CITY OF BOISE FIRE DEPARTMENT FORMAL BID FB NEW/UNUSED FIRE HOSE. Addenda

Size: px
Start display at page:

Download "CITY OF BOISE FIRE DEPARTMENT FORMAL BID FB NEW/UNUSED FIRE HOSE. Addenda"

Transcription

1 CITY OF BOISE FIRE DEPARTMENT FORMAL BID FB 5-0 Addenda Rev 0.3

2 TABLE OF CONTENTS Item Page Invitation 3 Bid Proposal Instructions 4 General Conditions 5 Equal or Equivalent Information 9 Equal or Equivalent Request Form 0 Bid Proposal Signature Page Bid Proposal 2 Fee Schedule 26 References 28 SAMPLE Contract 30

3 Invitation January 6, 205 Bids/Proposals will be prepared per the specifications detailed within the Request for Bid/Proposal document. Bid/proposal packets are available at no charge with registration through DemandStar (link provided at or a CD copy can be picked up at the Purchasing Office of the City of Boise, 50 North Capitol Blvd., Boise, Idaho. The scope of the item being sought to purchase is: New/Unused fire hose for replacement and training purposes. Bid will be for approximate quantities. Number of items actually ordered will vary depending on cost and the needs of the Boise Fire Department. Please bid each hose size as if we intend to only order one piece of that size. If there is a discount on any hose size based on a certain order quantity, include that discount information with the bid. The total bid will not exceed $7,08. The City of Boise reserves the right to reject any and all proposals, to waive any irregularities in the proposals received and to accept the proposal(s) that are in the best interest of the City. Boise City is an Equal Opportunity Employer. The City of Boise is exempt from Federal and State taxes and will execute the required exemption certificates. Important Dates: Equal or Equivalent Requests Due Questions & Clarification Due Bids/Proposals Due January 2, 205 at noon Local Time January 2, 205 at noon Local Time January 28, 205 at :00 am Local Time Bids/Proposals will be received at the Department of Finance and Administration, Purchasing Office located at 50 N. Capitol Blvd., Boise, Idaho, The City appreciates your interest in meeting the needs of the citizens of Boise. CITY OF BOISE, IDAHO

4 BID/PROPOSAL INSTRUCTIONS AND INFORMATION The submission package or envelope MUST BE SEALED and PLAINLY MARKED with the following: () Addressed to Boise City Purchasing Office 50 N. Capitol Blvd. Boise, ID 83702, (2) the Bid/Proposal number, (3) the Bid/Proposal New/Unused Fire Hose (item or r service being sought), and (4) the opening date and time. The submitting Vendor s return address MUST appear on the envelope or package. Do not respond to more than one Bid/Proposal in the same envelope. A submission made using "Express/Overnight" services must be shipped in a separate sealed inner envelope/package identified as stated above. No responsibility will attach to the City, or to any official or employee thereof, for the pre-opening of, post-opening of, or the failure to open a submission not properly addressed and identified. DO NOT FAX YOUR BID/PROPOSAL. Bids/Proposals must be submitted in writing. No oral, telephone, facsimile, telegraphic, or late submissions will be considered. It is the submitting Vendor s responsibility to timely submit their Bid/Proposal in a properly marked envelope, prior to the scheduled due date/time, for receipt in sufficient time to allow the submission to be time and date stamped. To be considered, all submissions must be received at the City Purchasing Office prior to the bid/proposal due date/time. The envelope in which the Bid/Proposal is to be received is to be sealed and marked: FB 5-0, New/Unused Fire Hose, and include the submitting company s name on the envelope. Submit Bids/Proposals to the Boise City Purchasing Office, 50 North Capitol Blvd., Boise, Idaho The Owner is the City of Boise. ALL BIDS/PROPOSALS MUST BE SIGNED. If a "Bid Schedule" is present, the Schedule should be completely filled in by the Bidder and included in their Bid/Proposal. Where Bid/Proposal formats are requested, Bidder is to comply with all specifications. Additional sheets may be included if more room is needed for technical information, answers, and explanations.

5 .0 GENERAL CONDITIONS These General Conditions are presented for clarification of the Terms and Conditions included with the Contract Agreement and are not intended to replace or take precedence over those Terms and Conditions. The scope of the item being sought to purchase is: New/Unused Fire hose in varying lengths and material. Intent of Bid/Proposal It is the intent of this Request for Bids/Proposals to define requirements in sufficient detail to secure comparable Bids/Proposals. Bids/Proposals shall be in accordance with Bid/Proposal document requirements. Bids/Proposals not conforming to the requested format or not in compliance with the specifications will be considered non-responsive..2 Bid/Proposal Costs The Bidder will be responsible for all costs (including site visits where needed) incurred in preparing or responding to this bid/proposal. All materials and documents submitted in response to this bid/proposal become the property of the City and will not be returned..3 Reserved Rights The City of Boise reserves the right to accept or reject Bids/Proposals..4 Public Records The Idaho Public Records Law, Idaho Code Sections through 9-348, allows the open inspection and copying of public records. Public records include any writing containing information relating to the conduct or administration of the public's business prepared, owned, used, or retained by a State or local agency regardless of the physical form or character. All, or most, of the information contained in your Bid or Proposal will be a public record subject to disclosure under the Public Records Law and will be available for inspection and copying by any person. The Public Records Law contains certain exemptions. One exemption potentially applicable to part of your response may be for trade secrets. Trade secrets include a formula, pattern, compilation, program, computer program, device, method, technique or process that derives economic value, actual or potential, from not being generally known to, and not being readily ascertainable by proper means by other persons and is subject to the efforts that are reasonable under the circumstances to maintain its secrecy. If you consider any element of your Bid or Proposal to be a trade secret, or otherwise protected from disclosure, you must: a. Indicate by marking each page of the pertinent document confidential; and, b. Include the specific basis for your position that it be treated as exempt from disclosure. Prices quoted in your Bid or Proposal are not a trade secret. The following is not acceptable or in accordance with the Public Records Law and will not be honored: a. Marking your entire Bid or Proposal as exempt; or, b. Placing a statement or legend on one () page stating that all or substantially all of the response is exempt.

