic Center Conference Center in Lake Placid, Essex County, NY. However, ORDA operates venues in three regions and there may be opportunities over the term of the agreement to provide services at any or all of these venues. Due to the geographical challenges, vendors may elect to only provide services to the primary venue, the Olympic Center, when responding to this RFP. Therefore, it is not a requirement of this RFP to serve all the ORDA venues in all three regions in which ORDA operates Warren County Region, Ulster County Region and Essex County Region. Vendors shall disclose which venues that they are interested in working at. Emergency Contracts will be subject to ORDA s Discretionary Thresholds and subject to Min-Bids when particle. ORDA reserves the right to bid and award work greater than their Discretionary Threshold limit under the award of this Term Agreement when the best interest of ORDA will be served. The following venues are operated by ORDA: Warren County Region Gore Mountain Ski Center North Creek, NY Ulster County Region Belleayre Mountain Ski Center Highmount, NY Essex County Region Olympic Jumping Complex Lake Placid, NY Olympic Center Lake Placid, NY Olympic Sports Complex Lake Placid, NY United States Olympic Training Center Lake Placid, NY Whiteface Mountain Ski Center Wilmington, NY A general description of work that may be included under this Term Agreement is as follows: Provide the ORDA/OC staff with technical and trade labor services of their Audio (Media Matrix (Peavey) / Video (Crestron Digitalmedia Distribution System) and Crestron Touch Video Wall Panel Control System for the following: o Forensic Troubleshooting of System Failures and Corrections o Programing for Operational Changes, Corrections and Upgrades o System Development and Expansion o System Service for Software and Hardware Upgrades o Design Development and Design Programing for Modernization Provide programing services for Audio/Video/Control System Provide consultant services for Audio/Video/Control System Provide installation services for Audio/Video/Control System Provide maintenance services for Audio/Video/Control System The successful Vendor will be required to comply with all provisions of the Federal Government Equal Employment Opportunity clause issued by the Secretary of Labor on May 21, 1968 and published in the Federal Register (41 CFR Part 60-1, 33 F ).

5 1.1 Designated Contacts In compliance with the Procurement Lobbying Law, Robert W. Hammond, has been designated by ORDA as the PRIMARY contact for this procurement solicitation and may be reached by for all inquiries regarding this solicitation. Robert W. Hammond Olympic Regional Development Authority 2634 Main Street Lake Placid, NY In the event that the designated contact is not available, the ALTERNATE designated contact is: Jackie Kelly Olympic Regional Development Authority 2634 Main Street Lake Placid, NY All questions about the meaning or intent of the RFP shall be directed to Designated Contact. Interpretations of clarifications considered necessary by the Olympic Regional Development Authority in response to such questions will be issued by Addenda posted on the NYS Contract Reporter. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarification will be without legal effect. 1.2 Minority / Women Owned Business Sub-Contracting / Supplier Goals It is the goal of ORDA to operate as an organization that increases and supports diversity in the workplace. Article 15-A of the New York State Executive Law was signed into law on July 19, Under this statute, State Agencies are charged with establishing employment and business participation goals for minorities and women. Consistent with Article 15-A of the New York State Executive Law, and State Finance Law 163(6), ORDA has a longstanding and continuing commitment to the participation of MWBEs in our contracting and procurement activities as providers of goods and services. These laws were enacted to promote equality of economic opportunity for minority group members and women and to eradicate barriers that have unreasonably impeded access by MWBEs to State contracting activities. As outlined in 5 NYCRR Contractor s Good Faith Efforts, it is ORDA s expectation that all those interested in working with ORDA shall make a good faith effort to comply with Article 15-A and 5 NYCRR Parts ( M/WBE Regulations ), at a minimum, for all State contracts as defined therein, with a value (1) in excess of $25,000 for labor, services, equipment, materials, or combination of the forging or (2) in excess of $100,000 for real property renovations and construction. Instructions for Submitting a MWBE Utilization Plan 5 NYCRR Contractor s Good Faith Efforts Form F-13A-ORDA-MWBEUP MWBE Provisions for the RFP shall be: ORDA s aggregate total for Minority/Women Business Enterprise is 30%. This may be achieved by a MBE of 30% or a WBE of 30% or any combination thereof. 1.3 Key Events and Dates Event Date Issuance of RFP 7/20/15 Submission Date Range 7/20/15 7/20/16

6 2. Minimum Qualifications The following minimum qualifications must be met by each firm submitting a Proposal: A. Minimum of five (5) years verifiable experience and training/certification by the manufacturer of Media Matrix (Peavey) and/or Crestron Digitalmedia Distribution System similar to those operated by ORDA. B. The ability to work in New York State. 3. Agreement Scope 3.1 Overview ORDA reserves the right and is targeting to award several Term Agreements under this Request for Proposals. 3.2 Approval for Work ORDA shall use a Work Authorization Form (WAF) to authorize work. Award of the Term Agreement does not ensure that ORDA will contract any work. 3.2 Compensation for Work ORDA may utilize, as agreed in advance in the WAF, any of the following methods of compensation for work: Lump Sum Time and Materials Unit Price Upset Fee Applications for Payment / Invoices shall include Certified Payroll, documentation of equipment and back-up for materials billed. 4. Proposals 4.1 Format Vendor shall provide a complete copy of the proposal. Proposal may be submitted in hard copy or in PDF format. 4.2 Content The following documents shall be presented for a Proposal to be considered complete: Executed Statement of Understanding Executed Business Code of Ethics Executed 2005 Procurement Lobby Law Certification Executed Affidavit of Worker Compensation Executed Certificate of Non-Collusion Provide three (3) organizational references. Contact information for routine work and emergency work. A Schedule of Rates for Labor and Equipment and a mark-up amount for materials and expenses. List of Regions, other that the primary venue (Olympic Center Conference Center, Lake Placid, Essex County, NY) for which the vendor is interested in working. 4.3 Submission Date Range The Submission Date Range shall allow Proposals to be accepted as early as allowed via the threshold for Discretionary Procurements, and shall remain active for one (1) year to allow for ORDA to continue to secure the best value in maintenance term type services.

7 4.4 Submission Delivery Conditions FAX SUBMISSION SHALL NOT BE ACCEPTABLE AND WILL NOT BE CONSIDERED. Deliver Submission to: Olympic Regional Development Authority Olympic Center Attn: Robert W. Hammond (2014-ORDA-Enter Proposal #) 2634 Main Street Lake Placid, NY Or by at ORDA shall not be held liable for any cost incurred by the Vendor for work performed in the preparation and production of a response to this RFP or for any work performed prior to the formal execution and approval of a contract. 5. Proposal Evaluation 5.1 Proposal Review ORDA will review the submitted information and make a determination of whether or not the stated experience is sufficient to qualify for facilities similar to those operated by ORDA. Submission passing this review will continue to be evaluated. 5.2 Reference Checks ORDA will contact the references submitted. The reference contact must be reachable and must fully verify the information submitted in the proposal. If references cannot be reached or do not fully verify the submitted information, the Proposal shall be rejected. In the event that ORDA has firsthand knowledge that the Vendor meets the experience requirements, ORDA reserves the right to not continue the reference check. 5.4 Determination ORDA, in its sole judgment, will make a pass or fail determination of each Proposal based on the submitted information and criteria in this section. ORDA reserves the right to reject any and all Proposals, to waive any and all informalities and the right to disregard all nonconforming, non-responsive or conditional submissions.

