Agency Term Contract ATC Sludge Hauling, Treatment & Disposal. Between the Florida Department of Corrections and GreenSouth Solutions, LLC

Size: px
Start display at page:

Download "Agency Term Contract ATC Sludge Hauling, Treatment & Disposal. Between the Florida Department of Corrections and GreenSouth Solutions, LLC"

Transcription

1 Agency Term Contract ATC Sludge Hauling, Treatment & Disposal Between the Florida Department of Corrections and GreenSouth Solutions, LLC This Contract is between the State of Florida, Department of Corrections (Department), an agency of the State of Florida with offices at 501 S. Calhoun Street, Tallahassee, FL 32399, and GreenSouth Solutions, LLC. (Contractor). The Contractor responded to the Department s Invitation to Bid (ITB), No: FDC ITB , Sludge Hauling, Treatment & Disposal. The Department has accepted the Contractor s bid, pricing, terms, and conditions, and enters into this Contract in accordance with the terms and conditions of the ITB. Accordingly, and in consideration of the mutual promises contained in the Contract, the Department and Contractor agree as follows: I. Scope of Work The services and commodities to be provided by the Contractor pursuant to this Contract are defined and described in Exhibit A, Attachment I, Specifications. II. Contract Term The initial term of Contract will be for three (3) years. The initial Contract term shall begin on May 10, 2016, or on the last date in which it is signed by all parties, whichever is later. III. Renewal Terms The Department and the Contractor may renew the Contract in whole or in part, for a renewal term not to exceed three (3) years, or portions thereof, at the renewal pricing specified in the Contractor s original submission, upon mutual agreement of the parties as set forth in the Contract. IV. Contract This Contract, together with the following attached documents (Exhibits), sets forth the entire understanding of the parties and supersedes all prior agreements, whether written or oral, with respect to such subject matter. All Exhibits attached to this Contract are incorporated in their entirety and form as part of this Contract. The Contract has the following Exhibits: a) Exhibit A: FDC ITB and all Addenda

2 Agency Term Contract ATC b) Exhibit B: Contractor s pricing to FDC ITB In case of conflict, the documents shall have priority in the order listed: a) The Contract b) Exhibit A: FDC ITB and all Addenda c) Exhibit B: Contractor s Pricing V. Amendments No oral modifications to this Contract are acceptable. All modifications to this Contract must be in writing and signed by both parties. Any future amendments of the Contract, which alter the definition of the services, shall define the services in the same format as Exhibit A. Notwithstanding the order listed in Section IV, amendments issued after Contract execution may expressly change the provisions of the Contract. If an amendment expressly alters the Contract, then the most recent amendment will take precedence. VI. Contract Notices In addition to the provisions in Section 38 of Form PUR 1000 (10/06), Contract notices may be delivered by to the Contractor s designated contact person as prescribed in Section VII. VII. Contract Management The Department employee who is primarily responsible for maintaining the Contract Administration file is: Tania Zorn, Purchasing Manager Bureau of Support Services Department of Corrections 501 S. Calhoun, Suite 311 Tallahassee, FL Telephone (850) Zorn.Tania@mail.dc.state.fl.us The Department Contract Manager is: Condelia Ward, Government Operations Consultant III Division of Facilities Maintenance and Building Construction Department of Corrections 501 S. Calhoun, Suite 311 Tallahassee, FL Telephone (850) Ward.Condelia@mail.dc.state.fl.us Page 2 of 8

3 Agency Term Contract ATC The Department may appoint a different Contract Administrator or Manager, which will not require an amendment to the Contract, by sending written notice to the Contractor. Any communication to the Department relating to the Contract shall be addressed to the Contract Manager. The Contractor has assigned the following individuals to serve as the designated contact person for this Contract: Primary Contact: Cole E. Dunn, Vice President GreenSouth Solutions, LLC Smyrna Road Florala, AL Telephone (334) Facsimile (334) Cole@Greensouthsolutions.com Secondary Contact: Shon Edwards, President GreenSouth Solutions, LLC Smyrna Road Florala, AL Telephone (334) Facsimile (334) Shon@Greensouthsolutions.com All questions and customer service issues concerning this Contract shall be directed to the Contractor s designated contacts. It will be the designated contact s responsibility to coordinate with necessary Department personnel, as required, to answer questions and resolve issues. The Contractor must provide written notice to the Department if a new employee is designated as the contact person for this Contract. VIII. Termination A. Termination at Will This Contract may be terminated by either party at will, including due to an award under competitive procurement, upon no less than thirty (30) written calendar days notice. Notice shall be delivered by certified mail (return receipt requested), by other method of delivery whereby an original signature is obtained, or in person with proof of delivery. B. Termination Because of Lack of Funds Page 3 of 8

4 Agency Term Contract ATC In the event funds to finance this Contract become unavailable, the Department may terminate the Contract upon no less than twenty-four (24) hours notice in writing to the Contractor. Notice shall be delivered by certified mail (return receipt requested), facsimile, by other method of delivery whereby an original signature is obtained, or in person with proof of delivery. The Department shall be the final authority as to the availability of funds. C. Termination for Cause If a breach of this Contract occurs by the Contractor, which is left uncured after the expiration of thirty (30) days written notice by the Department, the Department may, by written notice to the Contractor, terminate this Contract upon twenty-four (24) hours notice. Notice shall be delivered by certified mail (return receipt requested), in person with proof of delivery, or by another method of delivery whereby an original signature is obtained. If applicable, the Department may employ the default provisions in Chapter 60A-1, Florida Administrative Code. The provisions herein do not limit the Department s right to remedies at law or to damages. D. Termination Because for Unauthorized Employment Violation of the provisions of Section 274A of the Immigration and Nationality Act shall be grounds for unilateral cancellation of this Contract. IX. Assignment The Contractor shall not assign its responsibilities or interests under this Contract to another party without prior written approval of the Department s Contract Manager. The Department shall, at all times, be entitled to assign or transfer its rights, duties, and obligations under this Contract to another governmental agency of the State of Florida upon giving written notice to the Contractor. X. Subcontracts The Contractor is fully responsible for all work performed under this Contract. The Contractor may, upon receiving written consent from the Department s Contract Manager, enter into written subcontract(s) for performance of certain functions under this Contract. No subcontract, which the Contractor enters into with respect to performance of any of its functions under this Contract, shall in any way relieve the Contractor of any responsibility for the performance of its duties. All payments to subcontractors shall be made by the Contractor. It is understood and agreed that the Department shall not be liable to any subcontractor for any expenses or liabilities incurred under the subcontract and that the Contractor shall be solely liable to the subcontractor for all expenses and liabilities under this Contract. XI. Price Adjustments Page 4 of 8