6 The City, to the extent allowed by law and in accordance with these Instructions, will honor a designation of nondisclosure. If you claim material to be exempt from disclosure under the Idaho Public Records Law, the Bidder/Proposer will expressly agree to defend, indemnify and hold harmless the City from any claim or suit arising from the City s refusal to disclose any such material. Any questions regarding the applicability of the Public Records Law should be addressed to your own legal counsel Prior to submission..5 Taxes The City of Boise is exempt from Federal and State taxes and will execute the required exemption certificates for items purchased and used by the City. Items purchased by the City and used by a contractor are subject to Use Tax. All other taxes are the responsibility of the Contractor and are to be included in the Contractor s Bid/Proposal pricing..6 Request for Clarification, Protest of Bid/Proposal Requirements, Standards, Specifications, or Process Any Bidder who wishes to request clarifications, or protest the requirements, standards, specifications or processes outlined in this Request for Bid/Proposal may submit a written notification to the Purchasing Office to be received no later than: Item Equal or Equivalent, Questions and Clarifications Bid/Proposal Specification Protest request: Due Equal or Equivalent January 2, 205 at Noon local Time Must be submitted no later than three (3) working days prior to bid/proposal opening date, noon local time The notification will state the exact nature of the clarification or protest and describe the location of the protested portion or clause in the Bid/Proposal document and explain why the provision should be struck, added, or altered, and contain suggested corrections. The Purchasing Office may deny the protest, modify the Bid/Proposal, and/or reject all or part of the protest. Changes to these specifications will be made by written addendum. Verbal responses will not be binding on the City or the Bidder. Written requests are to be directed to: Missy Morrison City of Boise Purchasing 50 N. Capitol Blvd Boise ID Fax: MMorrison@cityofboise.org.7 Addenda If this Bid/Proposal is modified by the Purchasing Office, the modifications will be sent to each plan-holder in writing through DemandStar, by either fax or . Verbal modifications are not binding on the City or the Bidder. No oral changes will be considered or acknowledged. Bidders

7 are requested to acknowledge each addendum received in their Bid/Proposal Response..8 Modification and Withdrawal of Bid/Proposal A Bid/Proposal may be modified or withdrawn by the Bidder prior to the set date and time for the opening of Bids/Proposals. Bids/Proposals may not be modified or withdrawn after the Bid/Proposal opening..9 Bid/Proposal and Price Guarantee It is desired that the submitted Bid remain in effect for a minimum of 90 days, along with all Bid pricing. If this is not accepted, Bidder is to so indicate..0 Disadvantaged Business Enterprises (D.B.E.) D.B.E. firms and business enterprises are encouraged to submit a Bid/Proposal. Women owned and minority owned firms are encouraged to submit a Bid/Proposal. The City actively encourages any Bids/Proposals by D.B.E. firms for goods and services for the City.. Evaluation of Bidder Award will be whichever is determined to be in the best interest of the City. The award may be on the lowest cost to the City..2 Award Criteria Criteria will include pricing for options that best suit the needs of Boise and compliance with the specifications..3 Lowest Responsive Bidder All contracts or award of Bids/Proposals shall be awarded to the lowest responsible and responsive bidder, with all costs to the City considered, provided that the City Council may award contracts to the bidder or offeror it determines appropriate, including local preference..4 Idaho s Reciprocal Preference Law Reciprocal preference applies to any purchase of materials, supplies, services or equipment that is competitively bid/proposal, regardless of the dollar amount, is subject to Idaho s Reciprocal Preference Law, Idaho Code Reciprocal Preference Information: Significant Local Economic Presence To qualify as a bidder with a significant local economic presence, a firm must maintain in the Metropolitan Impact Area a fully staffed office, or fully staffed sales offices, or fully staffed sales outlets, or manufacturing facilities, or warehouses, and, if required, be registered with the Secretary of State of Idaho to do business in Idaho at the time of the bid/proposal opening. Metropolitan Impact Area: Includes and is limited to the counties of Ada, Boise, Canyon, Elmore, Gem and Payette in the state of Idaho..6 Protest of Contractor Selection or Contract Award Any actual Bidder who is aggrieved in connection with the selection of a Contractor or award of the contract or Bid/Proposal may submit a protest to the Purchasing Agent. The protest will be submitted in writing within seven (7) calendar days after such aggrieved person knows or should have known the facts which give rise to the protest. The protest must set forth in specific terms the alleged reason the Contractor selection or contract award is erroneous. Any protest addressed

8 to the Mayor or City Council will be referred to the City Purchasing Agent. Written protests are to be directed to: Colin Millar 50 N. Capitol Blvd, Boise, ID Fax Payments and Billings The Awarded Bidder will submit all invoices to: City of Boise Fire Department 333 N. Mark Stall Place Boise, ID Attn: Kim Brown Payments are processed weekly. The awarded Bidder can expect issue and mail of payment within 45 days after receipt of invoice..8 Stop Work Order Any Stop Work Order given to Awarded Bidder will cause all physical work to stop and a complete cessation of all expenditures, ordering of materials, etc., on the part of the Awarded Bidder and/or his assigns..9 Delivery of Equipment: All bid proposals MUST include delivery charge to: Boise Fire Department 79 W. Shoreline Drive Boise, Idaho The City of Boise reserves the right to reject any and all Bids/Proposals, to waive any irregularities in the Bids/Proposals received, to award on an "each item" basis (however, the Bidder may indicate "all or none"), and to accept the Bid/Proposal deemed most advantageous to the interest of the citizens of Boise.

9 EQUAL OR EQUIVALENT REQUESTS These specifications are given as guidelines. Vendors are encouraged to propose equals or equivalents that meet or exceed the quality, performance and use of the brand, model or specification in this Bid. It is not the intention of the specifications to restrict the competitive bid process, nor to direct the Bidder to a specific make, model, or brand, unless there is a specific requirement by the City, in which case, that will be so stated within this Bid. The City of Boise reserves the right to contact the Bidder for a clarification of any deviation from the specifications. Failure to submit an Equal or Equivalent Request Form for an apparent deviation from a specification may lead to the rejection of the entire bid by the City. The burden of proof is on the requestor; make sure that you supply complete information for the City to evaluate your request. The determination of what is an acceptable equal or equivalent rests entirely with Boise City. Please include marketing brochures of the proposed equals or equivalents. Equal or equivalent requests may be received prior to the bid opening: It is highly recommended that the Bidder submit the Equal or Equivalent Request Form prior to the time and date set for the bid opening. Forms submitted prior to the bid opening must be received in the Purchasing office no later than noon local time on /2/5. The City will review the request and respond to the Bidder prior to bid opening regarding its acceptance or rejection of the equal or equivalent request. Equal or equivalent requests received with the bid or proposal: The City will review the equal or equivalent request of the apparent low Bidder and respond to the Bidder regarding its acceptance or rejection of the request. If the equal or equivalent request is included with the bid, the Bidder assumes the risk of the request being unacceptable to the City, at which point the bid will be rejected and deemed nonresponsive. Equal or equivalent request forms will not be accepted after the time and date set forth for the opening of this bid. Please include marketing materials.

10 EQUAL OR EQUIVALENT REQUEST FORM TO: Boise City, Purchasing, 50 N Capitol Boulevard, Boise, ID PROJECT: FB 5-0 New/Unused Fire Hose. We hereby submit for your consideration the following product instead of the specified item for the above project: Specification# Proposed Equal or Equivalent Product Attach complete technical data, including laboratory tests (if applicable). Differences between Equal or Equivalent requested and specified item: What effect does Equal or Equivalent requested have on the use of the product? Bidder guarantees that proposed and specified items are (check one): Same Different (explain on attachment) The undersigned certifies that the quality, performance or use of the proposed Equal or Equivalent products meet or exceed the brand or model of the specified product. Company: Address (City, State, Zip) Phone: Submitted by: (Please Print) Signature: City of Boise to complete:. Accepted Not Accepted Accepted as noted Received too late By:

11 BID PROPOSAL SIGNATURE PAGE Name of Business Please print or type Address City, State, Zip Code Phone# Address Federal Tax ID# Signature Printed Name Title Date X Significant Local Economic Presence: Yes: No (Misstatement of local presence may result in disqualification of the bid/proposal by the City Council). Provide local address if different than mailing address. Bidder Acknowledges Receipt of the Following Addenda: Addenda # Addenda #4 Addenda #2 Addenda #5 Addenda #3 Addenda #6 The above signed proposes to provide services in accordance with the specifications for this project for the City of Boise, Idaho and to bind themselves, on the acceptance of this Bid/Proposal, to enter into and execute a contract, of which this Bid/Proposal, terms and conditions, and specifications will be part. The above signed acknowledges the rights reserved by the City to accept or reject any or all Bids/Proposals as may appear to be in the best interest of the City. Price Guarantee Number of days price will be guaranteed: (Request minimum of 90 days)

12 PROJECT DESCRIPTION AND INFORMATION RETURN WITH BID PROPOSAL PLEASE CONFIRM YOUR PRODUCT COMPLIES OR MARK AS EXCEPTION AND EXPLAIN THE EXCEPTION Specifications For 00% Synthetic Construction Nitrile Covered Fire Hose 5 Hose Construction 2 3 The hose reinforcement will consist of a 00% synthetic high tensile yarn circular plain woven to eliminate left hand twist. The lining and cover will consist of a synthetic nitrile rubber compound of identical material to prevent the possibility of delamination. Finished hose will combine, without the use of adhesives, the 00% synthetic circular plain woven reinforcement with the synthetic nitrile rubber compound using a simultaneous through the weave extrusion process resulting in a one piece construction. The rubber will be both chemically and mechanically bonded to the woven reinforcement. Glued hose not having chemical adhesion will not be acceptable. Lining and Cover Properties Ultimate tensile strength of lining and cover rubber compound will not be less than 750 psi. 2 Ultimate elongation will be 500% minimum. The tensile strength and ultimate elongation of the rubber lining after aging will not be less than 3 80% of the original tensile and elongation. Testing will be in accordance with ASTM D and ASTM D (200). 4 Permanent elongation of the liner will be less than 25%. Adhesion between reinforcement and either cover or liner will be such that the rate of separation 5 of ½" strip of the cover or liner from the reinforcement will no be greater than " per minute with a weight of 2 lbs. when using NFPA 96: Standard on Fire Hose (latest edition).

13 Abrasion Resistance 2 3 FB 5-0 Hose will withstand 8,000 cycles on the taber abrasion machine H22 wheels, 2,000 gm. load without any exposure of the synthetic reinforcement fibers. Hose will withstand 24,000 cycles on the taber abrasion machine H22 wheels, 2,000 gm. load without damage to the synthetic reinforcement fibers. Upon request, manufacturer will provide a representative sample of the above from a recognized independent testing laboratory. Cold Resistance All hose will meet the cold resistance requirements of NFPA 96: Standard on Fire Hose (latest edition). Ozone Resistance Hose will show no visible signs of cracking of the lining or cover when tested in accordance with ASTM D Chalking Hose furnished will not react adversely to environmental changes such as chalking when exposed to sunlight.

14 Chemical Resistance FB 5-0 Exposure to sea water and contamination by most chemical substances, hydrocarbons, oils, alkalis, acids, and greases must have no effect on the long or short term performance of the hose. Chemical Resistance Chart to be available on request. Heat Resistance When subjected to a static pressure of 00 psi, the hose will be capable of withstanding a surface temperature of 200 F for a minimum of 2 minutes without bursting. Heat resistance to be demonstrated upon request of the purchasing authority. Hydrostatic Pressure Test The hose will comply with the requirements of NFPA 96: Standard on Fire Hose (latest edition). Test will be done with Red Head brand locking Storz couplings. 5" Diameter 300 psi minimum acceptance 600 psi minimum burst pressure 300 psi minimum kink pressure 200 psi minimum annual test pressure

15 Reparability FB 5-0 Cover damage, punctures and other small holes must be able to be repaired with a vulcanizable patch technique inside and out and thereby be restored to full operational use. Coil Diameter 00' coupled coil diameter will not exceed coupled coil diameter will not exceed coupled coil diameter will not exceed 25. Hose Weight - Uncoupled Average weight of 00 section will not exceed 0 pounds. 2 Average weight of 50 section will not exceed 60 pounds. 3 Average weight of 25 section will not exceed 30 pounds. Friction Loss The friction loss characteristics of the hose at 00 psi. residual pressure will conform to the figures detailed as follows: 5" Diameter per 00 of hose 2 psi at 500 GPM 5 psi at 750 GPM 8 psi at,000 GPM

16 8 psi at,500 GPM 32 psi at 2,000 GPM FB 5-0 Note: Since there are no official NFPA guidelines for minimum friction loss, the above numbers will be the minimum acceptable. Color 5 will be available in yellow. Hose exhibiting rust stains or color streaks will not be acceptable. Markings Each length of hose will be indelibly marked in letters and figures at least " high. Marking will be in accordance with NFPA 96: Standard on Fire Hose (latest edition). The word "SUPPLY" is to be stamped on each length. Couplings Couplings to be STORZ quick connection with streamlined field reparable bindings. The bindings will be provided with locks within the confines of the couplings to ensure against unintentional disconnection. The locks will be designed to automatically lock when connecting two non-threaded connections. The locks will not be capable of being locked in the open position. The locks will be capable of being unlocked by a firefighter wearing gloves meeting the requirements of NFPA 963: Standard for Fire Hose Connections. Boise Fire will only accept Red Head brand Storz couplings properly installed on each length of hose by the hose manufacturer.

17 Warranty FB 5-0 The manufacturer warrants the hose to be free from defects in materials and workmanship for a minimum period of two years. This warranty will provide for the repair or replacement of hose and couplings proven to have failed due to faulty material or workmanship. Costs to return defective merchandise will be paid for by the vendor. Markings Each length of hose will be indelibly marked in letters and figures at least " high. Marking will be in accordance with NFPA 96: Standard on Fire Hose (latest edition). Specifications For Lightweight, Double Jacketed Fire Hose 2½ and 3 General Hose shall be a 00% polyester double jacketed hose, with EPDM rubber lining. Scope Hose manufactured to this specification shall be of superior quality and workmanship. The hose shall withstand the rough usage of front line firefighting. Hose specified, shall meet NFPA 96 standards. For North American customers, due to lack of verification of adherence to NFPA 96 2 standards, import hose shall not be accepted. 3 Hose furnished under these specifications will have a potential service life and warranty of 0 years, barring mistreatment that would render it unfit for service. Upon delivery the hose shall

18 be free from defects in workmanship and materials. Lining The rubber lining shall be a single-ply extruded tube of synthetic high tensile EPDM compounded to resist ozone. The finished form shall be free of pits or other imperfections and have a smooth finish. Polyurethane tubes, SBR and/or PVC tubes that sacrifice durability of the hose life for the sake of weight are not acceptable. 2 The tube thickness shall be a minimum of.020. The adhesion between the tube and jacket shall meet a minimum requirement of 2 pounds on a /2 strip when tested in accordance to UL-9 standards. Hydrostatic Test The minimum burst test pressure, when tested in accordance to NFPA 96, shall be 200 PSI. 2 Proof test pressure shall be 800 PSI. Service test pressures shall be 400 PSI. Jacket Construction Double jacket hose manufactured to this specification shall be tightly woven with filament polyester yarn in the filler, and ring spun polyester yarn in the warp of both the inside and outside jackets. Inside jackets manufactured from 00% filament polyester would not meet this minimum standard. 2 3 The hose shall be resistant to most chemicals and petrol products, and resist deterioration due to exposure to UV-rays and ozone. It shall not be affected by rot or mildew. Hose assemblies shall be available with the polyurethane based polymer impregnation for added abrasion resistance and ease in identification. Impregnated hose shall meet the requirements of MIL-H-24606B for abrasion resistance.