8 Instructions for Submitting Minority/Women Business Enterprise Utilization Plan Submission shall include a MWBE Utilization Plan on Form F-13-ORDA-MWBEUP, (hereinafter referred to as the Plan ) to the NYS Olympic Regional Development Authority (ORDA) with the Request for Proposals. Complete all items on the Plan with the exception of the sections marked ORDA Use Only. Please understand that certified MBE/WBE subconsultant firms/suppliers listed in the Directory of Certified Minority and Women-Owned Business Enterprises published by the Department of Economic Development s, Division of Minority and Women s Business Development can be used to meet MWBE good faith efforts participation goals on this contract. The use of non-certified firms/suppliers that have submitted applications for certification but are not approved prior to completion of this contract are not acceptable for goal attainments. By submission of this Plan, the Vendor/Contractor/Consultant (Firms) commits to good faith efforts in the utilization of subconsultant firms/suppliers as required by the MBE/WBE goals contained in the contract. Firms must document good faith efforts to provide meaningful participation by MWBEs as subconsultants/ suppliers in the performance of the contract. The directory of New York State Certified MWBEs can be viewed at: For additional information regarding this directory and the certification process, please call The Empire State Development Corporation at (212) (Downstate) or (518) (Upstate). In accordance with 5 NYCRR , the Firms, upon submission of the Plan, acknowledges that if it is found to have willfully and intentionally failed to comply with the MWBE participation goals set forth in the contract, such finding constitutes a breach of contract and the consultant shall be liable to ORDA for appropriate damages, as set forth in the contract. For guidance on how ORDA will determine a consultant s good faith efforts, refer to 5 NYCRR ORDA s targeted MWBE utilization percentages, as disclosed in the procurement documents, are the minimum. Therefore all Firms are encouraged, including New York State Certified MWBE s Firms to solicit MWBE participation in all aspects of their engagement with ORDA. Any changes to the Plan must be approved by ORDA. End of Document

9 OFFICE OF CONTRACTOR AND SUPPLIER DIVERSITY OCSD-4 (INFORMATION ONLY) DEFINITION OF GOOD FAITH EFFORTS NYCRR Contractor s Good Faith Efforts (a) The contractor must document its good faith efforts toward meeting certified minority and womenowned business enterprise utilization plans by providing, at a minimum: (1) Copies of its solicitations of certified minority and women-owned business enterprises and any responses thereto; (2) If responses to the contractor s solicitations were received, but a certified minority or womanowned business enterprise was not selected, the specific reasons that such enterprise was not selected; (3) Copies of any advertisements for participation by certified minority and women-owned business enterprises timely published in appropriate general circulation, trade and minority or womenoriented publications, together with the listing(s) and date(s) of the publication of such advertisements; (4) Copies of any solicitations of certified minority and/or women-owned business enterprises listed in the directory of certified businesses; (5) The dates of attendance at any pre-bid, pre-award, or other meetings, if any, scheduled by the State agency awarding the State contract, with certified minority and women-owned business enterprises which the State agency determined were capable of performing the State contract scope of work for the purpose of fulfilling the contract participation goals; (6) Information describing the specific steps undertaken to reasonably structure the contract scope of work for the purpose of subcontracting with, or obtaining supplies from, certified minority and women-owned business enterprises. (b) In addition to the information provided by the contractor in paragraph (a) above, the State agency may also consider the following to determine whether the contractor has demonstrated good faith efforts: (1) Whether the contractor submitted an alternative utilization plan consistent with the subcontract or supplier opportunities in the contract; (2) The number of certified minority and women-owned business enterprises in the region listed in the directory of certified businesses that could, in the judgment of the State agency, perform work required by the State contract scope of work; (3) The actions taken by the contractor to contact and assess the ability of certified minority and women-owned business enterprises located outside of the region in which the State contract scope of work is to be performed to participate on the State contract; (4) Whether the contractor provided relevant plans, specifications or terms and conditions to certified minority and women-owned business enterprises sufficiently in advance to enable them to prepare an informed response to a contractor request for participation as a subcontractor or supplier; (5) The terms and conditions of any subcontract or provision of suppliers offered to certified minority or women-owned business enterprises and a comparison of such terms and conditions - 1 -

10 Form F-13A-ORDA-MWBEUP CONTRACTORS MWBE UTILIZATION PLAN Contractor's Name, Address, and Federal ID No. Term Contract Service Description (Masonry, Excavation, etc.) ORDA Office of Planning and Construction Olympic Center 2634 Main Street Lake Placid, NY Phone: (518) Fax (518) ORDA_NYSCR # MWBE Goals MBE% WBE% Federal ID No.: Certified MBE/WBE Name, Address and Phone No. Subcontractor/Supplier Federal ID No. MBE WBE Description of Sub-Contractor Services/Supplier Dollar Value ** (Not Required for Term Contracts) See ORDA F- 13-MWB FOR ORDA USE ONLY Pursuant to Executive Law Article 15-A, my firm will engage in a good faith effort to achieve the MWBE goals on this contract Consultant Signature Consultants Comments: ** Not Required for Term Contracts. Participation will be monitored based on work order assignments. Enter Name: Title: FOR ORDA USE ONLY Accepted Accepted as Noted Rejected Enter Name: Date: MBE% MBE$** WBE% WBE$** ORDA Authorized Signature: Enter Name: Date:

11 Statement of Understanding Request for Proposals The undersign affirms that they understand and agrees to comply with the procedures of the Government Entity relative to permissible contacts as required by New York State Finance Law 139-j (3) and 139-j (6) (b). I hereby affirm that I have fully reviewed the information provided in this Request for Proposals and that this submission is accurate and true to the best of my knowledge. I hereby affirm that I understand that the award of a Term Contact does not ensure that ORDA will contract any work. Respectfully Submitted: Signed Title Company Date Federal I.D. Number (SEAL if BID is by a corporation) Attest: Addenda 1 Acknowledgment (as needed) Addenda 2 Acknowledgment (as needed) Addenda 3 Acknowledgment (as needed) New York State Certified Minority Owned Business (Circle One): Yes No New York State Certified Woman Owned Business (Circle One): Yes No