5 Agency Term Contract ATC Any price decrease effectuated during the Contract period by reason of market change or special sales offered to other customers shall be passed on to the Department. This shall also apply to all in-place equipment on a rent or lease plan. Price increases are not accepted, unless otherwise stated. XII. Additions/Deletions During the term of the Contract, the Department reserves the right to add or delete the number of commodities or services, when considered to be in its best interest. Pricing shall be comparable to amounts awarded. Further, the Department reserves the right to add or delete institutions and/or satellite facilities to the list of delivery locations. XIII. Delivery Product(s) shall be shipped as freight on board (FOB) Destination, and arrive within the time agreed upon between the Contractor and the Department after the order is placed. Deliveries must be made between 8:30 a.m. to 4:00 p.m., Monday through Friday, excluding State holidays, unless otherwise stated herein or on a subsequent Contract. XIV. Other Conditions A. Public Records Law The Contractor agrees to: (a) keep and maintain public records that would ordinarily and necessarily be required by the Department to perform the services; (b) allow public access to records in accordance with the provisions of Chapter 119 and , F.S.; (c) ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) meet all requirements for retaining public records and transfer to the Department, at no cost, all public records in the Contractor s possession under termination of the Contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the Department in a format that is compatible with the Department s information technology systems. The Contractor s failure to comply with this provision shall constitute sufficient cause for termination of this Contract. B. Confidentiality The Contractor shall ensure all staff assigned to this Contract maintains confidentiality with reference to individual receiving services in accordance with applicable local, state, and federal laws, rules and regulations. The Department and the Contractor agree that all information and records obtained in the course of providing services under this Contract shall be subject to confidentiality and Page 5 of 8

6 Agency Term Contract ATC disclosure provisions of applicable federal and state statutes and regulations adopted pursuant thereto. The Contractor agrees to keep all Department personnel information (i.e. FDC staff telephone numbers, addresses, etc.) strictly confidential and shall not disclose said information to any person, unless released in writing by said Department. C. Disputes Any dispute concerning performance of the terms of this Contract shall be resolved informally by the Contract Managers. Any dispute that cannot be resolved informally shall be reduced to writing and delivered to the Director, Office of Administration. The Director, Office of Administration, shall decide the dispute, reduce the decision to writing, and deliver a copy to the parties, the Contract Managers and the Contract Administrator. D. Notices All notices required or permitted by this Contract shall be given in writing and by hand-delivery or to the respective parties. All notices by hand-delivery shall be deemed received on the date of delivery and all notices by shall be deemed received when they are transmitted and not returned as undelivered or undeliverable. Both parties may change their contact information and Contract Manager by written notice given to the other party as provided above. E. Prison Rape Elimination Act (PREA) The Contractor shall report any violations of the Prison Rape Elimination Act (PREA) Federal Rule 28 C.F.R. Part 115 to the Department s Contract Manager. F. Insurance The Contractor agrees to provide adequate insurance coverage on a comprehensive basis and to hold such insurance at all times during the existence of this Contract. The Contractor accepts full responsibility for identifying and determining the type(s) and extent of insurance necessary to provide reasonable financial protection for the Contractor and the Department under this Contract. Upon the execution of this Contract, the Contractor shall furnish the Contract Manager written verification of such insurance coverage. Such coverage may be provided by a self-insurance program established and operating under the laws of the State of Florida. The Department reserves the right to require additional insurance where appropriate. If the Contractor is a state agency or subdivision as defined in Section , F.S., the Contractor shall furnish the Department, upon request, written verification of liability protection in accordance with Section , F.S. Nothing herein shall be Page 6 of 8

7 Agency Term Contract ATC construed to extend any party s liability beyond that provided in Section , F.S. G. Employee Status This Contract does not create an employee/employer relationship between the parties. It is the intent of the parties that the Department and Contractor are independent contractors under this Contract and neither is the employee of the other for all purposes, including, but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Workers Compensation Act, and the State unemployment insurance law. The parties shall each retain sole and absolute discretion in the judgment of the manner and means of carrying out their activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under this Contract shall be those of each individual party. Services provided by each party pursuant to this Contract shall be subject to the supervision of each party. In providing such services, neither party nor its agents shall act as officers, employees, or agents of the other party. The parties agree that they are separate and independent enterprises, and that each has the ability to pursue other opportunities. This Contract shall not be construed as creating any joint employment relationship between the Parties and neither party will be liable for any obligation incurred by the other party, including, but not limited to, unpaid minimum wages and/or overtime premiums. H. Force Majeure Neither party shall be liable for loss or damage suffered as a result of any delay or failure in performance under this Contract or interruption or performance resulting directly or indirectly from acts of God, fire, explosions, earthquakes, floods, water, wind, lightning, civil or military authority, acts of public enemy, war, riots, civil disturbances, insurrections, strikes, or labor disputes. I. Annual Appropriation The State of Florida s and the Department s performances and obligations to pay for goods and services under this Contract are contingent upon an annual appropriate by the Legislature. The costs of services paid under any other Contract or from any other source are not eligible for reimbursement under this Contract. J. Cooperation with Inspector General Page 7 of 8

8

9 FLORIDA DEPARTMENT OF CORRECTIONS INVITATION TO BID (ITB) Acknowledgement Form Page 1 of 24 pages AGENCY RELEASE DATE: February 29, 2016 SOLICITATION TITLE: SLUDGE HAULING, TREATMENT & DISPOSAL Denise Roberts, Procurement Officer Department of Corrections Bureau of Support Services 501 South Calhoun Street Tallahassee, FL purchasing@mail.dc.state.fl.us SOLICITATION NO: FDC-ITB RESPONSES WILL BE OPENED: March 29, 2016 at 2:00 P.M. Eastern Time and remain valid for 365 days after such date and time. VENDOR NAME: VENDOR MAILING ADDRESS: CITY STATE ZIP: *AUTHORIZED SIGNATURE (MANUAL) PHONE NUMBER: FAX NUMBER: ADDRESS: FEID NO.: *PRINT NAME AND TITLE *This individual must have the authority to bind the Bidder. I certify that this Bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a response for the same services (including equipment and supplies), and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this Bid and certify that I am authorized to sign this Bid Submittal for the Bidder/Contractor and that the Bid is in compliance with all requirements of the Invitation to Bid, including but not limited to, certification requirements and mandatory attestations. In submitting a Bid to an agency for the State of Florida, the Vendor offers and agrees that if the Bid is accepted, the Vendor will convey, sell, assign or transfer to the State of Florida all rights, title and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Florida for price fixing relating to the particular services purchased or acquired by the State of Florida. At the State s discretion, such assignment shall be made and become effective at the time the Department tenders final payment to the Bidder/Contractor. NO BID SUBMITTED: Please provide reason for No Bid in this Space VENDOR CONTACTS: Please provide the name, title, address, telephone number and address of the official contact and an alternate, if available. These individuals shall be available to be contacted by telephone regarding the solicitation and any resulting contract or purchase order. PRIMARY CONTACT: NAME, TITLE: ADDRESS: PHONE NUMBER: FAX NUMBER: ADDRESS: SECONDARY CONTACT: NAME, TITLE: ADDRESS: PHONE NUMBER: FAX NUMBER: ADDRESS: Page 1 of 24 FDC-ITB

