REQUEST FOR QUOTES (RFQ)

Size: px
Start display at page:

Download "REQUEST FOR QUOTES (RFQ)"

Transcription

1 VIRGINIA RAILWAY EXPRESS REQUEST FOR QUOTES (RFQ) BRAKE SHOES FOR VRE PASSENGER RAILCARS AND LOCOMOTIVES RFQ ISSUED: August 1, 2017 QUESTIONS DUE: QUOTES DUE: August 7, 2017 at 10:00 A.M. EST August 11, 2017 at 4:00 P.M. EST Submit Quotes To: Amanda Vitko, Contract Specialist Telephone/Facsimile: (703) VIRGINIA RAILWAY EXPRESS 1500 King Street, Suite 202 Alexandria, VA P: (703) F: (703) Gerri Hill Manager of Purchasing and Contract Administration Telephone/Facsimile: (703) Page 1 of 18

2 1. PURPOSE/BACKGROUND A. INTRODUCTION Virginia Railway Express (VRE) is soliciting Quotes to establish a Purchase Order with one (1) qualified and experienced Contractor to deliver brake shoes for VRE passenger railcars and locomotives to VRE s Warehouse located in Fredericksburg, Virginia. B. VRE BACKGROUND 1. VRE is a commuter rail service linking the District of Columbia and Northern Virginia. The Northern Virginia Transportation Commission (NVTC) and the Potomac and Rappahannock Transportation Commission (PRTC) are transportation districts established under Virginia law and jointly own this service. An Operations Board consisting of members from each of the jurisdictions within the VRE service area governs the development and operation of VRE and serves as an advisory board to the NVTC and PRTC governing boards. Use of the term VRE in this RFQ refers to NVTC and PRTC. 2. VRE began operations in 1992 and carries an average of approximately 19,000 weekday trips on two (2) lines. In January 2014, VRE s Operations Board adopted System Plan 2040 which calls for expansion of service, requiring the addition of railcars, expansion of station and maintenance and storage facilities, as well as expanding operations to meet the goal of doubling ridership by VRE s multi-prong program addresses short term growth needs, as well as longer term capacity improvements and investments in maintaining and servicing VRE s equipment and facilities. 3. The primary mission of VRE is to provide commuter-oriented passenger rail service between outlying suburbs and the Washington-Arlington-Alexandria urban core. Some tourists and day-trippers also ride the trains. The service is heavily oriented towards that core area in the morning peak and in the opposite direction in the evening peak. C. PROJECT BACKGROUND 1. The brake shoes currently in use on VRE s passenger railcars and locomotives are Railroad Friction Products Corp., the Original Equipment Manufacturer (OEM). 2. The preponderance of VRE s passenger railcars only have tread braking with multi-wear Class B wheels and operate at seventy (70) miles per hour with frequent stops. Page 2 of 18

3 3. The following equipment chart identifies the brake shoes in use by VRE, for which approved equals will be accepted: Item No. Equipment Brake Shoe Type Wheel Size 1. Gallery IV V inch., wide flange, 1:20 taper multi-wear, Class B 2. MP36 V inch wide flange Brake Type 26C 26L Tread Brake Unit GB-5 Standard Page 3 of 18

4 2. SUBMISSION OF QUESTIONS A. DEADLINE 1. All questions and requests for clarifications regarding the meaning or interpretation of this RFQ and other solicitation documents, or any ambiguities, discrepancies, inconsistencies, or conflicts in or between any of the technical, pricing, or contractual provisions, must be submitted no later than the date and time specified on Page 1 of this RFQ. Questions and clarifications requested after such time will not be answered unless VRE elects, in its sole discretion, to do so. 2. Any interpretation of a question made by VRE will be in the form of an addendum to the RFQ. Questions and responses will be posted on VRE s website at for all interested Contractors. B. FORMAT FOR QUESTIONS Questions must be submitted to the VRE Manager of Purchasing and Contract Administration and Contract Specialist in writing via electronic mail as listed on Page 1 of this RFQ. No questions or requests for additional information, clarification or any other communication should be directed to any other individual. C. VRE POINT OF CONTACT The VRE Project Manager will be the point of contact for all aspects of this project. D. NO ORAL COMMUNICATION WILL BE ACCEPTED VRE will not be bound by any oral communications, written interpretations or clarifications that are not set forth in an addendum. Page 4 of 18

5 3. GENERAL CONDITIONS FOR QUOTERS A. BRAND NAME OR EQUAL 1. If items called for by this RFQ have been identified in the scope of work, project drawings, or technical specifications by a brand name or equal description, such identification is intended to be descriptive, but not restrictive, and to indicate the quality and characteristics of products that will be satisfactory. (As used in this clause, the term "brand name" includes identification of products by make or model.) 2. A Quoter quoting "equal" products will be considered for award if such products are clearly identified and are determined by VRE to be equal in performance and all material respects to the brand name products referenced. 3. There shall be no substitution for any accepted material, component, design or fabrication unless and until the proposed substitute has received written acceptance from VRE. VRE may require the removal of this substitute or unaccepted item at no additional cost to VRE, which is installed without the written acceptance of VRE. 4. If quoting other than the brand name manufacturer or specifications, the Quoter must provide the manufacturer, brand or trade name, catalog number, etc. of the article offered in ATTACHMENT 1 QUOTE FORM AND SCHEDULE OF PRICES. B. DESCRIPTIVE LITERATURE 1. The Quoter shall clearly and specifically identify the product being offered even if quoting the exact brand name, make or manufacturer specified. 2. The Quoter shall provide sufficient descriptive literature, technical detail, etc. only if the product being offered is other than what is specified herein, to enable VRE to determine if the product offered meets the requirements of the solicitation. 3. Descriptive literature is not required if quoting the exact brand, make or manufacturer specified. Only the information furnished with the Quote shall be considered in the evaluation. 4. Unless the Quoter clearly indicates in its Quote that the product offered is an equal product, such Quoter will be considered to offer the brand name product referenced in the solicitation. By submission of a Quote, the Quoter certifies that the items offered meet or exceed the specifications described herein. Page 5 of 18