12 Olympic Regional Development Authority Code of Business Ethics Certification The bidder (or Proposer) shall submit this form at time of bid (or with RFP). A. Ethics Programs 1. The Olympic Regional Development Authority (the Authority ), a public-benefit corporation, expects the highest degree of ethical business conduct by its employees and the many contractors, consultants and vendors with whom it interacts on behalf of its clients, bondholders and the people of the State of New York. The Authority, by mandate of its Board of Directors, administers a comprehensive corporate integrity program to ensure that, as public officers, Authority employees at all levels perform their official duties consistent with the requirements of the New York State Public Officers Law; other applicable laws, rules, and regulations; and policies of the Authority. 2. The Authority encourages and supports a fair, open and honest business relationship with its contractors, consultants and vendors based on quality, service and cost. Moreover, the Authority believes that a level playing field in the marketplace can only be achieved through adherence to ethical business practices by all participants involved in the process. 3. To promote a working relationship with the Authority based on ethical business practices, contractors, consultants and vendors are expected to: a. furnish all goods, materials and services to the Authority as contractually required and specified; b. submit complete and accurate reports to the Authority and its representatives as required; c. not seek, solicit, demand or accept any information, verbal or written, from the Authority or its representatives that provides an unfair advantage over a competitor; d. not engage in any activity or course of conduct that restricts open and fair competition on Authority-related projects and transactions; e. not engage in any course of conduct with Authority employees or representatives that constitutes a conflict of interest or creates the appearance of a conflict of interest; f. not offer any unlawful gifts or gratuities to Authority employees or representatives, or engage in bribery or other criminal activity; and g. report to the Authority any activity by an Authority employee or contractor, consultant or vendor of the Authority that is inconsistent with the Authority s Code of Business Ethics. 4. The Authority encourages its contractors, consultants and vendors to advance and support ethical business conduct and practices among their respective directors, officers and employees, preferably through the adoption of corporate ethics awareness training programs and written codes of conduct. In addition to considering technical competence and financial stability, the Authority will consider the corporate integrity of all contractors, consultants and vendors prior to the awarding of contracts or issuing of purchase orders.

13 B. Conduct of Authority Employees Authority employees are expected to conduct business with contractors, consultants and vendors in a fair, consistent and professional manner. The Authority s Code of Business Ethics and Employee Conduct entitled Serving Responsibly, and other Authority policies and procedures, guide the manner in which Authority employees are required to interact with contractors, consultants and vendors. Additionally, the New York State Public Officers Law sets forth legal parameters within which Authority employees must perform their official duties with respect to, among other things, conflicts of interest and the acceptance of gifts. C. Limits on Gifts to Authority Employees 1. Pursuant to Section 73(5) of the Public Officers Law, no person shall offer any gift having more than a nominal value to an Authority employee under circumstances in which it: a. could be reasonably inferred the gift was intended to influence the employee in the performance of his or her official duties;, or b. could reasonably be expected to influence the employee in the performance of his or her official duties;, or c. was intended as a reward for any official action on the part of the employee. 2. A gift is anything more than nominal in value, in any form, given to an Authority employee. Gifts include, but are not limited to, money, service, loan, travel, lodging, meals, refreshments, entertainment, discount, forbearance or promise. Any firm or its agents, either doing business or seeking to do business with the Authority (contractors, consultants, vendors, etc.), is prohibited from directly or indirectly offering or giving any gifts, even gifts of nominal value, to Authority employees as such gifts are deemed to be per se improper. 3. As is stated in the Prohibited Interests section of the Construction and Consultant Contract documents, violations of these gift provisions may be grounds for immediate contract termination and/or referral for civil action or criminal prosecution. D. Employing Relatives of Authority Employees Although contractors, consultants and vendors may employ relatives of Authority employees, the Authority must be made aware of such circumstances as soon as possible, preferably in writing, to ensure a conflict of interest situation does not arise. The Authority reserves the right to request that contractors, consultants and vendors modify the work assignment of an Authority employee s relative where a conflict of interest, or the appearance thereof, is deemed to exist. Please be advised that Authority employees are required to disclose information regarding the hiring of relatives by contractors, consultants and vendors and recuse themselves from matters that may present a conflict of interest. For purposes of this document, the term relatives refers to spouses, domestic partners, parents, children, sisters, brothers, sisters-in-law, brothers-in-law, parents-in-law, sons/daughters-in-law, stepparents, stepchildren, aunts, uncles, nieces, nephews, first cousins, grandparents by blood relationship or by marriage, or persons residing in the same household. E. Hiring Former Authority Employees Contractors, consultants and vendors may hire former Authority employees. However, as a general rule, former employees of the Authority may neither appear nor practice before the

14 Authority, nor receive compensation for services rendered on a matter before the Authority, for a period of two years following their separation from Authority service. In addition, former Authority employees are subject to a lifetime bar from appearing before the Authority or receiving compensation for services regarding any transaction in which they personally participated or which was under their active consideration during their tenure with the Authority. Violations will be referred to the New York State Commission on Public Integrity for appropriate action. F. Certification I have read the foregoing and agree to comply with the Authority s Code of Business Ethics. I further acknowledge that failure to comply shall justify contract termination by the Authority and may result in the rejection of bids or proposals for future work with the Authority. (Officer s Signature) (Date) Firm s Legal Name: Print Officer s Name: Title:

15 2005 PROCUREMENT LOBBYING LAW CERTIFICATION R2 Professional s Certification pursuant to State Finance Law 139-j and 139 k This form shall be completed and submitted with your proposal. Failure to complete and submit this form may result in a determination on non-responsiveness and disqualifications of the proposal. A. Professional Disclosure of findings of non-responsibility and prior contract terminations or withholdings under the 2005 Procurement Lobbying Law 1. Has any governmental entity, as defined in State Finance Law 139-j and 139-k made a finding in the last four years that the Professional was not responsible? No Yes 2. If yes, was the basis for any such finding(s) the intentional provision of false or incomplete information required by State Finance Law 139-j and 139-k, and/or the failure to comply with the requirements of State Finance Law 139-j (3) relating to permissible contacts? No Yes 3. If yes, provide details regarding each finding of non-responsibility below. (Attach additional pages, if necessary). Governmental Entity: Date of Finding: Basis of Finding: 2005 PROCUREMENT LOBBYING LAW May 10 Page 1

16 2005 PROCUREMENT LOBBYING LAW CERTIFICATION R2 Professional s Certification pursuant to State Finance Law 139-j and 139 k 4. Has any governmental entity as defined in State Finance Law 139-j and 139-k terminated or withheld a procurement contract with the Professional due to the intentional provision of false or incomplete information required by such Laws and/or the failure to comply with the requirements of State Finance Law 139-k(3) relating to permissible contacts? No Yes 5. If yes, provide details below. (Attach additional pages, if necessary). Governmental Entity: Date of Termination or Withholding of Contract: Basis of Termination or Withholding of Contract: B. Certification The undersigned acknowledges that intentional submission of false or misleading information may constitute a felony under Penal Law Section or a misdemeanor under Penal Law Section or Section , and may also be punishable by a fine of up to $10,000 or imprisonment of up to five years under 18 U.S.C. Section 1001; and states that all information provided to the Olympic Regional Development Authority with respect to State Finance Law 139 j and 139 k is complete, true and accurate. (Officer s Signature) (Date) Firms Legal Name: Print Officer s Name: Title: 2005 PROCUREMENT LOBBYING LAW May 10 Page 2

17 AFFIDAVIT - WORKER S COMPENSATION State of County of SS: of being duly sworn, deposes and says that the CONTRACTOR now carries or has applied for a Worker s Compensation Policy to cover the operations, as set forth in the preceding contract, and to comply with the provisions thereof. Signed: Subscribed and sworn to before me this day of 20 Notary Public