19 4 Fire hose manufactured to this specification shall meet and exceed all performance requirements of NFPA 96 and Underwriter s Laboratories standards. Abrasion Impregnation: Hose assemblies shall be available with the polyurethane based polymer impregnation for added abrasion resistance and ease in identification. Impregnated hose shall meet the requirements of MIL-H-24606B for abrasion resistance. Hose shall be available in the color Orange. Couplings Shall be coupled with 606-T6 extruded aluminum Redhead Brand threaded couplings. Both the 2 ½ and 3 hose shall have 2 ½ couplings. Color Item Specification Hose shall be available in the color Yellow or Orange.

20 Friction Loss FB 5-0 Coefficient of friction loss shall be 2 for 2 ½ hose and.8 for 3 hose with 2 ½ couplings. 2 2 ½ hose: 2.5 PSI per 00 at a flow of 250 GPM. 8 PSI per 00 at a flow of 300 GPM. 50 PSI per 00 at a flow of 500 GPM. 3 3 hose: Less than 8 PSI per 00 at a flow of 300 GPM Less than 20 PSI per 00 at a flow of 500 GPM Hose Weight The 2 ½ hose shall weight 25 LBS or less per 50 uncoupled section. 2 The 3 hose shall weight 33 or less lbs. per uncoupled 50 section. Warranty The manufacturer warrants the hose to be free from defects in materials and workmanship for a minimum period of ten years. This warranty will provide for the repair or replacement of hose and couplings proven to have failed due to faulty material or workmanship. Costs to return defective merchandise will be paid for by the vendor. Markings Each length of hose will be indelibly marked in letters and figures at least " high. Marking will be in accordance with NFPA 96: Standard on Fire Hose (latest edition).

21 Specifications for 00% Synthetic Construction Nitrile Covered Fire Hose, Hose Construction 2 3 The hose reinforcement will consist of 00% synthetic high tensile yarn circular plain woven so as to eliminate left hand twist. The lining and cover will consist of a synthetic nitrile rubber compound of identical material with special agents to prevent the possibility of delamination. Finished hose will combine, without the use of adhesives, the 00% synthetic circular plain woven reinforcement with the synthetic nitrile rubber compound using a simultaneous through the weave extrusion process resulting in a one piece construction. The rubber will be both chemically and mechanically bonded to the woven reinforcement. Glued hose not having chemical adhesion will not be acceptable. Lining and Cover Properties Tensile strength of the lining and cover compound will not be less than 750 psi. 2 The elongation will be a minimum of 500%. The tensile strength and ultimate elongation of the rubber lining after aging will not be less than 3 70% of the original tensile and elongation. Testing will be in accordance with ASTM D and ASTM D (200). 4 Permanent elongation of the liner will be less than 25%. Adhesion between reinforcement and either cover or liner will be such that the rate of separation 5 of ½" strip of the cover or liner from the reinforcement will no be greater than " per minute with a weight of 2 lbs. when using NFPA 96: Standard on Fire Hose (latest edition).

22 Cold Resistance FB 5-0 All hose will meet the cold resistance requirements of NFPA 96: Standard on Fire Hose (latest edition). Ozone Resistance Hose will show no visible signs of cracking of the lining or cover when tested in accordance with ASTM D Chalking Hose furnished will not react adversely to environmental changes such as chalking when exposed to sunlight. Chemical Resistance Exposure to sea water and contamination by most chemical substances, hydrocarbons, oils, alkalis, acids, and greases must have no effect on the long or short term performance of the hose. Chemical Resistance Chart to be available on request. Heat Resistance When subjected to a static pressure of 00 psi, the hose will be capable of withstanding a surface temperature of 200 F for a minimum of 2 minutes without bursting. Heat resistance to be

23 demonstrated upon request of the purchasing authority. Hydrostatic Pressure Test The hose will comply with the requirements of NFPA 96: Standard on Fire Hose (latest edition). Test will be done with Action brand or Red Head brand couplings. " Diameter 400 psi minimum acceptance 800 psi minimum burst pressure 350 psi minimum kink pressure 300 psi service test pressure Coil Diameter 00' coupled coil diameter will not exceed 9". Hose Weight Average weight of 00' section will not exceed 20 pounds.

24 Color FB 5-0 Will be available in yellow. Hose exhibiting rust stains or color streaks will not be acceptable. Markings Each length of hose will be indelibly marked in letters and figures at least " high. Marking will be in accordance with NFPA 96: Standard on Fire Hose (latest edition). Couplings The couplings supplied shall be lightweight alloy and comply with NFPA 963: Standard for Fire Hose Connections. Each length of hose must have installed one male and one female set of extruded aluminum couplings with American (National) Standard threads. Boise Fire will only accept Action brand or Red Head brand couplings to be properly installed on each length of hose by the hose manufacturer. Warranty The manufacturer warrants the hose to be free from defects in materials and workmanship for a minimum period of two years. This warranty will provide for the repair or replacement of hose and couplings proven to have failed due to faulty material or workmanship. Costs to return defective merchandise will be paid for by the vendor.

25 Warranty Supplier shall: Warranty product from date of shipment against material, design and workmanship defects Supply hose identification which is traceable to date of shipment (for warranty purposes) Pay round-trip shipping cost on all defective hose for the first two years after shipment date Boise Fire Department shall: Use hose for sole purpose which it has been sold Protect hose from undue exposure to heat, light, chemicals, moisture and abrasion while not in Service Testing The City of Boise Fire Department reserves the right to forward 3' samples cut from lengths of delivered hose to a nationally recognized laboratory for testing. The tests will cover the physical requirements of the linings as well as the jackets as outlined in these specifications. If the hose passes, the cost will be paid by the City of Boise Fire Department. If the hose fails, the cost will be paid by the supplier. Failure to comply with these specifications will be cause for all hose to be rejected. The City of Boise Fire Department also reserves the right to request one sample cut from each,000' of delivered hose. This sample will be minimum length necessary to conduct ozone resistance, accelerated aging, adhesion and linear tensile strength tests by the manufacturer. The results of these tests, along with the samples, are to be forwarded to the City of Boise Fire Department.

26 BID SCHEDULE Item Description Qty Unit $ Extended $ 2 x 50 Synthetic Construction Nitrile Covered Fire Hose 5 x 00 Synthetic Construction Nitrile Covered Fire Hose ½ x 50 Lightweight, Double Jacketed Fire Hose $ $ $ $ 240 $ $ 3 x 25 Lightweight, Double Jacketed Fire Hose 6 $ $ 3 x 50 Lightweight, Double Jacketed Fire Hose 6 $ $ 5 x 25 Synthetic Construction Nitrile Covered Fire Hose 6 $ $ 5 x 50 Synthetic Construction Nitrile Covered Fire Hose High Pressure 6 $ $ 5 x 00 Synthetic Construction Nitrile Covered Fire Hose 40 $ $ Quantities are estimates for evaluation purposes. The Boise Fire Department reserves the right to adjust quantities to best suite needs and budget. Extended cost shall include delivery charges.