6 4. SCOPE OF WORK A. GENERAL REQUIREMENTS 1. The Contractor shall deliver brake shoes to VRE that adhere to all applicable requirements of the current editions of the following: a. 49 CFR 229, Railroad Locomotive Safety Standards b. 49 CFR 238, Passenger Equipment Safety Standards c. Section E, Brakes and Brake Equipment of the Association of American Railroads (AAR) Manual of Standards and Recommended Practices 2. The brake shoes must be manufactured in an AAR M-1003 certified facility. 3. The composite material utilized must be able to minimize heat rise, cool rapidly and be able to facilitate appropriate stopping distances, now being experienced (refer to the VRE website at for train consists, locomotive types and schedules). 4. The Contractor shall deliver brake shoes that meet the following requirements: a. Have contours representative of wheel diameters and shall not crack during operation; b. Wear shall be representative of intervals now being experienced; c. Have shoe applications identical to those currently on VRE equipment; d. Have a witness groove, where applicable, that denotes wear limits for change out; and e. Made of material free of asbestos and any other harmful material. 5. The brake shoes shall not: a. Crumble, split or otherwise become unusable while in storage or normal service; b. Require special handling or storage prior to use; and c. Cause excessive wear to wheel treads nor cause wheels to crack from overheating. Page 6 of 18

7 B. PRODUCT SPECIFICATIONS The brake shoe shall conform to the following specifications: 1. Transit Brake Shoe, Railroad Friction Products Corp. Part Number V Composition Brake Shoe, Railroad Friction Products Corp. Part Number V High Friction Composition Brake Shoe, Anchor Brake Shoe Company Part Number H High Friction Composition Brake Shoe, Anchor Brake Shoe Company Part Number H33-4 C. SHIPMENT 1. The Contractor shall use VRE s YRC freight or UPS ground account for shipping. 2. Shipments shall be FOB destination, freight prepaid and allowed. 3. Any damage incurred in shipping the items to VRE is the sole responsibility of the Contractor. 4. A written shipping release shall be obtained from VRE before shipping any items. 5. With each shipment to VRE, the Contractor shall include documentation listing the individual associated brake shoe by part number and quantity. D. DELIVERY 1. The Contractor shall deliver all items to: VRE Crossroads Warehouse 9400 Crossroads Parkway Fredericksburg, VA Delivery shall be made between the hours of 9:00 A.M. and 5:00 P.M. EST, Monday through Friday. Page 7 of 18

8 5. SPECIAL TERMS AND CONDITIONS A. TERM The Purchase Order shall be valid for one (1) year. B. SCHEDULE OF SERVICE 1. The Contractor shall respond to a request for delivery of equipment and/or parts within fifteen (15) calendar days. 2. Any deviation or delay from the established schedule must be presented to VRE in writing for approval. 3. Requests for delivery of equipment may be initiated by phone, facsimile or electronic mail. 4. Upon receipt of a request for delivery, the Contractor shall initiate the company s own work order form. Upon delivery of material, a VRE representative must sign the work order form. This signed form must accompany all invoices submitted to VRE. 5. VRE shall not be obligated to expend all funds authorized for the Purchase Order. C. POINT OF CONTACT The Contractor shall assign a single point of contact that must be available between the hours of 9:00 A.M. and 5:00 P.M. EST., Monday through Friday. D. MODIFICATION OF THE SCOPE OF WORK VRE reserves the right to modify the Scope of Work at its discretion when it is in the best interest of VRE. See Clause 22. CHANGES of the General Provisions. E. GENERAL PROVISIONS AND TERMS The Contractor shall comply with ATTACHMENT 2 GENERAL PROVISIONS and ATTACHMENT 3 GENERAL TERMS AND CONDITIONS FOR SUPPLIES AND EQUIPMENT, as applicable to the scope of work. Page 8 of 18

9 F. QUOTE ACCEPTANCE PERIOD The Quote and any modification thereof shall be binding upon the Quoter for ninety (90) calendar days following the Quote closing date. Any Quote in which the Quoter shortens the acceptance period shall be rejected, although the acceptance period may be extended by mutual agreement between VRE and the Quoter. At the end of the Quote acceptance period, the Quoter may withdraw its Quote by giving written notice to VRE. G. PRIME CONTRACTOR RESPONSIBILITIES 1. The Contractor shall be responsible for completely supervising and directing the work under this Purchase Order and all Subcontractors that it may utilize, using adequate skill and attention. Subcontractors who perform work under this Purchase Order shall be responsible to the Prime Contractor. 2. The Contractor agrees that it is fully responsible for the acts and omissions of its Subcontractors and of persons employed by the Subcontractor as it is for the acts and omissions of its own employees. H. SUBCONTRACTING 1. In the event the Contractor desires to subcontract part of the work specified herein, the Contractor shall submit with the Quote, a list of Subcontractors. 2. During the period of performance, the Contractor shall not substitute Subcontractors without prior written approval by VRE. The Contractor shall provide VRE with information as to the circumstances necessitating the proposed change and other information as requested. 3. VRE reserves the right to request from the Contractor during the solicitation process and any time during Purchase Order performance, additional information about a Subcontractor proposed by the Contractor, that VRE deems necessary to evaluate the qualifications of the Subcontractor. 4. The Contractor shall, however, remain fully liable and responsible for the work to be done by Subcontractor(s) and shall assure compliance with all requirements of the Request for Quotes. 5. The volume of work performed by the Subcontractor(s) shall not exceed forty-nine percent (49%) of the total Purchase Order value. I. WARRANTY OF MATERIALS AND WORKMANSHIP 1. The Contractor shall guarantee the associated parts/equipment pursuant to the Scope of Work and/or technical specifications to be free of defective workmanship and materials Page 9 of 18