10 TABLE OF CONTENTS TIMELINE... 4 SECTION 1.0 GENERAL CONTRACT CONDITIONS... 5 SECTION 2.0 INSTRUCTIONS TO RESPONDENTS... 5 SECTION 3.0 INTRODUCTORY MATERIALS Statement of Purpose Contract Term and Renewal Conflicts and Order(s) of Precedence Definitions Estimated Quantities Response Time... 6 SECTION 4.0 TECHNICAL SPECIFICATIONS Scope Changes after Contract Execution Sludge Analyses Sludge Treatment Biosolids Site Permit Bidder Disposal Record Bidder Disposal Sites Annual Application Site Residuals Summary Fines and/or Penalties Volume per Trip Sludge Loading Commencement of Services Records and Documentation Price Page Payment and Invoicing Security Guidelines Performance Outcomes and Standards Monitoring Methodologies SECTION 5.0 PROCUREMENT RULES AND INFORMATION Bidder Inquiries Cost of Bid Preparation Instructions for Bid Submittal Mandatory Documentation Disclosure of Bid Submittal Contents Bid Opening Bid Evaluation Basis of Award Disposal of Bids Rejection of Bids Bid Rules for Withdrawal Addenda Verbal Instruction Procedure/Discussions No Prior Involvement and Conflict of Interest State Licensing Requirements MyFloridaMarketPlace (MFMP) Registration Confidential, Proprietary, or Trade Secret Material E-Verify Vendor Substitute W Scrutinized Companies Page 2 of 24 FDC-ITB

11 5.21 Identical Tie Bids Inspector General Certificate of Authority SECTION 6.0 SPECIAL CONDITIONS State Initiatives Vendor Ombudsman Copyrights, Right to Data, Patents and Royalties Independent Contractor Status Assignment Severability Use of Funds for Lobbying Prohibited Employment of Department Personnel Insurance Legal Requirements Subcontracts ATTACHMENT I PRICE PAGE ATTACHMENT II - CERTIFICATION/ATTESTATION FORM ATTACHMENT III - SECURITY REQUIREMENTS FOR CONTRACTORS Page 3 of 24 FDC-ITB

12 TIMELINE FDC-ITB EVENT DATE/TIME LOCATION Release of ITB February 29, 2016 Vendor Bid System: Last day for written inquires to be received by the Department March 8, 2016 at 5:00P.M. Eastern Time Submit to: Florida Department of Corrections Denise Roberts, Procurement Officer Anticipated Posting of written responses to written inquires Sealed Bids Due and Opened Anticipated Posting of Recommended Award March 22, 2016 at 5:00 P.M. Eastern Time March 29, 2016 Must be received PRIOR to: 2:00 P.M. Eastern Time April 12, 2016 Vendor Bid System: Submit to: Florida Department of Corrections Denise Roberts, Procurement Officer 501 South Calhoun Street Tallahassee, Florida Vendor Bid System: Page 4 of 24 FDC-ITB

13 SECTION 1.0 GENERAL CONTRACT CONDITIONS (PUR1000) 1.1 The General Contract Conditions are outlined in form PUR 1000 which is a downloadable document incorporated in this ITB by reference. Any terms and conditions set forth within this ITB document shall supersede any and all conflicting terms and conditions set forth within form PUR There is no need to return this document with the response. SECTION 2.0 INSTRUCTIONS TO RESPONDENTS (PUR1001) 2.1 The General Instructions to Respondents are outlined in form PUR 1001 is a downloadable document incorporated in this ITB by reference. Any terms and conditions set forth within this ITB document shall supersede any and all conflicting terms and conditions set forth within form PUR There is no need to return this document with the response. SECTION 3.0 INTRODUCTORY MATERIALS 3.1 Statement of Purpose The purpose of this Invitation to Bid (ITB) is to secure competitive bids, from qualified Bidders, to provide sludge hauling, treatment, and disposal for twenty seven (27) Department facilities within the State of Florida. The facilities with addresses requiring services are listed on Attachment I, Price Page. The Bidder shall furnish the services in accordance with Section 4, Scope of Services. 3.2 Contract Term and Renewal As a result of this ITB, the lowest responsive, and responsible Bidder will be awarded a three (3) year term Contract, which may be renewed, for up to three (3) renewal years, or portions thereof, in accordance with Section (13), Florida Statutes (F.S.), at the same prices, terms, and conditions. 3.3 Conflicts and Order(s) of Precedence All bids are subject to the terms of the following sections of this ITB which, in case of conflict, shall have the following order of precedence: a) Addenda, in reverse order of issuance b) Invitation to Bid, including Attachments c) General Contract Conditions (Form PUR 1000) (Section 1.1) d) General Instructions to Respondents (Form PUR 1001) (Section 2.1) 3.4 Definitions The terms used in this ITB, unless the context otherwise clearly requires a different construction and interpretation, have the following meanings: Bid: A Bidder s response to this ITB, which the Bidder shall submit on approved forms. Breach of Contract: A failure of the Bidder(s) to perform in accordance with the terms and conditions of the Contract which may result from this ITB. Contract: The agreement which results from this ITB, between the awarded Bidder and the Department. Deliverables: Those services, items, and/or materials provided, prepared and delivered to the Department, in the course of the Contract performance. Deliverables shall be more specifically described in definable verifiable detail in the Specifications. Page 5 of 22 FDC-ITB