18 Certificate of Non-Collusion Individual Non-Collusive Certification is required of all bidders under Section 103-d of the General Municipal Law as amended by Chapter 751 of the Laws of 1965 and Chapter 675 of the Laws of 1966 effective September 1, By submission of this bid, the bidder and each person signing on behalf of the bidder certifies, and in the case of a joint bid each party thereto certifies as to it own organization, under penalty of perjury, that to the best of its knowledge and belief: 1. The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; 2. Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor; and 3. No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. I hereby affirm under the penalties of perjury that the foregoing statement is true. STATE OF ) ) ss: COUNTY OF ) Individual On this day of, 20, before me personally came the person who executed the foregoing instrument, and s/he duly acknowledged to me that s/he executed the same. Notary Public

19 Certificate of Non-Collusion Partnership Non-Collusive Certification is required of all bidders under Section 103-d of the General Municipal Law as amended by Chapter 751 of the Laws of 1965 and Chapter 675 of the Laws of 1966 effective September 1, By submission of this bid, the bidder and each person signing on behalf of the bidder certifies, and in the case of a joint bid each party thereto certifies as to it own organization, under penalty of perjury, that to the best of its knowledge and belief: 1. The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; 3. Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor; and 4. No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. I hereby affirm under the penalties of perjury that the foregoing statement is true. Partnership STATE OF ) ) ss: COUNTY OF ) Partner On this day of, 20, before me personally came the person who executed the foregoing instrument, and s/he duly acknowledged to me that s/he executed the same. Notary Public

20 Certificate of Non-Collusion Corporation Non-Collusive Certification is required of all bidders under Section 103-d of the General Municipal Law as amended by Chapter 751 of the Laws of 1965 and Chapter 675 of the Laws of 1966 effective September 1, By submission of this bid, the bidder and each person signing on behalf of the bidder certifies, and in the case of a joint bid each party thereto certifies as to it own organization, under penalty of perjury, that to the best of its knowledge and belief: 1. The prices in the bid were arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; 2. Unless otherwise required by law, the prices which have been quoted in the bid were not knowingly disclosed by the bidder and were not knowingly disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor; and 3. No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. The attached hereto is a certified copy of resolution authorizing the execution of this Certificate by the signer of this bid or proposal, on behalf of the corporate bidder. I hereby affirm under the penalties of perjury that the foregoing statement is true. Corporation STATE OF ) ) ss: COUNTY OF ) Signature and Title of Signer On this day of, 20, before me personally came, to me known who, being duly sworn, did depose and say that s/he resides in, that s/he is the of, the corporation described in, and which executed the within instrument, that s/he knows the seal of said corporation, that the seal affixed to said instrument is such corporate seal, that is was so affixed by order of the Board of said corporation, and that s/he signed his/her name thereto by like order. Notary Public

21 Agreement: Type A: Purchase Agreement Includes Sample Project Purchase Order For Vendor that shall Supply and Fabricate Only

22 Contract# ORDA-Term Agreement Purchase Term Agreement AGREEMENT, made by and between New York State Olympic Regional Development Authority (ORDA), hereinafter referred to as the OWNER and hereinafter referred to as the VENDOR. WHEREAS, as required the OWNER shall retain the VENDOR to perform services for the Owner. NOW, THEREFORE, in consideration of the promises, covenants and agreements contained herein, the parties hereto agree as follows: The nature of the work: Is performing and/or assisting ORDA with the. The term of this agreement shall be from 2015 through The term Work means the efforts required by the VENDOR, to administer supply, and/or fabricate and/or deliver materials and/ products identified in the Purchase Order. A Purchase Order shall be issued for the work to identify the Scope of Work and Cost. The VENDOR s cost for service rendered shall be determined in advance of the work. ACCEPTANCE: The Purchase Order and this agreement represents the entire agreement between ORDA and the Vendor and becomes a binding contract upon the terms and conditions herein set forth when accepted by the Vendor or by the Vendor s commencement of performance hereunder. No change, modification or revision to the Purchase Order shall be binding upon ORDA unless made in writing and signed by ORDA s authorized representative. COST: ORDA shall not be billed at costs higher than stated on the Purchase Order unless authorized in writing, signed by ORDA s authorized representative. VENDOR represents that the costs charged for the items or services covered by this Purchase Order are the lowest costs charged by VENDOR to ORDA s of the same class as ORDA under conditions similar to those specified in this Purchase Order and that cost comply with applicable government regulations in effect at time of quotation, sale or delivery. VENDOR agrees that any price reduction made in the terms or services covered by this Purchase Order subsequent to its placement but prior to payment therefore will be applicable to it. Unless otherwise provided herein. VENDOR shall bear the cost for cartage, boxing or storing of the items covered by this Purchase Order. DELIVERY: Time is of the essence hereof. The delivery of the items or rendering of these services covered hereunder must be at the time or times specified within the Purchase Order, written releases or other written instruction by ORDA. ORDA may from time to time change or temporarily suspend delivery schedules. In the event of late delivery of any items or

23 late performance of any services covered hereunder, ORDA may, at its option and without any further liability hereunder, terminate this Purchase Order for cause, partially terminate this Purchase Order for cause, vary delivery terms hereunder, or obtain the items or services from other sources. Any losses sustained or costs incurred by ORDA as a result of late delivery shall be paid by VENDOR to ORDA. F.O.B shall be Destination unless specifically stated otherwise. INSPECTION: ORDA shall have a reasonable time after delivery or performance to inspect the items delivered or the services performed. All such items or services must conform to the specifications, instructions, drawings and data set forth on the face hereof incorporated herein by reference and or to samples whether furnished by VENDOR or ORDA as well as to all VENDORs warranties (expressed or implied) and may reject and refuse acceptance of any items or services which do not so conform. ORDA shall notify VENDOR of such rejection by either notice in writing or by the return to VENDOR of the rejected items at VENDOR s expense and risk. If rejection is by notice in writing, ORDA may thereafter either hold the rejected items at VENDOR s expense and risk or return items to VENDOR at VENDOR s expense and risk. Rejection and refusal to accept services or items by ORDA shall not terminate the obligation of VENDOR to perform under this Purchase Order and, in such event, ORDA shall have the option to terminate the Purchase Order without further obligation on ORDA s part or to require performance by VENDOR. ORDA remains right to hold rejected items until said purchase order request is performed and all terms and conditions met. WARRANTIES: VENDOR expressly warrants that the items and services covered hereunder shall be free of defects in workmanship and shall strictly conform to applicable specifications, instructions, drawings, data and samples. If any, including performance specifications, and if of VENDOR s design, will be free from design defects and that items furnished hereunder will be fit for the use intended by ORDA. These warranties shall be in addition to all warranties, express implied or statutory. Neither inspection nor payment by ORDA shall constitute a waiver of any breach of warranty. All warranties shall run to ORDA, its customers and subsequent owners of the items or services covered hereunder or the end product of which they are part. VENDOR agrees, at its expense and at ORDAs option to defend or assist in the defense of any action against ORDA which action in whole or part, whether by way of calm, counterclaim or defense, is based upon an agreed breach of any of VENDOR s warranties. VENDOR agrees to indemnify ORDA, its customers or subsequent owners for all liability, loss, cost and expenses including reasonable attorney s fees, resulting from any breach of any said warranties. Notice of any breach of warranty shall be given by ORDA to VENDOR within ninety (90) days after discovery thereof by ORDA. All warranties shall be constructed as conditions as well as promises and shall not be deemed to be exclusive. ADVERTISING: VENDOR shall not, without first obtaining the written consent of ORDA in any manner, advertise, publish, or disclose, the fact that VENDOR has contracted with ORDA to furnish the items or render the services herein ordered. For failure to observe this provision, ORDA shall have the right, in addition to any other rights and remedies provided by law, to cancel the Purchase Order and/or terminate the Term Agreement without any duty to accept deliveries after the date of such cancellation or to make further payments hereunder except for items delivered prior to such cancellation. 2