10 for one (1) year. The Contractor at no expense to VRE shall correct all defects covered by the guarantee. 2. If any portion of the work performed, replacement parts, or rehabilitated parts furnished by the Contractor prove to be defective within the warranty period, the Contractor will be notified by VRE. Upon receipt of such notification, the Contractor shall immediately furnish VRE with instructions for the disposition of the defective part(s). 3. Within ten (10) business days from notification of the warranty claim, the Contractor shall deliver the replaced and/or replacement parts. Prior written authorization is required from VRE for completions exceeding ten (10) business days. 4. Any material or labor applied by the Contractor to correct warranted defects to the affected part/equipment shall be warranted for one (1) additional year from the date of delivery. 5. All defective parts returned to and by the Contractor for repair or replacement shall be shipped at the Contractor s sole expense. 6. The Contractor shall supply a failure analysis for any warranty failure, unless the requirement is waived in writing by VRE. It is not acceptable to avoid warranty failures by changing components at routine inspection intervals. 7. Repetitive failure (i.e., three (3) failures during the warranty period) of an item that was repaired by the Contractor shall be considered a breach. VRE may at its sole discretion, have the repairs made by another party, with no further notice to the Contractor, and the Contractor shall be fully liable to pay for all such third-party work. J. QUALITY ASSURANCE Any part which fails to meet any of the requirements in the Scope of Work and/or technical specifications shall be subject to rejection and shall be replaced, or brought up to specification, free of charge, by the Contractor, if so directed by the VRE Project Manager. K. NEW MATERIALS Unless noted otherwise, the Contractor shall furnish all materials required to produce the work in accordance with the Scope of Work and/or technical specifications, and said materials shall meet the requirements of the Scope of Work, plans, drawings and/or specifications for the kind of applications involving their use. Only quality materials, which are generally accepted in the industry and conform to the requirements of the Scope of Work, plans, drawings and/or specifications, shall be used in the work. Page 10 of 18

11 L. SUBSTITUTIONS 1. The Purchase Order is based on the materials, equipment and methods described herein that will allow for compliance to all AAR, Federal, State, and Local rules and regulations. No substitutions or cancellations shall be permitted without the written approval of VRE. VRE will consider requests for substitutions of materials, equipment and methods only when such requests are accompanied by full and complete technical data and all other information required to evaluate the proposed substitution. 2. The Contractor shall not substitute materials, equipment or methods unless VRE has specifically approved such substitutions in writing. Substitutions, if approved, shall be without any additional compensation from VRE, unless approved otherwise. M. DELAYS 1. When delay occurs due to reasonable causes beyond the control of the Contractor, including but not limited to acts of God, acts of government or any governmental agency, war or war conditions, riot or civil conditions, sabotage, strikes, lockouts, accident, fire, flood, typhoons, hurricanes, explosion, damage to equipment, or facilities, the time for performance and completion of work may be adjusted with the written consent of the VRE Project Manager and extended as required to accommodate those delays and their effect. 2. Upon written receipt of a request and justification for an extension from the Contractor, VRE may extend the time for delivery herein specified. 3. The Contractor shall use reasonable diligence to remove or overcome any such causes as expeditiously as possible. Page 11 of 18

12 6. DELIVERABLES A. CERTIFICATE OF INSURANCE 1. By signing and submitting a Quote under this solicitation, the Contractor certifies if issued the Purchase Order, the Contractor will have the insurance coverage identified and described in ATTACHMENT 4 VRE INSURANCE COVERAGE REQUIREMENTS FOR SMALL PURCHASE OF GOODS/SERVICES. 2. The Contractor shall furnish VRE proof of compliance with these insurance requirements in the form of an original Certificate of Insurance signed by an authorized representative or agent of the insurance company(ies). The Certificate of Insurance must be furnished within three (3) calendar days of requested by VRE. 3. Failure to provide the Certificate(s) when required may be cause for VRE to issue a Purchase Order to the next responsive Contractor. However, in no event shall work be performed until the required Certificate(s) of Insurance have been furnished and approved by VRE. 4. All insurance must be raised to an amount approved by VRE as changes are made to the Purchase Order. B. PROJECT REPORTS/DOCUMENTS The Contractor agrees that all reports, drawings, studies, specifications, estimates, maps, computations and other data prepared by or for it under the resultant Purchase Order shall become the property of VRE. VRE shall have the right to use the same hard copies or electronic files without restriction or limitation and without compensation to the Contractor other than that provided for in the Purchase Order. Documents shall be directed to: Detrius Williams, Project Manager Virginia Railway Express 1500 King Street, Suite 202 Alexandria, VA dwilliams@vre.org Page 12 of 18