27 DELIVERY INFORMATION List any risks associated with the on-time delivery of this project. Company History as it pertains to your ability to perform the specified project (attach additional information if necessary).

28 REFERENCES FB 5-0 Bidder must provide at least three (3) current professional references from different firms/organizations for which this type of product/service has been provided. References must be able to verify Service Provider s experience to comply with the requirements of this bid/proposal. Failure to provide references with similar scope/product, successfully delivered may be grounds for disqualification. Reference Organization Name Contact Name Contact Title/Role Contact Phone Number Reference 2 Organization Name Contact Name Contact Title/Role Contact Phone Number Reference 3 Organization Name Contact Name Contact Title/Role Contact Phone Number List any product(s) previously supplied to the City of Boise delivered within the past 3 years. Project Department Contact

29 PUBLIC AGENCY CLAUSE FB 5-0 Bid/Proposal prices will be made available to other "Public Agencies", including agencies of the State of Idaho, and as defined in Section of the Idaho Code, which reads: "Public Agency" means any city or political subdivision of this state including, but not limited to counties; school districts; highway districts; port authorities; instruments of counties; cities or any political subdivision created under the laws of the State of Idaho. It will be the responsibility of the "Public Agency" to independently contract with the vendor and/or comply with any other applicable provisions of Idaho Code governing public contracts. Typically, other municipalities buy from our agreement. Accept Public Agency Clause? Yes No

30 Project: New/Unused Fire Hose Vendor: Vendor s Name FB 5-0 GOODS/EQUIPMENT CONTRACT PURCHASING CONTRACT NUMBER FB 5-0 Owner: Fire Department, City of Boise, Ada County, Idaho, a municipal corporation THIS AGREEMENT, made this day of, 2, by and between the City of Boise, a municipal corporation organized under the laws of the State of Idaho, hereinafter referred to as "Owner", and Vendor, hereinafter referred to as Vendor, a corporation organized under the laws of the State of Idaho.. Statement of Work: The Vendor shall furnish labor, material and equipment for, and perform the work described herein for the consideration stipulated, and in compliance with State and City Codes. Contract documents consist of the following together with any amendments that may be agreed to in writing by both parties: Bid Proposal Contract Agreement Specifications Acknowledgements Automobile Insurance Workers Compensation Liability Insurance 2. Amount of Contract: In an amount Not to Exceed: $ 7, Guarantee: Vendor will guarantee their product will meet or exceed the minimum specifications set forth in their proposal. If the City finds that the product delivered does not conform to these specifications, the vendor will be required, at their expense, to make all corrections necessary to bring the unit into compliance. 4. Price Guarantee: The price in vendor proposal will remain in effect for the length of the contract. 5. Warranty: Vendor shall warranty all supplied products for full, new product replacement against defects in materials. Should the product be deemed defective by Owner, Vendor shall replace defective product at no cost or delay of time to Owner. 6. Indemnification and Insurance: Vendor shall indemnify and save and hold harmless Owner from and for any and all losses, claims, actions, judgments for damages, or injury to persons or property and losses and expenses caused or incurred by Vendor, its servants, agents employees, guests, and business invitees, and not caused by or arising out of the tortious conduct of Owner or its employees. In addition, Vendor shall maintain, and specifically agrees that it will maintain, throughout the term of this Agreement, liability insurance, in which the Owner shall be named an additional insured in the minimum amount as specified in the Idaho Tort Claims Act

31 set forth in Title 6, Chapter 9 of the Idaho Code. The limits of insurance shall not be deemed a limitation of the covenants to indemnify and save and hold harmless Owner; and if Owner becomes liable for an amount in excess of the insurance limits, herein provided, Vendor covenants and agrees to indemnify and save and hold harmless Owner from and for all such losses, claims, actions, or judgments for damages or liability to persons or property. Vendor shall provide Owner with a Certificate of Insurance, or other proof of insurance evidencing Vendor's compliance with the requirements of this paragraph and file such proof of insurance with the Owner. In the event the insurance minimums are changed, Vendor shall immediately submit proof of compliance with the changed limits. Vendor shall maintain automobile insurance with a limit of no less than $500,000 per occurrence for owned, non-owned and hired vehicles. If vendor has no owned motor vehicles, then hired and non-owned motor vehicle liability coverage with limits not less than $500,000 per accident for bodily injury and property damage is required. Where applicable, the City of Boise shall be named as an additional insured. Additionally, the Vendor shall have and maintain during the life of this contract, statutory Workers Compensation, regardless of the number of employees, or lack thereof, to be engaged in work on the project under this agreement (including himself) in the statutory limits as required by law. In case any such work is sublet, the Vendor shall require the subcontractor provide Workers Compensation Insurance for himself and any/all the latter's employees. Proof of insurance must be provided to Owner prior to the start of work. Proof of all insurance shall be submitted to City of Boise, Purchasing Office, P.O. Box 500, Boise, ID Independent Vendor: In all matters pertaining to this agreement, Vendor shall be acting as an independent contractor, and neither Vendor, nor any officer, employee or agent of Vendor will be deemed an employee of City. The selection and designation of the personnel of the Owner in the performance of this agreement shall be made by the Owner. 8. Compensation: For performing the services specified in Section herein, Owner agrees to reimburse Vendor according to the attached bid specification. Payment will not include any subcontract or other personal services pay except as may be agreed to in writing in advance by the parties. Change Orders may be issued, subject to Purchasing/Council approval. 9. Method of Payment: Vendor will invoice the Fire Department directly for all current amounts earned under this Agreement. Owner will pay all invoices within forty five (45) days after receipt. 0. Notices: Any and all notices required to be given by either of the parties hereto, unless otherwise stated in this agreement, shall be in writing and be deemed communicated when mailed in the United States mail, certified, return receipt requested, addressed as follows:

32 City of Boise Fire Department 333 N. Mark Stall Place Boise, Idaho (83704) Vendor Name (Insert Vendor s Address) (City), (State) (Zip Code) Either party may change their address for the purpose of this paragraph by giving written notice of such change to the other in the manner herein provided.. Attorney Fees: Should any litigation be commenced between the parties hereto concerning this Agreement, the prevailing party shall be entitled, in addition to any other relief as may be granted, to court costs and reasonable attorneys fees as determined by a Court of competent jurisdiction. This provision shall be deemed to be a separate contract between the parties and shall survive any default, termination, or forfeiture of this Agreement. 2. Time is of the Essence: The parties hereto acknowledge and agree that time is strictly of the essence with respect to each and every term, condition and provision hereof, and that the failure to timely perform any of the obligations hereunder shall constitute a breach of, and a default under, this Agreement by the party so failing to perform. 3. Force Majeure: Any delays in or failure of performance by Vendor shall not constitute a breach or default hereunder if and to the extent such delays or failures of performance are caused by occurrences beyond the reasonable control of Vendor, including but not limited to, acts of God or the public enemy; compliance with any order or request of any governmental authority; fires, floods, explosion, accidents; riots, strikes or other concerted acts of workmen, whether direct or indirect; or any causes, whether or not of the same class or kind as those specifically named above, which are not within the reasonable control of Vendor. In the event that any event of force majeure as herein defined occurs, Vendor shall be entitled to a reasonable extension of time for performance of its Services under this Agreement. 4. Assignment: It is expressly agreed and understood by the parties hereto, that Vendor shall not have the right to assign, transfer, hypothecate or sell any of its rights under this Agreement except upon the prior express written consent of Owner. 5. Discrimination Prohibited: In performing the Services required herein, vendor shall not discriminate against any person on the basis of race, color, religion, sex, sexual orientation, gender identity/expression, national origin or ancestry, age or physical disability. 6. Reports and Information: At such times and in such forms as the Owner may require, there shall be furnished to the Owner such statements, records, reports, data and information as the Owner may request pertaining to matters covered by this Agreement. 7. Audits and Inspections: At any time during normal business hours and as often as the Owner may deem necessary, there shall be made available to the Owner for examination all of Vendor's records with respect to all matters covered by this Agreement. Vendor shall permit the Owner to audit, examine, and make excerpts or transcripts from such records, and to make audits of all contracts, invoices, materials, payrolls, records of personnel, conditions of employment and other

33 data relating to all matters covered by this Agreement. 8. Compliance with Laws: In performing the scope of services required hereunder, Vendor shall comply with all applicable laws, ordinances, and codes of Federal, State, and local governments. 9. Changes: The Owner may, from time to time, request changes in the Scope of Work to be performed hereunder. Such changes, including any increase or decrease in Vendor s compensation, which are mutually agreed upon by and between the Owner and the vendor, shall be incorporated in written amendments to this Agreement. 20. Termination for Cause: If, through any cause, the vendor shall fail to fulfill in a timely and proper manner its obligations under this Agreement, or if the vendor shall violate any of the covenants, agreements, or stipulations of this Agreement, the Owner shall thereupon have the right to terminate this Agreement by giving written notice to the vendor of such termination and specifying the effective date thereof at least fifteen (5) days before the effective date of such termination. If this agreement is terminated for cause the vendor shall be entitled to receive just and equitable compensation for any work satisfactorily completed hereunder. Notwithstanding the above, the vendor shall not be relieved of liability to the Owner for damages sustained by the Owner by virtue of any breach of this Agreement by the vendor, and the Owner may withhold any payments to the vendor for the purposes of set-off until such time as the exact amount of damages due the Owner from the vendor is determined. This provision shall survive the termination of this agreement and shall not relieve the vendor of its liability to the Owner for damages, provided that the amount of such damages shall not exceed the total compensation provided for in section two of this agreement. 2. Termination for Convenience of City: The Owner may terminate this Agreement at any time by giving at least fifteen (5) days notice in writing to the Vendor. If the Agreement is terminated by the Owner as provided herein, Vendor will be paid an amount which bears the same ratio to the total compensation as the services actually performed bear to the total services of Vendor covered by this Agreement, less payments of compensation previously made. If this Agreement is terminated due to the fault of Vendor, Section 7 hereof relative to termination shall apply. 22. Vendor to Pay or Secure Taxes: The Vendor in consideration of securing the business agrees: ) To pay promptly when all taxes due (other than on real property), excises and license fees due the state, its subdivisions, and municipal and quasi-municipal corporations therein, accrued or accruing in accordance with conditions of this Agreement, whether or not the same shall be payable at the end of such term; 2) That if said taxes, excises and license fees are not payable at the end of said term, but liability for the payment thereof exists, even though the same constitute liens upon the Vendor's property, to secure the same to the satisfaction of the respective officers charged with the collection thereof; and that; 3) That, in the event of default in the payment or securing of such taxes, excises, and license fees, that Boise City may withhold from any payment due the vendor hereunder the estimated amount of such accrued taxes, excises and license fees for the benefit of all taxing units to which said Vendor is liable.

34 23. Severability: If any part of this Agreement is held to be invalid or unenforceable, such holding will not affect the validity or enforceability of any other part of this Agreement so long as the remainder of the Agreement is reasonably capable of completion. 24. Non-Appropriation: Should funding become not available, due to lack of appropriation, the Owner may terminate this agreement upon 30 (thirty) days notice. 25. Term: This agreement shall not be valid for more than One year from the date of approval by the Owner. 26. Renewal: Four annual renewals shall be allowed upon mutual agreement by both parties. 27. Entire Agreement: This Agreement contains the entire agreement of the parties and supersedes any and all other agreements or understandings, oral or written, whether previous to the execution hereof or contemporaneous herewith. 28. Applicable Law. This Agreement shall be governed by and construed and enforced in accordance with the laws of the State of Idaho, and the ordinances of the City of Boise. 29. Approval Required. This Agreement shall not become effective or binding until approved by the City of Boise. 30. Acceptance and Final Payment: Upon receipt of notice that the material and/0r equipment is ready for final acceptance and inspection, the Owner s representative will make such inspection and when he finds the work acceptable and the contract fully performed he will have the Vendor issue a final payment request. END OF AGREEMENT

35 IN WITNESS WHEREOF, the City and the contractor/vendor have executed this Agreement as of the date first above written. (Insert Contractor s Name) (Insert Contractor s Address) (City), (State) (Zip Code) Signature Date Print Name ACKNOWLEDGEMENT State of ) ) ss County of ) On this day of 20, before me personally appeared known to me and known by me to be the person who executed the above instrument, who, being by me first duly sworn, did depose and say that he/she is and that he/she executed the foregoing instrument on behalf of said firm for the use and purposes stated therein. Witness my hand and official seal (notary signature) (SEAL)

36 PURCHASING CONTRACT NUMBER FB 5-0 APPROVED AS TO FORM AND CONTENT: Department Date Purchasing Agent Date Legal Department Date Risk Management Date CITY OF BOISE APPROVED BY: David H. Bieter, Mayor Date ATTEST: CONTRACT AMOUNT: $(Insert Dollar Amount) City Clerk Date

37 CONTRACTOR'S AFFIDAVIT CONCERNING TAXES STATE OF ) COUNTY OF ) Pursuant to the Idaho Code, Title 63, Chapter 5, I, the above signed, being duly sworn, depose and certify that all taxes, excises and license fees due to taxing units in the State of Idaho, for which I or my property is liable then due or delinquent, have been paid, or secured to the satisfaction of the respective taxing units. (Contractor Name) (Address) (City and State) (Signature) Subscribed and sworn to before me the day of, 20. (Notary Republic) (City and State) Commission Expires:

INTRODUCTION TERMS AND CONDITIONS

INTRODUCTION TERMS AND CONDITIONS MASTER AGREEMENT FOR PROFESSIONAL SERVICES (AIA) (Unlimited) THIS AGREEMENT FOR PROFESSIONAL SERVICES shall become effective DATE, 2016, between the City of Meridian, a municipal corporation organized