24 INFORMATION: Drawings, data, design, logo, inventions, technical information, service marks, trademarks and the like which are supplied by ORDA shall remain ORDA s property and shall be held in confidence by VENDOR. Such information shall not be reproduced, used or disclosed to others by VENDOR without ORDAs prior written consent and shall be returned to ORDA upon completion by VENDOR of its obligations under this Agreement. Any information which VENDOR may disclose to ORDA with respect to the design, manufacture, sale or use of the items covered by this Agreement shall be deemed to have been disclosed as part of the consideration for this Agreement, and VENDOR shall not assist any claim (other than a claim for patent infringement) against ORDA by reason of ORDA s use thereof. ORDA does not grant indemnity to VENDOR for infringement of any patent, trademark, copyright or data rights. CHANGES: ORDA shall have the right at any time to make changes in the drawings, designs, specifications, quantities, delivery schedules, methods of shipment or packaging and place of inspection, acceptance, and/or point of delivery of any item to be furnished or service rendered under an issued Purchas Orders. No change shall be effective unless authorized in writing by ORDA. If such changes result in delay or an increase or decrease in expense to VENDOR, VENDOR shall notify ORDA immediately and negotiate an equitable adjustment, provided that VENDOR shall in all events, proceed diligently to supply the items or perform the work or services contracted for under an issued Purchase Order as so changed. No claim by VENDOR for such equitable adjustment shall be valid unless submitted to ORDA in writing within thirty (30) days from the date if such notice of change accompanied by an estimate of charges resulting from such changes. COMPLICANCE WITH LAWS: On request, VENDOR shall furnish ORDA certificates of compliance with all applicable laws, orders and regulations of the federal or any state or municipal government or agency thereof, which apply to ages and expenses, including necessary attorney s fees, suffered or occasioned by ORDA directly or indirectly through any failure of VENDOR to comply with any such applicable law, regulation or order. VENDOR shall, at time of delivery or invoicing certify that goods sold hereunder were manufactured or produced in full compliance with the Fair Labor Standards Act of 1938 as amended, to the date of certification and all applicable United States Department of Labor Regulations promulgated thereunder. LIENS: All items to be furnished hereunder and all property to be returned to ORDA shall be free and clear of any and all liens and encumbrances whatsoever. If requested by ORDA, VENDOR will execute an appropriate agreement waiving all liens against ORDA s property. PAYMENT: Invoices will be paid according to discount terms or terms negotiated within the Purchase Order, or if no discount is offered, within thirty (30) or more days after receipt and acceptance of the items or completion and acceptance of services. Discount periods will be computed from either the date of delivery plus three days allowance for inspection or the date of receipt of correct invoices, prepared in accordance with the terms of the ORDA s Purchase Order whichever date is later. No interest charges shall be made to ORDA unless expressly agreed to by ORDA in writing and signed by ORDA s authorized representative. TITLE AND RISK OF LOSS: Except as otherwise expressly provided herein, title to and risk of loss on all items shipped by VENDOR to ORDA shall pass to ORDA at the F.O.B. point 3

25 designated on the Purchase Order. Cost of all returned shipments for whatever reason returned, shall be borne by VENDOR with title and risk of loss passing at ORDA s plant, unless otherwise specified by ORDA at the time of return. PATENT INDEMNITY: If the items furnished hereunder are not manufactured to a detail design supplied solely by ORDA, VENDOR shall indemnify and hold harmless ORDA and its assigns and customers against all loss, expense, claims and liability of any nature resulting from actual or alleged patent infringement, domestic or foreign, in the use or sale of any items, or any part thereof, furnished hereunder. In case the use of sale of said items, or any part thereof, is enjoined VENDOR shall, at its own expense and at its option with the approval of ORDA (which shall not be unreasonably withheld), either (a) procure for ORDA and its assigns and customers the right to continue to sell and use said items, or part of (b) modify said items, or part so that they become non-infringing; or (c) accept return of said items and refund the purchase price and the transportation and installation costs, if any, thereof. TERMINATION OF DELIVERY/PURCHASE ORDER OF CUSTOM MANUFACTURED ITEMS: In the event that the VENDOR fails to maintain the delivery schedule of a custom manufactured item, ORDA reserves the right to terminate the manufacturing and/or Purchase Order, of this item if the VENDOR has not manufactured the item on the delivery date. Additionally, ORDA reserves the right to terminate the delivery of the custom manufactured item if the VENDOR has not operated in good faith, such as misrepresenting the status of the manufacturing to mislead ORDA into accepting a delivery date for which the item will be of no or significantly reduced value to ORDA in such event, ORDA shall have the option to terminate the Purchase Order without further obligation. TERMINATION OF AGREEMENT: ORDA shall have the right to terminate this Agreement or any part thereof at any time. a. Without cause In case of termination by ORDA of all or any part of a Purchase Order without cause, any termination claim must be submitted to ORDA within sixty (60) days after the effective date of termination. The provisions of this subparagraph shall not limit or affect the right of ORDA to terminate a Purchase Order for cause and shall not apply to a termination with cause. b. For Cause If VENDOR fails to make any delivery in accordance with the agreed date or schedule or otherwise fails to observe or comply with any of the other instructions, terms, conditions or warranties, applicable to a Purchase Order, or in the event of any proceedings by or against VENDOR in bankruptcy or insolvency or appointment of a receiver or trustee or an assignment for the benefit of creditors, ORDA may in addition to any other right or remedy provided by this Agreement and the Purchase Order or by law, terminate all or any part of this Agreement or the Purchase Order by electronic communication or other written notice to VENDOR without any liability by ORDA to VENDOR on account thereof. ORDA may require a financial statement from VENDOR at any time during the term of this Agreement for the purpose of determining VENDOR s financial responsibility in the event of termination for cause. ORDA may produce or purchase or otherwise acquire supplies or services elsewhere on such terms or in such a 4