13 7. INVOICES A. INVOICES 1. Invoices shall be submitted by the Contractor for services/goods ordered, delivered, and accepted by VRE. 2. Invoices shall be submitted via VRE s electronic mailbox or US mail. 3. It is preferred that invoices be submitted electronically in one (1) continuous electronic copy in PDF format to mechanicalinvoices@vre.org. 4. Hard copy invoices may be mailed to: Virginia Railway Express Attn: Mechanical Operations Specialist 1500 King Street, Suite 202 Alexandria, VA The VRE Project Manager shall be indicated on the invoice cover sheet. 6. At a minimum, invoices shall contain the following information: a. Name, address and telephone number of Contractor b. VRE Purchase Order number c. Invoice number d. Date of invoice e. Date of delivery f. Description of unit count including the part number for each item g. Signed work order form h. Total invoice amount i. Total cumulative amounts invoiced j. Contractor s signature Page 13 of 18

14 7. If invoices fail to meet all of the above requirements, they will not be processed for payment and will result in the invoice being returned to the Contractor for correction and resubmission. VRE may request additional substantiating documentation as necessary. B. PAYMENT Payment will be made on a per order basis upon receipt and acceptance by VRE. Page 14 of 18

15 8. DISADVANTAGED BUSINESS ENTERPRISES POLICY A. DISADVANTAGED BUSINESS ENTERPRISES (DBE) 1. VRE is committed to an active effort to involve Disadvantaged Business Enterprises (DBE) in contracting opportunities and encourages participation in procurement activities. Where it is practicable for any portion of the issued Purchase Order to be subcontracted to other businesses, the prospective Contractor is encouraged to offer such business to minority and/or women-owned businesses. 2. Disadvantaged Business Enterprises or DBE means a for-profit small business concern: a. That is at least fifty-one percent (51%) owned by one (1) or more individuals who are both socially and economically disadvantaged, or, in the case of a corporation, in which fifty-one percent (51%) of the stock is owned by one (1) or more such individuals; and b. Whose management and daily business operations are controlled by one (1) or more of the socially and economically disadvantaged individuals who own it. 3. Contractors must state any plans to utilize such businesses and the manner in which they shall be utilized under the resultant Purchase Order. B. DBE CERTIFICATION 1. All DBEs proposed must be certified by one of the following: a. United States Department of Transportation (DOT); b. Another Federal agency using essentially the same definition and ownership and control criteria as DOT; c. Another recipient of DOT funds; d. Washington Metropolitan Area Transit Authority; e. Virginia Department of Minority Business Enterprise; or f. Metropolitan Washington Airports Authority. 2. The prospective Contractor and its Subcontractors agree to ensure that Disadvantaged Business Enterprises as defined in 49 CFR Part 26 have a level playing field on which DBE s can compete fairly and participate fully in contracts and subcontracts financed in whole or in part with Federal funds. Page 15 of 18

16 3. Prospective Contractors shall not discriminate on the basis of race, color, national origin or sex in the award and performance of Purchase Orders. Failure by the Contractor and its Subcontractor(s) to carry out these requirements is a material breach of this Purchase Order, which may result in the termination of this Purchase Order or such other remedy as VRE deems appropriate. 4. The prospective Contractor, its agents, employees, assigns or successors, any persons, firms, or agency of whatever nature with whom it may contract or make agreement, in connection with the Purchase Order shall cooperate with VRE in meeting its commitment and goals with regard to the creation of a level playing field for Disadvantaged Business Enterprises. The prospective Contractor shall use its best efforts to ensure that Disadvantaged Business Enterprises shall have a level playing field to compete for subcontract work under this Purchase Order. Reference: Federal Regulations Sec. 49 CFR Part Page 16 of 18

17 9. PRICE INFORMATION Quoters are strongly encouraged to read this section carefully. INCOMPLETE QUOTES WILL BE AUTOMATICALLY DISQUALIFIED A. The price information must be submitted in ATTACHMENT 1 QUOTE FORM AND SCHEDULE OF PRICES included herein. B. The price shall be quoted in U.S. Dollars. C. Unless indicated otherwise, a Quoter s TOTAL PRICE shall be inclusive of all costs and shall include full compensation for all taxes, fees, materials, labor, equipment, tools, transportation, insurances, permits, overhead and profit, etc. necessary to complete the work in conformance with the Purchase Order and to the satisfaction of VRE. Extra charges will not be allowed. D. The prices, without exception shall be net, not subject to discount, and shall include all royalties and costs arising from patents, trademarks, and copyrights in any way involved in the work. E. No erasures or other handwritten changes may appear on the Schedule of Prices. F. The Quote must be signed in ink. G. The Quoter shall submit to VRE a copy of the AAR certification for the facility where the brake shoes were manufactured with the Quote. Page 17 of 18

18 10. ATTACHMENTS The following documents are incorporated in this and the resulting Purchase Order by this reference. A. Attachment 1 Quote Form and Schedule of Prices (4 Pages) B. Attachment 2 General Provisions, dated February 9, 2017 (25 Pages) C. Attachment 3 General Terms and Conditions for Supplies and Equipment, Revised February 9, 2017 (4 Pages) D. Attachment 4 VRE Insurance Coverage Requirements for Small Purchase of Goods/ Services (1 Page) Page 18 of 18