14 Department: The Florida Department of Corrections (FDC). Mandatory Responsiveness Requirements: Terms, conditions, and requirements that must be met by the Bidder to be considered responsive to this solicitation. Failure to meet these responsiveness requirements will cause rejection of a bid. Any bid rejected for failure to meet mandatory responsiveness requirements will not be reviewed further. Material Deviation(s): The Department has established certain requirements with respect to bids submitted. The use of shall, must, or will (except to indicate the future) in this ITB indicates a requirement, or condition, which may not be waived by the Department, except where the deviation is not material. A deviation is material if, in the Department s sole discretion, the deficient response is not in substantial accord with the ITB s requirements, provides an advantage to one Bidder over other Bidders, has a potentially significant effect on the quantity or quality of items bid, or on the cost to the Department. Material deviations cannot be waived, and shall be the basis for determining a bid non-responsive. Minor Irregularity: A variation from the ITB terms and conditions, not affecting the price, giving the Bidder an advantage or benefit not enjoyed by other Bidders; does not adversely impact the interests of the Department. A minor irregularity will not result in a rejection of a bid. Responsible Bidder: A Bidder who has the capability to fully perform all aspects of the resultant Contract requirements, and the integrity and reliability that will assure good faith performance. Responsive Bid: A bid, submitted by a responsive Bidder, which conforms to all material respects of the solicitation. Sludge/Biosolids/Residuals: a semi-solid slurry, produced as sewage waste from wastewater treatment processes, or as a settled suspension obtained from conventional drinking water treatment and numerous other industrial processes. Specifications: The detailed conditions of the Contract, detailed technical specifications, and other descriptions of the work, as are set forth in the Contract documents. Subcontract: An agreement between the Bidder and any other person, or organization, wherein that person or organization agrees to perform any requirement(s) for the Bidder, specifically related to securing, or fulfilling, the Bidder s obligations to the Department, under the terms of the Contract resulting from this ITB. Vendor or Bidder: A legally qualified corporation, partnership, person, or other entity submitting a bid to the Department, pursuant to this ITB. 3.5 Estimated Quantities Any quantities listed are given only as a guideline for preparing a bid, and should not be construed as representing actual quantities to be purchased. 3.6 Response Time The successful Bidder shall be able to begin providing services within ten (10) days after receipt of a resulting Contract. SECTION 4.0 TECHNICAL SPECIFICATIONS 4.1 Scope Changes after Contract Execution Page 6 of 22 FDC-ITB

15 During the term of the Contract, the Department may unilaterally require changes (altering, adding to, or deducting from the specifications) provided that such changes are within the general scope of this solicitation. The Bidder may request an equitable adjustment in the price(s) or delivery date(s), if the change affects the cost or time of performance. Such equitable adjustments require the express written approval of the Department. The Department shall provide written notice to the Bidder thirty (30) days in advance of any Departmentrequired changes to the technical specifications, and/or scope of service, that affect the Bidder s ability to provide the service as specified herein. Any changes, other than purely administrative changes, will require a written Contract amendment. 4.2 Sludge Analyses The Department will perform all required sludge analyses for each facility in accordance with the respective operating permit for each Waste Water Treatment Plants (WWTP), and also in accordance with Rule , Florida Administrative Code (F.A.C). Copies of the sludge analyses will be made available to the Bidder, to ensure the proper hauling, and disposing of the sludge at each facility. 4.3 Sludge Treatment The Bidder will pick up untreated biosolids from the WWTP, haul those biosolids to its permitted Biosolids Management Facility, and treat the sludge to a level meeting Class B standards, as defined in Rule , F.A.C. 4.4 Biosolids Site Permit The Bidder, for each facility, shall be required to submit a request for permitting, to treat sludge, to the Florida Department of Environmental Protection (DEP) and also any Minor Permit Revision(s), if necessary. The Bidder shall provide the Department a copy of the completed submittal. The Bidder shall pay all costs associated with compiling, and submitting a biosolids permit, and the Minor Permit Revision(s) including the permit fee to process any permit revision(s). 4.5 Bidder Disposal Record The Bidder shall provide a sludge hauling record, to the Department, within 14 days after the sludge has been removed, from the WWTP. The hauling record shall indicate the quantity of sludge removed and the name of treatment facility receiving the sludge. 4.6 Bidder Disposal Sites During periods of heavy or prolonged rainfall events, the groundwater table may rise to within two (2) feet of the ground surface and render a disposal site unusable. In those instances, the Bidder shall haul the sludge to an alternate site at the request of the WWTP operator. The Bidder shall provide the Department with a list of alternate DEP-approved, and permitted sites that may be used for disposal, listed by each facility. 4.7 Annual Application Site Residuals Summary The operating permit for each WWTP requires that an annual application site residuals summary be submitted to DEP. It shall be the Bidder s responsibility to maintain the required disposal records, including the loading rates for nitrogen and metals, compile the annual residuals summary, and submit it to Page 7 of 22 FDC-ITB

16 DEP in accordance with the schedule indicated in the operating permit for each WWTP. The Bidder shall provide the Department with a copy of the annual residuals summary. 4.8 Fines and/or Penalties The Bidder shall be completely responsible for the sludge once it is loaded onto the Bidder s truck. The Bidder shall maintain all records, properly haul, and dispose of the sludge in strict accordance with Rule , F.A.C. The Bidder s responsibility shall include compiling and submitting the annual residuals summary to DEP. If any fines and/or penalties are assessed by DEP, for not properly performing any aspect of the record keeping, hauling or disposal of the sludge, the Bidder shall be solely responsible for payment. 4.9 Volume per Trip For WWTPs larger than Million Gallons Per Day (MGD), the Bidder can expect a load of 5,000 to 6,000 gallons per trip. On WWTPs between and MGD, the Bidder can expect a load of 1,000 gallons per trip. On WWTPs less than MGD, the volume per trip may be as little as 500 gallons Sludge Loading Generally, each WWTP is equipped with a sludge digester tank. The sludge will be hauled in liquid form. It shall be the Bidder s responsibility to provide the labor, truck, and necessary pumping equipment to load the sludge. At the facilities where the sludge is dried before disposal, the Department will provide labor, and equipment to load the dried sludge to the Bidders truck Commencement of Services After a Contract has been awarded for each facility, the successful Bidder shall, at their expense, compile and submit to DEP an updated Biosolids Application Site Permit, and a Minor Revision to add the facility. Once DEP has approved the permit revision, the Bidder will be notified to commence services. The Department cannot predict how long it will take DEP to process the permit revision. If the Bidder is already listed at the WWTP as the approved firm to haul and dispose of the sludge, it will not be necessary to modify the permit Records and Documentation Information associated with the Bidder s provision of service under the resulting Contract, or generated as a result the Contract, meets the definition of public record, as defined in Section (1), F.S., and is recognized by the parties to be a public record. Absent a provision of law, administrative rule, or regulation requiring otherwise, this information shall be made available for inspection, and copying, by any person, upon request, as provided in Article I, Section 24, Fla. Constitution and Chapter 119, F.S. The Bidder agrees to: (a) keep and maintain public records that would ordinarily, and necessarily, be required by the Department when providing the contracted service; (b) allow the Department, and public, access to records in accordance with the provisions of Chapter 119 and Section , F. S.; (c) ensure that public records which are exempt from public records disclosure requirements, or are confidential, are not disclosed, except as authorized by law; and (d) meet all requirements for retaining public records, and transferring them to the Department, at no cost. All records stored electronically must be provided to the Department in a format compatible with the Department s information technology (IT) systems. Unless a greater retention period is required by state or federal law, all documents pertaining to the program contemplated by this ITB shall be retained by the successful Bidder for a period of five (5) years after the end of the resulting Contract, or any renewal or extension period of the Contract, if applicable. The Bidder s failure to comply with these provisions shall constitute sufficient cause for Contract termination. Page 8 of 22 FDC-ITB