26 manner as ORDA may deem appropriate and VENDOR shall be liable to ORDA for any excess cost or other expenses incurred by ORDA. FAIR EMPLOYMENT PRACTICES: As used in this paragraph #18 the terms contract and contractor mean respectively this Purchase Order and VENDOR. During the performance of this contract, the contractor agrees as follows: a. The contractor in accordance with the United States Constitution and all federal legislation and regulations governing fair employment practices and equal employment opportunity, including but not limited to Title VI of the Civil Rights Act of 1964 (P.L , 78 STAT, 252), and United States Department of Justice Regulations (28 C.F.R. Part 42) issued pursuant to the title and in accordance with all state laws and regulations governing fair employment practices and equal opportunity, including but not limited to the State of New York Human Rights Act (Sec , Article 15, 1974) agrees that it will not discriminate against any person, employee, consultant or applicant for employment with respect to his (her) hire, tenure, terms, conditions or privileges of employment or hire because of his (her) religion, race, color, national origin, sex or handicap, that is unrelated to the individual s ability to perform the duties of a particular job or position. The contractor recognizes the right of the United States and the State of New York to seek judicial enforcement of the foregoing covenant against discrimination against itself or its subcontractors. b. The contractor shall not discriminate against any employee or applicant for employment, training education or apprenticeship connected directly or indirectly with the performance of this Contract, with respect to his (her) hire, promotion, job assignment, tenure, terms, conditions or privileges of employment, because of race, color, creed, national origin handicap or sex. c. The contractor further agrees to take affirmative action to achieve reasonable representation of minority groups and women on its work force. Such affirmative action shall include, but not be limited to the following: employment, promotion, demotion or transfer, recruiting, advertising layoff or termination, rates of pay or other forms of compensation and selection for training or education including apprenticeship. TAXES AND OTHER EXACTIONS: VENDOR agrees to assume exclusive liability under all laws that impose taxes or other exactions on the manufacture or sale of the items to be furnished hereunder, or any component part thereof, or on any process or labor involved therein, or on any services to be rendered by VENDOR, and to pay any and all such taxes except those ORDA specifically agrees or is by law required to pay. Any taxes to be paid by owner shall be separately stated on the invoice. Prices shall not include any taxes for which VENDOR can obtain, or ORDA can furnish exemptions. REMEDIES: The remedies reserved to ORDA herein, except where expressly stated to be exclusive, shall be cumulative and in addition to any other or further remedies provided by law. No waiver of any breach of these provisions shall be deemed to constitute a waiver of any other breach. 5

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

Purchase Order Terms and Conditions

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

More information

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

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS TABLE OF CONTENTS 1. Executory Clause 3 2. Non-Assignment Clause 3 3. Comptroller s Approval 3 4. Workers Compensation Benefits 3 5. Non-Discrimination

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

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

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

PLEASANTVILLE HOUSING AUTHORITY

PLEASANTVILLE HOUSING AUTHORITY PLEASANTVILLE HOUSING AUTHORITY REQUEST FOR PROPOSALS/QUOTES - PROFESSIONAL SERVICES FEE ACCOUNTANT SUBMISSION DATE: Insert Date PUBLIC NOTICE FOR REQUEST FOR PROPOSALS/QOUTE - PROFESSIONAL SERVICE CONTRACT

More information

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES INTRODUCTION A. Overview The Sullivan County Land Bank Corporation ( SCLBC ) is issuing this Request for Qualifications ("RFQ") to obtain Accounting

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

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

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS September, 2004 TABLE OF CONTENTS 1. Executory Clause 2. Non-Assignment Clause 3. Comptroller s Approval 4. Workers Compensation Benefits 5. Non-Discrimination

More information

ATTACHMENT I - TELEDYNE BROWN

ATTACHMENT I - TELEDYNE BROWN Sheet 1 of 5 ATTACHMENT I - TELEDYNE BROWN ENGINEERING, INC. TERMS AND CONDITIONS - COMMERCIAL PROCUREMENTS FEBRUARY 2011 GENERAL Acknowledgment, shipment, or performance of any part of this purchase order

More information

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

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

More information

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL Date Issued: November 14, 2016 Return Date & Time: Return To: December 6, 2016, 11:00 AM Keith Kazmark, RMC/CMC/MMC

More information

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

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

More information

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

FIXTURING/INSTALLATION AGREEMENT

FIXTURING/INSTALLATION AGREEMENT Dept Index Contract No. Requisition No. FIXTURING/INSTALLATION AGREEMENT This FIXTURING/INSTALLATION AGREEMENT by and between THE UNIVERSITY OF NORTH FLORIDA BOARD OF TRUSTEES, a public body corporate

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

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

NEBBIOLO STANDARD TERMS & CONDITIONS OF SALE

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

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et seq. PROPOSALS MUST BE SUBMITTED BY 11:00

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

Professional and Technical Services Contract State of Minnesota

Professional and Technical Services Contract State of Minnesota Professional and Technical Services Contract State of Minnesota SWIFT Contract No.: Attachment IV Note: If you take exception to any of the terms, conditions or language in the contract, you must indicate

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

REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT

REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT BOROUGH of PINE HILL SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS December 5, 2017 10:00 A.M. ADDRESS ALL PROPOSALS TO: BUSINESS ADMINISTRATOR

More information

SOMERSET COUNTY INSURANCE COMMISSION

SOMERSET COUNTY INSURANCE COMMISSION SOMERSET COUNTY INSURANCE COMMISSION REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES The Somerset County Insurance Commission ( Commission ) is soliciting proposals through a fair and open process in accordance

More information

STATEMENT OF BIDDER'S QUALIFICATIONS

STATEMENT OF BIDDER'S QUALIFICATIONS STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate

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

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

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

PURCHASE ORDER TERMS AND CONDITIONS

PURCHASE ORDER TERMS AND CONDITIONS PURCHASE ORDER TERMS AND CONDITIONS 1. Entire Agreement: (a) This Purchase Order including any addenda, sets forth the entire agreement relating to the purchased products or services and merges all prior

More information

TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS

TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS JANUARY 23, 2019 11:00 A.M. ADDRESS ALL PROPOSALS TO: TOWNSHIP ADMINISTRATOR

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

REQUEST FOR PROPOSALS FOR SERVICES OF FUND ATTORNEY /REGULATORY COMPLIANCE & LEGISLATIVE SERVICES

REQUEST FOR PROPOSALS FOR SERVICES OF FUND ATTORNEY /REGULATORY COMPLIANCE & LEGISLATIVE SERVICES REQUEST FOR PROPOSALS FOR SERVICES OF FUND ATTORNEY /REGULATORY COMPLIANCE & LEGISLATIVE SERVICES Issued by the The Somerset County Joint Insurance Fund Date Issued: November 30, 2018 Responses Due by

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

City of Albany, New York

City of Albany, New York City of Albany, New York REQUEST FOR PROPOSALS FOR THE PROVISION OF BOND COUNSEL SERVICES Proposal Number 2012-03 March 19, 2012 SECTION 1: PURPOSE 1.1 The City of Albany hereby requests proposals from

More information

TJC Purchase Order Terms and Conditions

TJC Purchase Order Terms and Conditions TJC Purchase Order Terms and Conditions 1. DELIVERY; SUBSTITUTIONS; INVOICES: Goods shall be delivered and services performed during normal business hours. Goods shall be delivered to the College s address

More information

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019 Bidders Name: Address: City and State: Phone: Fax: E-Mail: TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ 08085 SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR

More information

TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY

TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY SEEKS PROPOSALS FOR FINANCIAL ADVISORY CONSULTANT SERVICES FOR THE PERIOD JANUARY 1, 2018 TO DECEMBER 31, 2018 Introduction Pursuant to the Fair

More information

TAX APPEAL COUNSEL 2019 RFQ # MC-RFQ

TAX APPEAL COUNSEL 2019 RFQ # MC-RFQ REQUEST FOR QUALIFICATIONS TOWNSHIP OF FRANKLIN, SOMERSET COUNTY FOR THE PROVISION OF LEGAL SERVICES TAX APPEAL COUNSEL 2019 RFQ # MC-RFQ-0010-19 ISSUE DATE: November 9, 2018 DUE DATE: December 7, 2018

More information

APPENDIX A STANDARD CLAUSES FOR SCHUYLER COUNTY CONTRACTS PLEASE RETAIN THIS DOCUMENT FOR FUTURE REFERENCE.