REQUEST FOR QUOTES (RFQ) DECAL STRIP ADVERTISEMENTS FOR RAIL CAR MODESTY PANELS. RFQ ISSUED: September 13, 2018

REQUEST FOR QUOTES (RFQ) DECAL STRIP ADVERTISEMENTS FOR RAIL CAR MODESTY PANELS. RFQ ISSUED: September 13, 2018 VIRGINIA RAILWAY EXPRESS REQUEST FOR QUOTES (RFQ) DECAL STRIP ADVERTISEMENTS FOR RAIL CAR MODESTY PANELS RFQ ISSUED: September 13, 2018 QUESTIONS DUE: September 19, 2018 at 10:00 A.M. EST QUOTES DUE: September

More information

VIRGINIA RAILWAY EXPRESS REQUEST FOR QUOTES (RFQ) PRINTING SERVICES FOR VRE MARKETING MATERIALS. RFQ ISSUED: May 2, 2017

VIRGINIA RAILWAY EXPRESS REQUEST FOR QUOTES (RFQ) PRINTING SERVICES FOR VRE MARKETING MATERIALS. RFQ ISSUED: May 2, 2017 VIRGINIA RAILWAY EXPRESS REQUEST FOR QUOTES (RFQ) PRINTING SERVICES FOR VRE MARKETING MATERIALS RFQ ISSUED: May 2, 2017 QUESTIONS DUE: May 8, 2017 at 10:00 A.M. EST QUOTES DUE: May 15, 2017 at 4:00 P.M.

More information

VIRGINIA RAILWAY EXPRESS REQUEST FOR PROPOSALS (RFP) RFP No INSTALLATION AND INTEGRATION OF SECURITY CAMERA AND ACCESS CONTROL SYSTEMS

VIRGINIA RAILWAY EXPRESS REQUEST FOR PROPOSALS (RFP) RFP No INSTALLATION AND INTEGRATION OF SECURITY CAMERA AND ACCESS CONTROL SYSTEMS VIRGINIA RAILWAY EXPRESS REQUEST FOR PROPOSALS (RFP) INSTALLATION AND INTEGRATION OF SECURITY CAMERA AND ACCESS CONTROL SYSTEMS RFP Issued: June 19, 2017 Contact: Gerri Hill, Manager of Purchasing and

More information

VIRGINIA RAILWAY EXPRESS REQUEST FOR PROPOSALS (RFP) RFP No MAINTENANCE SERVICES / CUSTODIAL AND SEASONAL SERVICES FOR VRE FACILITIES

VIRGINIA RAILWAY EXPRESS REQUEST FOR PROPOSALS (RFP) RFP No MAINTENANCE SERVICES / CUSTODIAL AND SEASONAL SERVICES FOR VRE FACILITIES VIRGINIA RAILWAY EXPRESS REQUEST FOR PROPOSALS (RFP) MAINTENANCE SERVICES / CUSTODIAL AND SEASONAL SERVICES FOR VRE FACILITIES RFP Issued: January 31, 2018 Contact: Kristin Nutter, Acting Manager of Purchasing

More information

REQUEST FOR QUOTES (RFQ) PRINTING SERVICES FOR VRE MARKETING MATERIALS. RFQ ISSUED: May 24, QUESTIONS DUE: May 31, 2018 at 10:00 A.M.

REQUEST FOR QUOTES (RFQ) PRINTING SERVICES FOR VRE MARKETING MATERIALS. RFQ ISSUED: May 24, QUESTIONS DUE: May 31, 2018 at 10:00 A.M. VIRGINIA RAILWAY EXPRESS REQUEST FOR QUOTES (RFQ) PRINTING SERVICES FOR VRE MARKETING MATERIALS RFQ ISSUED: May 24, 2018 QUESTIONS DUE: May 31, 2018 at 10:00 A.M. EST QUOTES DUE: June 11, 2018 at 4:00

More information

VIRGINIA RAILWAY EXPRESS REQUEST FOR PROPOSALS (RFP) RFP No INSURANCE BROKERAGE SERVICES

VIRGINIA RAILWAY EXPRESS REQUEST FOR PROPOSALS (RFP) RFP No INSURANCE BROKERAGE SERVICES VIRGINIA RAILWAY EXPRESS REQUEST FOR PROPOSALS (RFP) INSURANCE BROKERAGE SERVICES RFP Issued: January 10, 2018 Contact: Kristin Nutter, Acting Manager of Purchasing and Contract Administration, 1500 King

More information

PART VII CONTRACT DELIVERABLES

PART VII CONTRACT DELIVERABLES PART VII CONTRACT DELIVERABLES SECTION TITLE Q R S T Certificate of Insurance Surety Bond Invoices Project Reports/Documents 49 SECTION Q CERTIFICATE OF INSURANCE Q.1 GENERAL REQUIREMENTS A. By signing

More information

PART VII CONTRACT DELIVERABLES

PART VII CONTRACT DELIVERABLES PART VII CONTRACT DELIVERABLES SECTION TITLE Q R S T Certificate of Insurance Surety Bond Invoices Project Reports/Documents 57 SECTION Q CERTIFICATE OF INSURANCE Q.1 GENERAL REQUIREMENTS A. By signing

More information

PART IV UTILIZATION OF DISADVANTAGED BUSINESS ENTERPRISES AND SMALL BUSINESS CONCERNS

PART IV UTILIZATION OF DISADVANTAGED BUSINESS ENTERPRISES AND SMALL BUSINESS CONCERNS PART IV UTILIZATION OF DISADVANTAGED BUSINESS ENTERPRISES AND SMALL BUSINESS CONCERNS SECTION TITLE I J Disadvantaged Business Enterprises Policy Small Business Concerns Policy 28 SECTION I DISADVANTAGED