17 The Bidder further agrees to hold the Department harmless from any claim, or damage, including reasonable attorney s fees and costs, or from any fine or penalty imposed as a result of failure to comply with the public records law, or improper disclosure of confidential information. The Bidder also promises to defend the Department against the same at its expense Price Page The Bidder shall complete, sign, date, and return Attachment I, entitled Price Page. By submitting a bid under this ITB, each Bidder warrants its agreement to the prices identified. Bids should be submitted with the most favorable pricing terms the Bidder can offer the State. Any modifications, counter offers, deviations, or challenges will not be accepted, and may render a bid non-responsive. If a submitted Price Page includes inconsistencies, inaccuracies, or is incomplete, it may be rejected by the Department. All calculations will be reviewed and verified. The Department may correct mathematical errors; however, in the event of any miscalculation, unit prices shall prevail Payment and Invoicing The Contract resulting from this ITB will be at a fixed-rate. The Department will compensate the Bidder for the services as specified on Attachment I, Price Page. All charges must be billed in arrears, in accordance with Section , F.S. The Bidder s invoices must include any and all supporting documentation, as well as its name, mailing address, tax identification (ID) number/fein, Contract number, and dates of service Security Guidelines For services performed under the resultant Contract, the successful Bidder, and its employees and agents, shall adhere to Attachment III, Security Requirements for Contractors Performance Outcomes and Standards The Department desires to Contract with a Bidder who clearly demonstrates its willingness to be held accountable for the achievement of certain performance measures in successfully delivering services under any Contract resulting from this ITB. Therefore, the Department has developed the following Performance Measures, which shall be used to measure performance and delivery of services. The Bidder shall ensure that the stated Performance Standards (level of achievement) are met. A description of each Performance Measure is provided below: Performance Measure #1 Requirement: Measure: Standard: The Bidder shall respond timely to each request for sludge removal. Calls will be returned, and services rendered within five (5) days of the first request. Calls requesting service will be logged and tracked at each Waste Water Treatment Plant (WWTP). 98 % of all requests for service will be completed within five (5) days. Financial Consequence: The Bidder shall be assessed Financial Consequences on a monthly basis, as applicable. A Financial Consequence of $50.00 will be imposed on the 6 th day after the request for service, and an additional $5.00 will be imposed for each day thereafter. Performance Measure #2 Page 9 of 22 FDC-ITB

18 Requirement: Measure: Standard: The Bidder shall remove and transport liquid and/or dry sludge, in accordance with Section 4 of this ITB. Sludge removal and waste hauling shall be completed in a sufficient and accurate manner, in accordance with this ITB. 98% of the Total Haul will be removed each month, by the Bidder, in response to all requests for service. The Total Haul represents the total amount of sludge to be removed from a WWTP, at a given time, as requested. Financial Consequence: The Bidder shall be assessed Financial Consequences, on a monthly basis, as applicable. Consequences shall be imposed using the following formula: Other Contract Requirements (Total Haul, in gallons, for the month) x (Cost per Gallon) x 1.5% Example: 25,000 gallons x $ x = $54.56 Requirement: Measure: The Bidder shall comply with the Terms and Conditions of the resultant Contract. Compliance with all other Contract requirements, including, but not limited to the following: Accuracy, thoroughness, and timely submission of invoicing, supporting documentation and reports; All Corrective Action Plans shall be timely submitted (when applicable); Standard: 95% compliance with all requirements Financial Consequence: The Bidder shall be assessed Financial Consequences, on an annual basis, as applicable, in accordance with the following formula: (Total annual value of the Contract)(Number of unresolved deficiencies identified)(0.1%) Example: $18, x 12 months = $218,250 Total annual Contract value For two (2) unresolved deficiencies, $218,250 x 2 x 0.001=$ Performance shall be measured on an ongoing basis, and monitoring shall occur at least once every six (6) months. Written notification will be used to outline any deficiencies for which Financial Consequences are being imposed. The Contract Manager will deduct the amount of any Financial Consequences from the Bidder s next monthly invoice. If the Contract Manager is unable to deduct this amount from the Bidder s next invoice, the Bidder shall provide payment via cashier s check or money order to the Department. By execution of any Contract resulting from this ITB, the Bidder hereby acknowledges and agrees that its performance under the resulting Contract shall meet the standards set forth above. Any failure to achieve Performance Measures identified above may result in the assessment of Financial Consequences. Any such assessment and/or subsequent payment thereof shall not affect the Bidder s obligation to provide services as required by any Contract resulting from this ITB. Page 10 of 22 FDC-ITB