APPENDIX A STANDARD CLAUSES FOR SCHUYLER COUNTY CONTRACTS PLEASE RETAIN THIS DOCUMENT FOR FUTURE REFERENCE. PLEASE RETAIN THIS DOCUMENT FOR FUTURE REFERENCE. TABLE OF CONTENTS Section. Page. 1. Relationship of parties. 2 2. Executory clause 2 3. Extensions, renewals, modifications. 2 4. Non-assignment clause.

More information

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional real estate appraisal

More information

REQUEST FOR SEALED PROPOSALS

REQUEST FOR SEALED PROPOSALS REQUEST FOR SEALED PROPOSALS FOR PROFESSIONAL SERVICES UNDER A FAIR AND OPEN PROCESS CITY REDEVELOPMENT ATTORNEY 2015 CITY OF WOODBURY 33 DELAWARE STREET WOODBURY GLOUCESTER COUNTY NEW JERSEY, 08096 Proposal

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

KELTY TAPPY DESIGN, INC.

KELTY TAPPY DESIGN, INC. KELTY TAPPY DESIGN, INC. ARCHITECTURE PLANNING URBAN DESIGN FURNITURE BID DOCUMENTS LAGRANGE COUNTY PUBLIC LIBRARY Introduction Thank you for your interest in providing furniture-related items for the

More information

DANTE HALL SERVICE AGREEMENT CONTRACT NO.

DANTE HALL SERVICE AGREEMENT CONTRACT NO. DANTE HALL SERVICE AGREEMENT CONTRACT NO. THIS AGREEMENT dated 20 between STOCKTON UNIVERSITY (the "UNIVERSITY") as assignee and sub lessor of Stockton Affiliated Services, Inc., a New Jersey non-profit

More information

STANDARD CLAUSES FOR NYS CONTRACTS

STANDARD CLAUSES FOR NYS CONTRACTS STANDARD CLAUSES FOR NYS CONTRACTS The parties to the attached contract, license, lease, amendment or other agreement of any kind (hereinafter, "the contract" or "this contract") agree to be bound by the

More information

TOWNSHIP OF HAZLET REQUEST FOR QUALIFICATIONS FOR HEALTH INSURANCE CONSULTANT TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY

TOWNSHIP OF HAZLET REQUEST FOR QUALIFICATIONS FOR HEALTH INSURANCE CONSULTANT TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY TOWNSHIP OF HAZLET REQUEST FOR QUALIFICATIONS FOR HEALTH INSURANCE CONSULTANT TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY Contract Term 3 Year July 1, 2014 through June 30, 2017 SUBMISSION

More information

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF PROFESSIONAL INSURANCE CONSULTING AND BROKERAGE SERVICES/BROKER OF RECORD. ISSUE DATE: May 31, 2018

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF PROFESSIONAL INSURANCE CONSULTING AND BROKERAGE SERVICES/BROKER OF RECORD. ISSUE DATE: May 31, 2018 NOTE: The Board of Education of the Special Services School District in the County of Bergen will consider proposals only from firms or organizations that have demonstrated the capability and willingness

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS CITY OF SYRACUSE REQUEST FOR QUALIFICATIONS SERVICES FOR REDUCING BLIGHTING INFLUENCES OF RESIDENTIAL STRUCTURES FUNDED BY THE CITY OF SYRACUSE DEPARTMENT OF NEIGHBORHOOD & BUSINESS DEVELOPMENT DIVISION

More information

W I T N E S S E T H:

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

More information

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE FACILITIES PROFESSIONAL OR TECHNICAL CONSULTANT MASTER CONTRACT FOR ARCHITECTURAL, OWNER REPRESENTATIVE, REAL ESTATE, AND OTHER

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

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

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

Request for Proposal Airwatch Mobile Device Management

Request for Proposal Airwatch Mobile Device Management January 17, 2013 Request for Proposal 13026 Airwatch Mobile Device Management Tulsa Public Schools is inviting proposals to provide a mobile device management solution for the District in accordance with

More information

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional firms licensed in

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

BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES

BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES Date Issued: November 13, 2017 Return Date & Time: Return To: December 14, 2017 no later than 11am Debra Sopronyi, Borough

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

VENDOR PROGRAM. Vendors must complete the Vendor Screening and Disclosure Form as follows: *must be completed prior to any signed purchase order

VENDOR PROGRAM. Vendors must complete the Vendor Screening and Disclosure Form as follows: *must be completed prior to any signed purchase order VENDOR PROGRAM 1. PURPOSE The purpose of this policy is to outline the standards that the Hospital utilizes in evaluating which vendors to contract with, the standards for contracting, and the code of

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

PURCHASE ORDER TERMS & CONDITIONS. Order Acceptance

PURCHASE ORDER TERMS & CONDITIONS. Order Acceptance PURCHASE ORDER TERMS & CONDITIONS Order Acceptance A. This Purchase order is limited to the terms and conditions contained on the face herein. Any additional or different terms proposed by Seller in any

More information

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois REFURBISHED LAPTOP COMPUTER UNITS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School District No. 4, Champaign

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

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

CONTRACT TERMS AND CONDITIONS: PURCHASE OF MATERIALS (NOT TO EXCEED $300,000 VALUE)

CONTRACT TERMS AND CONDITIONS: PURCHASE OF MATERIALS (NOT TO EXCEED $300,000 VALUE) CONTRACT TERMS AND CONDITIONS: PURCHASE OF MATERIALS (NOT TO EXCEED $300,000 VALUE) 1. DELIVERABLES Contractor agrees to provide the goods, equipment, or items ( Materials ) detailed in the work scope

More information

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional engineering firms

More information

TOWNSHIP OF PEQUANNOCK. REQUEST FOR PROPOSALS for PROFESSIONAL SERVICES 2018 FEMA FMA HOME ELEVATION GRANT APPLICATION

TOWNSHIP OF PEQUANNOCK. REQUEST FOR PROPOSALS for PROFESSIONAL SERVICES 2018 FEMA FMA HOME ELEVATION GRANT APPLICATION TOWNSHIP OF PEQUANNOCK REQUEST FOR PROPOSALS for PROFESSIONAL SERVICES 2018 FEMA FMA HOME ELEVATION GRANT APPLICATION The Township of Pequannock, a municipal corporation in the County of Morris and the

More information

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm NOTE: OUR ADDRESS HAS CHANGED TO 69 STATE STREET, 8 th Fl., ALBANY, NY 12207

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL SKOKIE-MORTON GROVE SCHOOL DISTRICT 69 REQUEST FOR PROPOSAL Skokie-Morton Grove District 69 will accept sealed proposals for: Audit Services Submit your proposals to the attention of: Mr. Justin Attaway,

More information

INFORMATION FOR BID. Tee Shirts (School Nutrition)

INFORMATION FOR BID. Tee Shirts (School Nutrition) BIBB COUNTY SCHOOL DISTRICT Procurement Services 4580 CAVALIER DRIVE Macon Georgia 31211 INFORMATION FOR BID For Tee Shirts (School Nutrition) April 14, 2016 IFB Number: 16-34 Due Date: 04/20/2016 Time