More information

PART VII CONTRACT DELIVERABLES

PART VII CONTRACT DELIVERABLES PART VII CONTRACT DELIVERABLES SECTION TITLE Q R S T U Certificate of Insurance Surety Bonds Invoices Project Reports/Documents Closeout Submittals 58 SECTION Q CERTIFICATE OF INSURANCE Q.1 GENERAL REQUIREMENTS

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

TRINITY RIVER AUTHORITY OF TEXAS BIDDING INSTRUCTIONS

TRINITY RIVER AUTHORITY OF TEXAS BIDDING INSTRUCTIONS TRINITY RIVER AUTHORITY OF TEXAS BIDDING INSTRUCTIONS Items below apply to and become a part of terms and conditions of bid. Any exceptions thereto must be in writing. 1.00 REQUIREMENTS FOR SUBMITTING

More information

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone:   Remit Address: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC16094 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

More information

UCSD AGREEMENT # 015/SD/1210 SIGMA ALDRICH INC, CHEMICALS AND REAGENTS

UCSD AGREEMENT # 015/SD/1210 SIGMA ALDRICH INC, CHEMICALS AND REAGENTS UCSD AGREEMENT # 015/SD/1210 SIGMA ALDRICH INC, CHEMICALS AND REAGENTS THIS UCSD AGREEMENT ( Agreement ) is made and entered into this 1 st day of January, 2010 by and between The Regents of the University

More information

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) E-RATE YEAR 15 (2012/2013) RFP 6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) Anderson Union School District Anderson Union High School District (AUHSD) is seeking proposals for the upcoming Year

More information

PART V PROPOSAL REQUIREMENTS

PART V PROPOSAL REQUIREMENTS PART V PROPOSAL REQUIREMENTS SECTION TITLE K L M Proposal Content Cost Information Submission of Proposal 38 SECTION K PROPOSAL CONTENT K.1 GENERAL REQUIREMENTS A. The requirements included in this Section

More information

PART V PROPOSAL REQUIREMENTS

PART V PROPOSAL REQUIREMENTS PART V PROPOSAL REQUIREMENTS SECTION TITLE K L M Proposal Content Cost Information Submission of Proposal 39 SECTION K PROPOSAL CONTENT K.1 GENERAL REQUIREMENTS A. The requirements included in this Section

More information

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation *** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is

More information

PART V PROPOSAL REQUIREMENTS

PART V PROPOSAL REQUIREMENTS PART V PROPOSAL REQUIREMENTS SECTION TITLE K L M Proposal Content Cost Information Submission of Proposal 33 SECTION K PROPOSAL CONTENT K.1 GENERAL REQUIREMENTS A. The requirements included in this Section

More information

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:

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

Request for Quotation Page One

Request for Quotation Page One Request for Quotation Page One THIS IS NOT AN ORDER Purchasing Department 1600 Hampton Street, Suite 606 Columbia, SC 29208 (803) 777-4115 Quotation must be received no later than: 02:00 PM Send Quotation

More information

Company: Legal Status: Ordering Address: Phone: Remit Address: Payment Terms:

Company: Legal Status: Ordering Address: Phone:   Remit Address: Payment Terms: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC18028 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

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

MPS TERMS AND CONDITIONS FOR BIDS

MPS TERMS AND CONDITIONS FOR BIDS MPS TERMS AND CONDITIONS FOR BIDS Scope These terms and conditions shall apply to any and all award(s) resulting from a formal bid, except as follows: In the event of a conflict between these terms and

More information

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address: Payment Terms:

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone:   Remit Address: Payment Terms: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC18006 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

More information

Invitation to Bid BOE. Diesel Exhaust Fluid

Invitation to Bid BOE. Diesel Exhaust Fluid Invitation to Bid 20170811-02-BOE Diesel Exhaust Fluid Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN

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

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

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

More information

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

TYLER INDEPENDENT SCHOOL DISTRICT PURCHASE ORDER TERMS AND CONDITIONS

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

More information

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

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

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

More information

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

Mold Remediation and Clean Up of Central High School

Mold Remediation and Clean Up of Central High School GOOCHLAND COUNTY REQUEST FOR QUOTATION Mold Remediation and Clean Up of Central High School FROM: Goochland County Parks, Recreation & Facilities P.O. Box 10, 1800 Sandy Hook Road Goochland, VA 23063 Phone

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION Company Name: Address: Contact Name: Contact Title: Phone Number: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT

More information

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Page 1 of 5 Bid No.: Date Released: September 25, 2017 SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Bid subject to the Standard Terms and Conditions provided. Bid must be received by: Date/Time:

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

AIA Document A201 TM 1997

AIA Document A201 TM 1997 AIA Document A201 TM 1997 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address): Project University of Maine at Farmington THE OWNER: (Name and address):

More information

PART VII CONTRACT DELIVERABLES

PART VII CONTRACT DELIVERABLES PART VII CONTRACT DELIVERABLES SECTION TITLE Q R S Certificate of Insurance Invoices Project Reports/Documents 56 SECTION Q CERTIFICATE OF INSURANCE Q.1 GENERAL REQUIREMENTS A. By signing and submitting

More information

Core Technology Services Division PO Box Grand Forks, ND

Core Technology Services Division PO Box Grand Forks, ND Division PO Box 13597 Bid Number: CTSIFB-15-01 Date Issued: January 27, 2015 Bid Title: Google Search Appliance Procurement Officer: Jerry Rostad Deadline for Questions: February 3, 2015 Telephone: 701-239-6668