More information

CITY OF BOISE. Finance and Administration and Parks & Administration Departments

CITY OF BOISE. Finance and Administration and Parks & Administration Departments CITY OF BOISE TO: FROM: Mayor and Council Finance and Administration and Parks & Administration Departments RESOLUTION NUMBER: R-356-09 DATE: October 30, 2009 SUBJECT: Approval of Contract, FB 10-019;

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

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

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

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

NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS

NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS 1. PERFORMANCE AND DEFAULT: If, through any cause, Vendor shall fail to fulfill in timely and proper manner the obligations under this contract, the

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B16-05 Toilet Paper Date: September 18, 2015 To: All Bidders

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

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

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

More information

CITY OF BOISE. Finance and Administration and Parks and Recreation Departments

CITY OF BOISE. Finance and Administration and Parks and Recreation Departments CITY OF BOISE TO: From: Mayor and Council Finance and Administration and Parks and Recreation Departments Date: June 1, 2010 Resolution Number: R-180-10 Subject: Award of Bid, Approval of Contract, FB

More information

CITY OF BOISE. FISCAL IMPACT/BUDGET IMPLICATIONS: Financial Services has confirmed sufficient funding is available for this obligation.

CITY OF BOISE. FISCAL IMPACT/BUDGET IMPLICATIONS: Financial Services has confirmed sufficient funding is available for this obligation. CITY OF BOISE TO: FROM: Mayor and Council Finance and Administration and Aviation Department RESOLUTION NUMBER: R-202-10 DATE: July 1, 2010 SUBJECT: Approval of Contract, FB 10-179, Airport HVAC Change-Out

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

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

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B17-08 Patch Cables Date: February 23, 2017 To:

More information

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

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM CONTRACT FOR WEATHERIZATION SERVICES BETWEEN THE OF Agency name (Hereinafter referred to as the "Agency") AND Contractor name (Hereinafter referred to as the "Contractor") FOR CONTRACT # GRANT AGREEMENT

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

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

NORTH CAROLINA CENTRAL UNIVERSITY

NORTH CAROLINA CENTRAL UNIVERSITY NORTH CAROLINA CENTRAL UNIVERSITY PROFESSIONAL SERVICES AGREEMENT Between North Carolina Central University 1801 Fayetteville Street Durham, North Carolina 27707 And THIS AGREEMENT made and entered into

More information

FREIGHT CHARGES AND RISK OF LOSS. Unless stated otherwise, all items are shipped F.O.B. AAP manufacturing facility.

FREIGHT CHARGES AND RISK OF LOSS. Unless stated otherwise, all items are shipped F.O.B. AAP manufacturing facility. Sales Terms and Conditions These Sales Terms and Conditions shall be the sole terms and conditions governing the sale of goods by Arconic Architectural Products LLC ( AAP ) selling Products to a purchaser

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

CONSTRUCTION CONTRACT

CONSTRUCTION CONTRACT CONSTRUCTION OR: Name Mailing Address City, State, Zip Code Telephone Number Fax Number E-mail address BID ACCEPTANCE DATE: COMPLETION DATE: DATE: TOTAL BID : TABLE OF CONTENTS ARTICLE 1 PARTIES... Page

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

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

GENERAL TERMS AND CONDITIONS

GENERAL TERMS AND CONDITIONS GENERAL TERMS AND CONDITIONS The following terms and conditions apply to all contracts or purchase agreements made with The College of New Jersey unless specifically deleted on this form. Vendors submitting

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

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

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

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B12-01 Hand Soap & Sanitizer Date: June 22, 2011 To: All

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

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA

More information

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR Bid #08-15 Sealed bids for a three year, annually renewable contract to provide School Fencing Repairs and installation

More information

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

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

More information

City of Loveland, Ohio

City of Loveland, Ohio City of Loveland, Ohio Request for Proposal (RFP) Information Technology (IT) Managed Services Provider Proposals are due by 4:30 PM, November 1, 2017 The City of Loveland is inviting qualified Information

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

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time) ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB

More information

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT BUSINESS ASSOCIATE AGREEMENT THIS BUSINESS ASSOCIATE AGREEMENT (the Agreement ) is entered into this day of, 20, by and between the University of Maine System acting through the University of ( University

More information

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services City of Portsmouth Portsmouth, New Hampshire Department of Public Works Plumbing and Heating Repair Services INVITATION TO BID Sealed bid proposals, plainly marked, (Plumbing and heating Repair Services

More information

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Champaign Park District: Request for Bids for Playground Surfacing Mulch May 14, 2018 Dear Potential Bidder: The Champaign Park District is requesting bids for the purchase of playground surfacing mulch (FIBAR). Enclosed is a copy of the bid information. Sealed bids shall be

More information

Bulk CO2 Tank and Fill Box

Bulk CO2 Tank and Fill Box LEGAL NOTICE - MUST RUN IN SOUTHTOWNSTAR FRIDAY FEBRUARY 10, 2012 LEGAL NOTICE VILLAGE OF ORLAND PARK, ILLINOIS ADVERTISEMENT FOR BIDS Bulk CO2 Tank and Fill Box The Village of Orland Park, Illinois will

More information

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT Sanitary Sewer Rehabilitation Design Services [name of consultant] This agreement, made and entered into this day

More information

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES On this day of, 2017, the Board of Commissioners of the Port of New Orleans hereinafter sometimes

More information

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-2 2 7-7 0 0 0 F A X 2 2 9-2 2 7-3 2 4 3 w w w. t h o m a s v i l l e. o r g REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES Proposals

More information

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018, CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION THIS AGREEMENT, made this day of, 2018, signed between Nampa & Meridian Irrigation District, hereafter referred to as "NMID" and, of (address), hereinafter

More information

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of January, 2016, by and between the CITY OF TUMWATER, a Washington municipal

More information

CONTRACT FOR PROFESSIONAL SERVICES - ARCHITECT

CONTRACT FOR PROFESSIONAL SERVICES - ARCHITECT THE STATE OF TEXAS COUNTY OF GALVESTON CONTRACT FOR - ARCHITECT THIS AGREEMENT, entered into as of this 9TH day of January, 2017, by and between the City of Friendswood, Texas (hereinafter called the CITY

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

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

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

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

Carrier Agreement Packet

Carrier Agreement Packet Revision 12/8/2017 02:17PM Carrier Agreement Packet Information carrier must submit to broker: 1) Completed W-9 (must be Revision 2014 or Later) 2) Copy of Carrier Transport Authority 3) Certificate of

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

More information

BERRIEN COUNTY ROAD DEPARTMENT

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATIONS FOR LIQUID CALCIUM CHLORIDE 1 SPECIFICATIONS FOR LIQUID CALCIUM CHLORIDE 38% It is the intent of the Berrien County Road Department to purchase all or part of its requirements

More information

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

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

More information

CONSTRUCTION CONTRACT EXAMPLE

CONSTRUCTION CONTRACT EXAMPLE P a g e 1 CONSTRUCTION CONTRACT EXAMPLE THIS AGREEMENT, made and entered into this date, by and between, hereinafter called CONTRACTOR, and NPC QUALITY BURGER, INC., hereinafter called OWNER. IT IS HEREBY