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

Cboe Global Markets Subscriber Agreement

Cboe Global Markets Subscriber Agreement Cboe Global Markets Subscriber Agreement Vendor may not modify or waive any term of this Agreement. Any attempt to modify this Agreement, except by Cboe Data Services, LLC ( CDS ) or its affiliates, is

More information

PROPOSAL LIQUID CALCIUM CHLORIDE

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

More information

Independent Contractor Agreement Form

Independent Contractor Agreement Form Independent Contractor Agreement Form AGREEMENT is made this on (date), by and between Central Piedmont Community College/CPCC (Herein after referred to as CPCC) and (Herein after referred to as Contractor

More information

Erie County Water Authority

Erie County Water Authority Erie County Water Authority 3030 Union Road Cheektowaga, New York 14227-1097 716-684-1510 FAX 716-684-3937 INVITATION TO BID Bids, as stated below, will be received and publicly opened by the Secretary

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

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT This MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT

More information

NUTANIX 1450 SERVER AND SUPPORT

NUTANIX 1450 SERVER AND SUPPORT INVITATION FOR BIDS (IFB) 5-3147 NUTANIX 1450 SERVER AND SUPPORT ORANGE COUNTY TRANSPORTATION AUTHORITY 550 South Main Street P.O. Box 14184 Orange, CA 92863-1584 (714) 560-6282 Key IFB Dates Issue Date:

More information

Request for Quotation Q. SVC Cardio and Strength Equipment

Request for Quotation Q. SVC Cardio and Strength Equipment Request for Quotation 741-16Q SVC Cardio and Strength Equipment Due: 01/05/16 2:00 p.m. Mountain Time Buyer: Colorado Mountain College Purchasing Department 802 Grand Avenue Glenwood Springs, CO 81601

More information

HABCO TOOL & DEVELOPMENT COMPANY, INC. PURCHASE ORDER TERMS AND CONDITIONS

HABCO TOOL & DEVELOPMENT COMPANY, INC. PURCHASE ORDER TERMS AND CONDITIONS This Order (as defined herein) is expressly limited to and made conditional upon the terms and conditions contained herein, and any of the Seller's terms in addition to or different from those contained

More information

Request for Quotation

Request for Quotation University of South Carolina Purchasing Department 1600 Hampton Street, 6th floor Columbia, SC 29208 Telephone: (803) 777-4115 Request for Quotation Page One THIS IS NOT AN ORDER Quotation must be received

More information

TOWN OF OYSTER BAY DEPARTMENT OF GENERAL SERVICES NASSAU COUNTY, NEW YORK REQUEST FOR PROPOSAL (RFP) FOR

TOWN OF OYSTER BAY DEPARTMENT OF GENERAL SERVICES NASSAU COUNTY, NEW YORK REQUEST FOR PROPOSAL (RFP) FOR TOWN OF OYSTER BAY DEPARTMENT OF GENERAL SERVICES NASSAU COUNTY, NEW YORK REQUEST FOR PROPOSAL (RFP) FOR ONLINE AUCTION SERVICES FOR SURPLUS TOWN PROPERTY SOLICITATION NO. 001-2019 _ ISSUANCE DATE: JANUARY

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

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR BID

More information

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.

More information

JOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS

JOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS JOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FOR FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS QUOTE OPENING DATE: FEBRUARY 1, 2017 11:00 A.M. FAIR AND OPEN PROCESS IN ACCORDANCE WITH

More information

Albany Parking Authority 25 Orange Street Albany, NY

Albany Parking Authority 25 Orange Street Albany, NY Albany Parking Authority 25 Orange Street Albany, NY 12207-2224 REQUEST FOR PROPOSALS RFP-2019-01 Investment Services March 15, 2019 BID DUE DATE: April 3, 2019 This RFP has been developed specifically

More information

CONTRACT FOR SERVICES RECITALS

CONTRACT FOR SERVICES RECITALS CONTRACT FOR SERVICES THIS AGREEMENT is entered into between the (hereinafter Authority ) and [INSERT NAME] (hereinafter Contractor ) and sets forth the terms of this Agreement. Authority and Contractor

More information

ACA UNIFORM TERMS AND CONDITIONS

ACA UNIFORM TERMS AND CONDITIONS ACA UNIFORM TERMS AND CONDITIONS 1. Definition of Terms As used in this Solicitation and any resulting Contract, the terms listed below are defined as follows: 1.1. ACA means the Arizona Commerce Authority.

More information

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS I. DEFINITIONS A. Agreement means the agreement between City and Contractor to

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,

More information

NORDSON MEDICAL Standard Terms and Conditions of Purchase Revised March 11, 2015

NORDSON MEDICAL Standard Terms and Conditions of Purchase Revised March 11, 2015 NORDSON MEDICAL Standard Terms and Conditions of Purchase Revised March 11, 2015 1. ORDER APPLICABILITY AND ACCEPTANCE. (A) This purchase order is an offer by Micromedics (dba Nordson MEDICAL ) for the

More information

GUTTENBERG HOUSING AUTHORITY

GUTTENBERG HOUSING AUTHORITY GUTTENBERG HOUSING AUTHORITY REQUEST FOR PROPOSALS FOR FEE ACCOUNTING SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et. seq. PROPOSALS MUST BE SUBMITTED BY Wednesday March

More information

a. Article(s) Goods and/or services described on the face of the Purchase Order

a. Article(s) Goods and/or services described on the face of the Purchase Order TERMS AND CONDITIONS LIBERTY MUTUAL STANDARD TERMS AND CONDITIONS V. 5.0 1. DEFINITIONS a. Article(s) Goods and/or services described on the face of the Purchase Order b. Customer Liberty Mutual Insurance

More information

TOWNSHIP OF BLOOMFIELD STANDARDIZED SUBMISSION REQUIREMENTS FOR PROFESSIONAL SERVICES INFORMATION FOR PROFESSIONAL SERVICES ENTITIES

TOWNSHIP OF BLOOMFIELD STANDARDIZED SUBMISSION REQUIREMENTS FOR PROFESSIONAL SERVICES INFORMATION FOR PROFESSIONAL SERVICES ENTITIES TOWNSHIP OF BLOOMFIELD STANDARDIZED SUBMISSION REQUIREMENTS FOR PROFESSIONAL SERVICES INFORMATION FOR PROFESSIONAL SERVICES ENTITIES Section 1. RECEIPT AND OPENING OF SUBMISSIONS A. OWNER AND PROJECT The

More information

ALL BIDS MUST BE EXTENDED AND TOTALED. (SEE ATTACHED FOR CONDITIONS AND INSTRUCTIONS)

ALL BIDS MUST BE EXTENDED AND TOTALED. (SEE ATTACHED FOR CONDITIONS AND INSTRUCTIONS) BID FORM MISSOURI DEPARTMENT OF TRANSPORTATION 3602 North Belt Highway St. Joseph, Missouri 64506-1399 REQUEST NO. DATE 06/25/14 PAGE NO. NW-15-002 1 NO. OF PAGES SEALED BIDS, SUBJECT TO THE ATTACHED CONDITIONS

More information