More information

FRESENIUS KABI USA, LLC GENERAL TERMS AND CONDITIONS FOR THE SUPPLY OF GOODS AND SERVICES

FRESENIUS KABI USA, LLC GENERAL TERMS AND CONDITIONS FOR THE SUPPLY OF GOODS AND SERVICES FRESENIUS KABI USA, LLC GENERAL TERMS AND CONDITIONS FOR THE SUPPLY OF GOODS AND SERVICES 1. General Terms: These General Terms and Conditions shall apply to and be incorporated by this reference in all

More information

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017 COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT Date of Issue: September 25, 2017 Due Date for Proposal: October 6, 2017 COUNTY OF WISE, VA REQUEST

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

Invitation to Bid BOE. Fluorescent Bulbs

Invitation to Bid BOE. Fluorescent Bulbs Invitation to Bid 20170906-02-BOE Fluorescent Bulbs Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066

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

Request for Proposals. For. Colstrip Economic Diversification Strategy Implementation Coordinator

Request for Proposals. For. Colstrip Economic Diversification Strategy Implementation Coordinator Request for Proposals For Colstrip Economic Diversification Strategy Implementation Coordinator Issued by: Southeastern Montana Development Corporation Issued May 10, 2018 Implementation Coordinator, Colstrip

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

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

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

BENDIX SPICER FOUNDATION BRAKE LLC GENERAL PURCHASE ORDER TERMS AND CONDITIONS

BENDIX SPICER FOUNDATION BRAKE LLC GENERAL PURCHASE ORDER TERMS AND CONDITIONS BENDIX SPICER FOUNDATION BRAKE LLC GENERAL PURCHASE ORDER TERMS AND CONDITIONS 1. Commitment, Acceptance: For the goods herein identified, Buyer will buy only the quantities specified herein, if any, or

More information

VIRGINIA RAILWAY EXPRESS

VIRGINIA RAILWAY EXPRESS VIRGINIA RAILWAY EXPRESS REQUEST FOR PROPOSALS (RFP) BANKING SERVICES FOR THE VIRGINIA RAILWAY EXPRESS AND THE POTOMAC AND RAPPAHANNOCK TRANSPORTATION COMMISSION Page 1 of 38 RFP Issued: June 30, 2008

More information

McCLOSKEY INTERNATIONAL LTD CONDITIONS OF PURCHASE.

McCLOSKEY INTERNATIONAL LTD CONDITIONS OF PURCHASE. McCLOSKEY INTERNATIONAL LTD CONDITIONS OF PURCHASE. 1. DEFINITIONS In these conditions the following expressions shall have the following meanings: 1.1.1 The Company shall mean McCloskey International,

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

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

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

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

More information

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

HILLSBOROUGH COUNTY AVIATION AUTHORITY

HILLSBOROUGH COUNTY AVIATION AUTHORITY HILLSBOROUGH COUNTY AVIATION AUTHORITY INVITATION TO QUOTE FOR Security Access Control Software Maintenance QUOTE NUMBER: 14-534-805 ISSUE DATE: July 16, 2014 1.0 Background and Contact Information 1.01

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

SECTION 2 - STANDARD TERMS & CONDITIONS

SECTION 2 - STANDARD TERMS & CONDITIONS SECTION 2 - STANDARD TERMS & CONDITIONS 1. Genesee County Purchasing Regulations: All procurements are conducted in accordance with the Genesee County Purchasing Regulations, a copy of which is on file

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

REGIONAL TRANSPORTATION COMMISSION OF SOUTHERN NEVADA STANDARD PURCHASE ORDER TERMS AND CONDITIONS

REGIONAL TRANSPORTATION COMMISSION OF SOUTHERN NEVADA STANDARD PURCHASE ORDER TERMS AND CONDITIONS REGIONAL TRANSPORTATION COMMISSION OF SOUTHERN NEVADA STANDARD PURCHASE ORDER TERMS AND CONDITIONS 1. DEFINITIONS (Goods, Services) RTC means the Regional Transportation Commission of Southern Nevada.

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

Disadvantaged Business Enterprise in Federal-Aid Construction for Non-Traditional Contracts

Disadvantaged Business Enterprise in Federal-Aid Construction for Non-Traditional Contracts EXHIBIT 6 DBE SPECIAL PROVISIONS FOR NON-TRADITIONAL CONTRACTS 000--- Disadvantaged Business Enterprise in Federal-Aid Construction for Non-Traditional Contracts Description. The purpose of this Special

More information

Glacier Country Tourism Request for Proposal for Professional Photography Services

Glacier Country Tourism Request for Proposal for Professional Photography Services Glacier Country Tourism Request for Proposal for Professional Photography Services Introduction Glacier Country Tourism (GCT), a 501(c) (6) non-profit organization, is seeking to obtain paid services with

More information

INSTRUCTIONS TO BIDDERS

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

More information

REQUEST FOR QUOTATION RFQ# 07-Q-JS-118 Six (6) Portable Visitor Information Desks COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.:

REQUEST FOR QUOTATION RFQ# 07-Q-JS-118 Six (6) Portable Visitor Information Desks COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: REQUEST FOR QUOTATION RFQ# 07-Q-JS-118 Six (6) Portable Visitor Information Desks COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE: August 20, 2007 RE: Request for Quotation (RFQ) 07-Q-JS-106

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

Request for Proposal RFP # SUBJECT: Ergotron LX

Request for Proposal RFP # SUBJECT: Ergotron LX Request for Proposal RFP #13-1422 SUBJECT: Ergotron LX DATE OF ISSUE: July 3, 2013 TO RESPOND BY: RESPOND TO: July 19, 2013 @ 1500 Hours (3:00 PM Pacific Time) Leslie Burke, Purchasing Agent Purchasing

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

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: Fayetteville School District Business Office ATTN: Lisa Morstad 1000 W, Stone Street Fayetteville, AR 72701 THIS IS NOT A COMPETITIVE BID. The request

More information

GENERAL CONDITIONS. The award will be made in accordance with Section of the South Carolina Consolidated Procurement Code.