19 4.17 Monitoring Methodologies The Department s Contract Manager, designee, or the Local Contract Coordinator, will perform monitoring, during the term of the Contract, not less than twice a year to ensure Contract compliance. Monitoring shall include periodic review of compliance with Contract service delivery and review of all Contract requirements. The Department reserves the right for any of its staff to make scheduled, or unscheduled, announced, or unannounced, monitoring visits at any site where services are delivered. When instances off non-compliance are identified in the monitoring report, the Bidder shall submit a written Plan to the Contract Manager, designee, or the Local Contract Coordinator within the timeframe specified by the Department. If necessary, a follow-up monitoring visit shall be scheduled by the Contract Manager, designee, or the Local Contract Coordinator to ensure compliance and performance improvement. Failure by the Bidder to correct the items identified as being deficient, including staffing patterns, shall be considered a breach of the Contract. The Department may utilize any or all of the following monitoring methodologies while monitoring the Bidder s performance under the Contract, and in determining compliance with Contract terms and conditions: a. Site Visits (announced and/or unannounced); b. Desk review(s) of records related to service delivery (shall include any documents and databases pertaining to the Contract, and may be based on all documents and data, or a sampling of the same, whether random or statistical); c. Interviews and/or surveys with the Bidder and/or Department staff and offenders; d. Review of grievances filed by offender(s) regarding the Bidder s service delivery; and e. Review of monitoring, audits, investigations, reviews, evaluations, or other actions, by external agencies, as applicable. SECTION 5.0 PROCUREMENT RULES AND INFORMATION 5.1 Bidder Inquiries Questions related to this ITB must be received in writing, via , by the Procurement Officer listed below, within the time indicated in the Timeline. Oral inquiries, or those submitted after the period specified in the Timeline, will not be acknowledged. Responses to questions will be posted on the Vendor Bid System (VBS) on or about the date referenced in the Timeline. The VBS is located at: Procurement Officer Contact Information Denise Roberts, CPPB, Procurement Officer Florida Department of Corrections Bureau of Support Services purchasing@mail.dc.state.fl.us Between the release of the solicitation, and the end of the seventy-two (72) hour period following posting of notice of intention to award (the seventy-two (72) hour period excludes Saturdays, Sundays, and State holidays), Bidders responding to this solicitation, or persons acting on their behalf, may not contact any employee, or officer, of the executive, or legislative branches of government, concerning any aspect of this solicitation, except in writing to the Procurement Officer as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a response, Section (23), F. S. Any person requiring special accommodation in responding to this solicitation, because of a disability, Page 11 of 22 FDC-ITB

20 should call the Bureau of Support Services, at , at least five (5) days prior to any presolicitation conference, solicitation opening or meeting. If you are hearing or speech impaired, please contact the Bureau of Support Services by using the Florida Relay Service, which can be reached at (TDD). Interested parties are encouraged to carefully review all the materials contained herein and prepare bids accordingly. 5.2 Cost of Bid Preparation Neither the Department, nor the State of Florida, is liable for any costs incurred by a Bidder in response to this ITB. 5.3 Instructions for Bid Submittal Each bid response shall be prepared simply and economically, providing a straightforward, concise delineation of the Bidder s capabilities to satisfy the requirements of this ITB. Elaborate bindings, colored displays, and promotional material are discouraged. Emphasis in each bid must be on completeness and clarity of content. In order to expedite the review of bids, it is essential that Bidders follow the format and instructions. Bids may be sent by U.S. Mail, Courier, Overnight, or Hand Delivered to the location indicated in the Timeline. Electronic submission of bids will not be accepted for this ITB. All bids must be submitted in a sealed envelope/package with the relevant ITB number and the date and time of the bid opening clearly marked on the outside of the envelope/package. It is the Bidder s responsibility to assure its bid submittal is delivered to the proper place and time as stipulated in the Timeline. The Department s clocks will stamp bids received, and provide the official time for bid opening. Late bids will not be accepted. Bidders should complete, sign, and return the ITB Acknowledgement Form (Page 1) with the bid submittal. Submit one (1) original bid, and one (1) electronic copy in PDF format on a CD. The electronic copy must contain the entire bid, as submitted, including all supporting and signed documents. If the Bidder submits a redacted copy of the bid, as outlined in Section 5.17, the Bidder should submit one (1) redacted hard copy and one (1) redacted electronic copy, in PDF format (in addition to the non-redacted version), on CD. CDs submitted should not be password protected. 5.4 Mandatory Documentation All Bidders must submit the following mandatory documentation with their submittal: Price Page Attachment I Certification/Attestation - Attachment II 5.5 Disclosure of Bid Submittal Contents All documentation produced as part of this solicitation shall become the exclusive property of the Department, and may not be removed by the Bidder or its agents. All bids shall become the property of the Department and shall not be returned to the Bidder. The Department shall have the right to use any or all ideas, or adaptations of the ideas presented in any bid response. Selection or rejection of a bid shall not affect this right. 5.6 Bid Opening Page 12 of 22 FDC-ITB

21 Bids are due, and will be publicly opened, at the time, date, and location specified in the Timeline. Bid responses received late (after bid opening date and time) will not be accepted, nor considered, and modification by the Bidder of submitted bids will not be allowed, unless the Department has made a request for additional information. Department staff will not be held responsible for the inadvertent opening of a bid response if it is not properly sealed, addressed or identified. The name of all Bidders submitting bids will be made available to interested parties, upon written request to the Procurement Officer. 5.7 Bid Evaluation Bids that do not meet the requirements specified in this ITB may be considered non-responsive. The Department reserves the right to accept, or reject, any and all responses, or separable portions thereof, and to waive any minor irregularity, technicality, or omission(s), if the Department determines that doing so will serve its best interest(s). The Department may reject any response not submitted in the manner specified by the solicitation documents. 5.8 Basis of Award Multiple Contract awards shall be made to the responsive, responsible Bidder(s) offering the lowest Total Cost, per site, for the services indicated in this ITB. In the event the Bidder(s) with the lowest Total Cost, for each site, is found non-responsive, the Department may proceed to the next lowest responsive Bidder, and continue the award process. Prices must be firm, and where products are included, shall include all packaging, handling, shipping and delivery charges, including environmental, and fuel service fees. 5.9 Disposal of Bids All bids become the property of the State of Florida and will be a matter of public record, subject to the provisions of Chapter 119, F.S Rejection of Bids The Department reserves the right to reject any and all bids to this ITB Bid Rules for Withdrawal A submitted bid may be withdrawn by submitting a written request for its withdrawal to the Department. The withdrawal request must be signed by an authorized representative of the Bidder, and must be received within 72 hours after the bid submission date indicated in the Timeline. Any submitted bid shall remain valid for 180 days from the bid submission date, unless a different amount of time is indicated on the ITB Acknowledgement Form (Page 1) Addenda If the Department deems it necessary to supplement, modify, or interpret any portion of the solicitation or exhibits, addenda and materials relative to this procurement, information will be posted on the Florida Vendor Bid System ( Interested parties are responsible for monitoring this site for new, changing, or clarifying information relative to this solicitation Verbal Instruction Procedure/Discussions Page 13 of 22 FDC-ITB