More information

FIRE HYDRANT REPAIR/REPLACEMENT (AS NEEDED) INFORMAL QUOTATION (Construction Services under $100,000) CITY OF SPARKS, NEVADA

FIRE HYDRANT REPAIR/REPLACEMENT (AS NEEDED) INFORMAL QUOTATION (Construction Services under $100,000) CITY OF SPARKS, NEVADA Informal Quotation Contract Page 1 FIRE HYDRANT REPAIR/REPLACEMENT (AS NEEDED) INFORMAL QUOTATION (Construction Services under $100,000) CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this

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

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

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236

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

1 Legal Publication of Proposal Mon. Apr. 2, 2018 & Mon. April 9, Last day to submit written questions. 10:00 a.m. Mon.

1 Legal Publication of Proposal Mon. Apr. 2, 2018 & Mon. April 9, Last day to submit written questions. 10:00 a.m. Mon. Request for Proposal (RFP) for ATM Service The Hall County Airport Authority (hereafter known as Authority ), is seeking proposals from experienced and qualified financial institutions eligible and licensed

More information

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water)

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water) MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water) THIS MASTER PURCHASE AGREEMENT (this Agreement ) is made and entered into this day of, 201 (the Effective Date ), by and between

More information

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND This AGREEMENT, is made and entered into this day of, 2019, by and between the CITY OF EL SEGUNDO, a municipal corporation ( CITY ) and,

More information

POST BID ADDENDUM. Project: LDS Eastview, Mesa, Iona 10 HVAC Project No.: Addendum No.: 2

POST BID ADDENDUM. Project: LDS Eastview, Mesa, Iona 10 HVAC Project No.: Addendum No.: 2 POST BID ADDENDUM Project: LDS Eastview, Mesa, Iona 10 HVAC Project No.: 504-6955 Addendum No.: 2 Project Address: 2349 Virlow St., Idaho Falls, Idaho 83401 Date: 8/29/2016 Owner: Corporation of the Presiding

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

CONSULTANT SERVICES AGREEMENT

CONSULTANT SERVICES AGREEMENT CONSULTANT SERVICES AGREEMENT THIS AGREEMENT ( Agreement ) is made and entered into this 20 th day of December, 2012, by and between the City of Rio Vista, a municipal corporation of the State of California

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)

More information

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE Specifications for Bid Crushed Limestone Deadline Date January 15, 2019 3:00 pm (956) 831-8273 Fax (956) 831-5106 1000 Foust

More information

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT BUSINESS ASSOCIATE AGREEMENT This Business Associate Agreement (the Agreement ) is entered into this day of, 20, by and between the University of Maine System ( University ), and ( Business Associate ).

More information

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS PROFESSIONAL SERVICES CONTRACT (Architects, Engineers, Land Surveyors, Landscape Architects) BETWEEN THE CITY OF GIG HARBOR AND [insert Consultant Name] THIS AGREEMENT is made by and between the City of

More information

TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT

TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT This CONSULTING SERVICES AGREEMENT (this Agreement ) is entered into effective as of, by and between Trinity University, an agency and institution of higher

More information

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE AGREEMENT BETWEEN THE City OF BEVERLY HILLS AND [Consultant S NAME] FOR [BRIEFLY DESCRIBE PURPOSE OF THIS CONTRACT] NAME OF Consultant: insert name of

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

County of Rockwall State of Texas

County of Rockwall State of Texas County of Rockwall State of Texas 1111 E. Yellowjacket Lane, Ste 202 Phone: 972-204-6050 Rockwall, Texas 75087 Fax: 972-204-6059 REQUEST FOR BID (RFB) RFB#18-07-020: Request for Bid for Corrugated Metal

More information

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season Posting Date: January 8, 2014 Response Deadline: January 29, 2014 3:00 p.m.central Standard Time (CST) To: Raymond

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

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES CITY OF SUISUN CITY CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES THIS CONTRACT SERVICES AGREEMENT (herein Agreement ) is made and entered into this day

More information

STANDARD INTERCONNECTION AGREEMENT Fayetteville Public Works Commission

STANDARD INTERCONNECTION AGREEMENT Fayetteville Public Works Commission STANDARD INTERCONNECTION AGREEMENT Fayetteville Public Works Commission This STANDARD INTERCONNECTION AGREEMENT, (the Agreement ), is entered into this day of, 20 by and between, hereinafter called Customer

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San

More information

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT THIS Agreement is made effective as of the day of 201_, by and between the City of Port Orchard, a municipal corporation, organized under the laws of

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

County of Rockwall State of Texas

County of Rockwall State of Texas County of Rockwall State of Texas 1111 E. Yellowjacket Lane, Ste 202 Phone: 972-204-6050 Rockwall, Texas 75087 Fax: 972-204-6059 REQUEST FOR BID (RFB) RFB#18-07-016: Request for Bid for Asphalts and Emulsions

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

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT INDEPENDENT CONTRACTOR AGREEMENT WHEREAS Dixie Electric Membership Corporation (hereinafter DEMCO ) is a nonprofit electric membership cooperative authorized to do and doing business in the State of Louisiana;

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

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. (15036) (CGC Golf Cart Batteries) Bid Release: (1-28-2015) Bid Questions Deadline: Bid Due Date: (2-05-2015) @ 10:00 am (2-11-2015) @ 3:00 pm Postal Return

More information

QTY DESCRIPTION ALL PER ATTACHED SPECIFICATIONS UNIT PRICE

QTY DESCRIPTION ALL PER ATTACHED SPECIFICATIONS UNIT PRICE CITY OF HUTCHINSON BID FORM Please quote your delivered prices to the City of Hutchinson on items or services listed below. Consult attached minimum and general specifications for requirements. This is

More information

STETSON UNIVERSITY CONSULTANT / INDEPENDENT CONTRACTOR AGREEMENT

STETSON UNIVERSITY CONSULTANT / INDEPENDENT CONTRACTOR AGREEMENT STETSON UNIVERSITY CONSULTANT / INDEPENDENT CONTRACTOR AGREEMENT THIS AGREEMENT made and entered into this day of, by and between STETSON UNIVERSITY, INC., a Florida non-profit corporation, hereinafter

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 BID B11-16 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 Gym www.forsyth.k12.ga.us Floor Work April 10, 2018 To: All Bidders

More information

Proposal No:

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

More information

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR Spray foam services At Wyoming County of Wyoming Animal shelter PRC # 2018009820 NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that the County of Wyoming

More information

INVITATION TO BID Retaining Wall

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

More information

LEGAL NOTICE VILLAGE OF ORLAND PARK, ILLINOIS ADVERTISEMENT FOR BIDS SHADE STRUCTURES FOR DUGOUTS

LEGAL NOTICE VILLAGE OF ORLAND PARK, ILLINOIS ADVERTISEMENT FOR BIDS SHADE STRUCTURES FOR DUGOUTS LEGAL NOTICE - MUST RUN IN SOUTHTOWNSTAR Wednesday February 5, 2014 LEGAL NOTICE VILLAGE OF ORLAND PARK, ILLINOIS ADVERTISEMENT FOR BIDS SHADE STRUCTURES FOR DUGOUTS The Village of Orland Park, Illinois

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

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

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

More information

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

Request for Bid/Proposal

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

More information