GENERAL CONDITIONS. The award will be made in accordance with Section of the South Carolina Consolidated Procurement Code. GENERAL CONDITIONS DEFAULT: In case or default by the Contractor, the University of South Carolina reserves the right to purchase any or all items in default in the open market, charging the Contractor

More information

Botetourt County Public Schools

Botetourt County Public Schools Botetourt County Public Schools Request for Proposals # 18-5000 for Architectural and Engineering Services Related to the Design of a New Elementary School One (1) original and four (4) copies of sealed

More information

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library PINE MOUNTAIN REGIONAL LIBRARY SYSTEM Request for Quote Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library Submission Date/Time: March 22, 2019, 5:00 pm

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

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

More information

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone:   Remit Address: Riverton City Purchasing 12830 S Redwood Rd * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC18075 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS PROVIDED

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

STANDARD TERMS AND CONDITIONS OF MLI-ISSUED PURCHASE ORDER

STANDARD TERMS AND CONDITIONS OF MLI-ISSUED PURCHASE ORDER Page 1 of 7 STANDARD TERMS AND CONDITIONS OF MLI-ISSUED PURCHASE ORDER This purchase order ( PO ), which includes the following standard terms and conditions along with any specific terms and provisions,

More information

FIXTURE TERMS & CONDITIONS Materials & Goods

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

More information

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

Request for Quotation

Request for Quotation City Hall 501-3 rd Ave., Box 190 Fernie, BC V0B 1M0 www.fernie.ca Request for Quotation MECHANICAL SWEEPER Issue Date: March 1, 2017 Quotations marked RFQ will be received at the City of Fernie, City Hall,

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

2. AMENDMENTS TO BID:

2. AMENDMENTS TO BID: GENERAL INFORMATION 1. SCOPE: 1.1 The Wayne-Finger Lakes BOCES and component School Districts require CALCULATORS. The BOCES and School Districts have agreed to form a Cooperative Bid Group as authorized

More information

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address: Payment Terms:

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone:   Remit Address: Payment Terms: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC17142 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

More information

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) Prince William County Service Authority (the Service Authority ) is accepting competitive sealed bids from qualified Contractors

More information

General Conditions for Construction GCC201. Contract Type: Document No. for the following PROJECT: (Name and location or address) EXAMPLE

General Conditions for Construction GCC201. Contract Type: Document No. for the following PROJECT: (Name and location or address) EXAMPLE Page 1 of 37 for the following PROJECT: (Name and location or address) EXAMPLE THE OWNER: (Name and address) Example, THE ARCHITECT: (Name and address) TABLE OF ARTICLES 1 GENERAL PROVISIONS 2 OWNER 3

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

ACCEPTANCE OF CONTRACT/TERMS AND CONDITIONS

ACCEPTANCE OF CONTRACT/TERMS AND CONDITIONS 1. ACCEPTANCE OF CONTRACT/TERMS AND CONDITIONS 1.1. This Contract together with its referenced Exhibits, supersedes any prior offers, negotiations, and agreements concerning the subject matter hereof and

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

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

Transurban Standard Terms and Conditions

Transurban Standard Terms and Conditions Transurban Standard Terms and Conditions 1. General. 1.1 In the absence of an existing written contract between the parties in effect as of the Purchase Order date for the particular goods or services

More information

SUMNER COUNTY BOARD OF EDUCATION INVITATION TO BID

SUMNER COUNTY BOARD OF EDUCATION INVITATION TO BID Page 1 of 7 ITB No.: Date Released: October 9, 2017 SUMNER COUNTY BOARD OF EDUCATION INVITATION TO BID Bid subject to the Standard Terms and Conditions provided. Bid must be received by: Date/Time: October

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

Document A General Conditions of the Contract for Construction, Construction Manager as Adviser Edition

Document A General Conditions of the Contract for Construction, Construction Manager as Adviser Edition Document A232 2009 General Conditions of the Contract for Construction, Construction Manager as Adviser Edition for the following PROJECT: (Name, and location or address) THE CONSTRUCTION MANAGER: (Name,

More information

AIA Document A201 TM 1997

AIA Document A201 TM 1997 AIA Document A201 TM 1997 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address): A201 conversion Michigan State University East Lansing, MI THE OWNER:

More information

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

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

More information

Invitation for Bid - Moody Center for the Arts / Theatrical Lighting

Invitation for Bid - Moody Center for the Arts / Theatrical Lighting Invitation for Bid - Moody Center for the Arts / Theatrical Lighting Bid#2016-10-001 Instructions to Bidders 1. General Information Rice University is issuing this Invitation for Bid (IFB) for the procurement

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

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

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305)

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305) Visit our website for business opportunities at: www.miamigov.com/procurement PURCHASE ORDER/RELEASE NUMBER 14537 Show this number on all packages, invoices, and shipping papers. Page No. City of Miami

More information