22 The Bidder shall not initiate, or execute, any negotiation, decision, or action arising from any verbal discussion with any State employee. Only written communications from the Department s Procurement Officer are considered duly authorized expressions on behalf of the State. Additionally, only written communications from a Bidder are recognized as duly authorized expressions on behalf of the Bidder. Any discussion by a Bidder with any employee, or representative of the Department, involving cost or price information, occurring prior to posting of the Notice of Agency Decision, may result in rejection of said Bidder s response No Prior Involvement and Conflict of Interest Section (17)(c), F.S., provides, A person who receives a contract that has not been procured pursuant to Subsections (1)-(3) to perform a feasibility study of the potential implementation of a subsequent contract, who participates in the drafting of a solicitation or who develops a program for future implementation, is not eligible to contract with the agency for any other contracts dealing with that specific subject matter, and any firm in which such person has any interest in not eligible to receive such contract. However, this prohibition does not prevent a vendor who responds to a request for information from being eligible to contract with an agency. The Department considers participation in a solicitation to be any actions related to the decision, approval, disapproval, recommendation, preparation of any part of a purchase request, influencing the content of any specification or procurement standard, rendering of advice, investigation, auditing, or functioning in any other advisory capacity. The Bidder shall not compensate, in any manner, directly or indirectly, any officer, agent or employee of the Department, for any act or service which he/she may do, or perform, for, or on behalf of, any officer, agent, or employee of the Bidder. Officers, agents, or employees of the Department shall not have any interest, directly or indirectly, in any Contract or purchase made, or authorized to be made, by anyone for, or on behalf of, the Department. The Bidder shall have no interest, and shall not acquire any interest, that conflicts in any manner, or degree, with the performance of the services required under this ITB State Licensing Requirements All entities defined under Chapters 607, 617 or 620, F.S., seeking to do business with the Department shall be on file and in good standing with the State of Florida, Department of State MyFloridaMarketPlace (MFMP) Registration Each Bidder doing business with the State of Florida as defined in Section F.S., must register in the MFMP Vendor Information Portal (VIP) system, unless exempted under Rule 60A-1.030, Florida Administrative Code (F.A.C.). State agencies shall not enter into an agreement for the sale of commodities or contractual services, as defined in Section , F.S., with any Bidder not registered in the MFMP VIP system, unless exempted by Rule. A Bidder not currently registered in the MFMP VIP system shall do so within 5 days of award. Registration may be completed at: Those needing assistance may contact the MFMP Customer Service Desk at or vendorhelp@myfloridamarketplace.com Confidential, Proprietary, or Trade Secret Material The Department takes its public records responsibilities as provided under Chapter 119, F.S. and Article I, Section 24 of the Florida Constitution, very seriously. If the Bidder considers any portion of the documents, data or records submitted in response to this solicitation to be confidential, trade secret or otherwise not subject to disclosure pursuant to Chapter 119, F.S., the Florida Constitution or other authority, the Bidder Page 14 of 22 FDC-ITB

INVITATION TO BID (ITB) FOR DEODORANT BAR SOAP FDC ITB RELEASED ON March 13, 2017

INVITATION TO BID (ITB) FOR DEODORANT BAR SOAP FDC ITB RELEASED ON March 13, 2017 INVITATION TO BID (ITB) FOR DEODORANT BAR SOAP RELEASED ON March 13, 2017 By the: Florida Department of Corrections Bureau of Procurement 501 S. Calhoun Street Tallahassee, FL 32399-2500 (850) 717-3700

More information

INVITATION TO BID (ITB) FOR MEDICAL SUPPLIES FDC ITB RELEASED ON December 18, 2017

INVITATION TO BID (ITB) FOR MEDICAL SUPPLIES FDC ITB RELEASED ON December 18, 2017 INVITATION TO BID (ITB) FOR MEDICAL SUPPLIES FDC ITB 18-052 RELEASED ON December 18, 2017 By the: Florida Department of Corrections Bureau of Procurement 501 S. Calhoun Street Tallahassee, FL 32399-2500

More information

FLORIDA DEPARTMENT OF CORRECTIONS INVITATION TO BID (ITB) Acknowledgement Form

FLORIDA DEPARTMENT OF CORRECTIONS INVITATION TO BID (ITB) Acknowledgement Form FLORIDA DEPARTMENT OF CORRECTIONS INVITATION TO BID (ITB) Acknowledgement Form Page 1 of 49 pages Trueby Bodiford, Procurement Officer Department of Corrections AGENCY RELEASE DATE: Bureau of Support Services

More information

INVITATION TO BID (ITB) FOR HOTEL ACCOMMODATIONS FOR THE 2018 STATEWIDE CONFERENCE FDC ITB RELEASED ON February 22, 2018

INVITATION TO BID (ITB) FOR HOTEL ACCOMMODATIONS FOR THE 2018 STATEWIDE CONFERENCE FDC ITB RELEASED ON February 22, 2018 INVITATION TO BID (ITB) FOR HOTEL ACCOMMODATIONS FOR THE 2018 STATEWIDE CONFERENCE RELEASED ON February 22, 2018 By the: Florida Department of Corrections Bureau of Procurement 501 S. Calhoun Street Tallahassee,

More information

FLORIDA DEPARTMENT OF CORRECTIONS INVITATION TO BID Acknowledgement Form COMMODITY OR FURNISH & INSTALL

FLORIDA DEPARTMENT OF CORRECTIONS INVITATION TO BID Acknowledgement Form COMMODITY OR FURNISH & INSTALL FLORIDA DEPARTMENT OF CORRECTIONS INVITATION TO BID Acknowledgement Form COMMODITY OR FURNISH & INSTALL Page 1 of 25 pages AGENCY MAILING DATE: SOLICITATION TITLE: Roofing Material 04/10/2013 RESPONSES

More information

State of Florida Department of State REQUEST FOR PROPOSALS FOR

State of Florida Department of State REQUEST FOR PROPOSALS FOR State of Florida Department of State REQUEST FOR PROPOSALS FOR Development of Five Year Digital Plan. RFP # 973-290-06-13-01 (Library Consultant) RELEASED ON: June 21, 2013 THIS COVER SHEET MUST BE SIGNED

More information

FLORIDA. 1 of 33. Services. Bureau of Support AGENCY. March 5, Fax: (850) SOLICITATION NO: RESPONSES WILL BE VENDOR NAME: VENDOR

FLORIDA. 1 of 33. Services. Bureau of Support AGENCY. March 5, Fax: (850) SOLICITATION NO: RESPONSES WILL BE VENDOR NAME: VENDOR FLORIDA DEPARTMENT OF CORRECTIONS INVITATION TO BID (ITB) Acknowledgement Form Page 1 of 33 pages Jacklyn Colson, Procurement Manager Department of Corrections AGENCY RELEASE DATE: Bureau of Support Services

More information

REQUEST FOR PROPOSALS (RFP) FOR MEDIA BUYING SERVICES FDC RFP RELEASED ON December 6, 2017

REQUEST FOR PROPOSALS (RFP) FOR MEDIA BUYING SERVICES FDC RFP RELEASED ON December 6, 2017 REQUEST FOR PROPOSALS (RFP) FOR MEDIA BUYING SERVICES RELEASED ON December 6, 2017 By the: Florida Department of Corrections Bureau of Procurement 501 S. Calhoun Street Tallahassee, FL 32399-2500 (850)

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

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

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

REQUEST FOR PROPOSALS (RFP) FOR PERIMETER SECURITY SYSTEMS AT FLORIDA CORRECTIONAL INSTITUTIONS FDC RFP RELEASED ON November 17, 2017

REQUEST FOR PROPOSALS (RFP) FOR PERIMETER SECURITY SYSTEMS AT FLORIDA CORRECTIONAL INSTITUTIONS FDC RFP RELEASED ON November 17, 2017 REQUEST FOR PROPOSALS (RFP) FOR PERIMETER SECURITY SYSTEMS AT FLORIDA CORRECTIONAL INSTITUTIONS RELEASED ON November 17, 2017 By the: Florida Department of Corrections Bureau of Procurement 501 S. Calhoun

More information

TERMS AND CONDITIONS OF PURCHASE

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

More information

FLORIDA DEPARTMENT OF HEALTH (DOH) DOH INVITATION TO BID (ITB) FOR AUDIOVISUAL SERVICES

FLORIDA DEPARTMENT OF HEALTH (DOH) DOH INVITATION TO BID (ITB) FOR AUDIOVISUAL SERVICES FLORIDA DEPARTMENT OF HEALTH (DOH) DOH14-028 INVITATION TO BID (ITB) FOR AUDIOVISUAL SERVICES TABLE OF CONTENTS SECTION 1.0: Introductory Materials... 3 SECTION 2.0: Procurement Process, Schedule, & Constraints...

More information

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE EXHIBIT 1 Solicitation Date: PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE State of Florida, Department of Military Affairs HEREINAFTER REFERRED

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

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017 SUBMIT BIDS TO: University of West Florida Office of Procurement and Contracts ATTN: Alicia Waymack Building 20W, Room 159 11000 University Parkway Pensacola, FL 32514 Access Bid Info on the Web: http://uwf.edu/offices/procurement/vendorsonly/open-solicitations/

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

State of Florida Department of Financial Services

State of Florida Department of Financial Services State of Florida Department of Financial Services Request for Proposals (RFP) Number: DFS AA RFP 1718-09 Production Services for Florida General Lines Agents, Personal Lines Agents, and Insurance Adjusters

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

EXHIBIT 1. PROJECT NAME & LOCATION: NTC Orlando NGA Wall Stabilization, 8385 Daetwyler Drive, Orlando, Florida,

EXHIBIT 1. PROJECT NAME & LOCATION: NTC Orlando NGA Wall Stabilization, 8385 Daetwyler Drive, Orlando, Florida, EXHIBIT 1 Solicitation Date: June 8, 2018 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED CONTRACTORS BY THE STATE OF FLORIDA DEPARTMENT OF MILITARY AFFAIRS HEREINAFTER REFERRED TO AS OWNER, FOR CONSTRUCTION

More information

ACA UNIFORM TERMS AND CONDITIONS

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

More information

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

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

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

State of Florida Department of Transportation

State of Florida Department of Transportation ITB-DOT-10/11-4023FS State of Florida Department of Transportation INVITATION TO BID ITB Number: Project Description: MANDATORY PRE-BID CONFERENCE Deadline for Questions Sealed Bids Due: ITB-DOT-1 0/11-4023FS

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 PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

CONTRACT BETWEEN THE DEPARTMENT OF CORRECTIONS AND GREYHOUND LINES, INC. WITNESSETH

CONTRACT BETWEEN THE DEPARTMENT OF CORRECTIONS AND GREYHOUND LINES, INC. WITNESSETH CONTRACT BETWEEN THE DEPARTMENT OF CORRECTIONS AND GREYHOUND LINES, INC. This Contract is between the Florida Department of Corrections ("Department") and Greyhound Lines, Inc. ("Contractor") which are

More information

Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses

Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses State of Florida Department of Transportation District 4 Office of Procurement 3400 West Commercial Boulevard Ft. Lauderdale, Florida 33309-3421 INVITATION TO BID REGISTRATION ******************************************************************************

More information

REQUEST FOR PROPOSAL RFP #14-03

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

More information

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

FLORIDA DEPARTMENT LAW ENFORCEMENT INVITATION TO BID Acknowledgement Form

FLORIDA DEPARTMENT LAW ENFORCEMENT INVITATION TO BID Acknowledgement Form FLORIDA DEPARTMENT LAW ENFORCEMENT INVITATION TO BID Acknowledgement Form Page 1 of 19 pages Agency Release Date: April 28, 2015 SUBMIT REPLY TO: Department of Law Enforcement Office of General Services

More information

FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF AGENT AND AGENCY SERVICES

FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF AGENT AND AGENCY SERVICES FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF AGENT AND AGENCY SERVICES DFS AA RCP 14/15-06 Preparation and Development of the Florida General Lines Agents /Customer Representatives and the Florida

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

B. Termination of Agreement. The Agreement may be terminated under any of the following circumstances:

B. Termination of Agreement. The Agreement may be terminated under any of the following circumstances: Data Sharing Agreement Agreement to Provide Administrative Services for Participating in the Early Retiree Reinsurance Program for Providence Health Plan Fully Insured and Self funded Groups 1. Purpose

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL West Virginia Board of Risk and Insurance Management RIM:09092013 TABLE OF CONTENTS Section 1: General Information Section 2: General Terms and Conditions Section 3: Project Specifications

More information

Request for Proposals for Agent of Record/Insurance Broker Services

Request for Proposals for Agent of Record/Insurance Broker Services County of Charlotte PO Box 608 250 LeGrande Ave; Suite A Charlotte Court House, VA 23923 Request for Proposals for Agent of Record/Insurance Broker Services Note: This public body does not discriminate

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

Consultant Agreement Between the University of West Florida Board of Trustees, A public body corporate ( University ) and ( Consultant )

Consultant Agreement Between the University of West Florida Board of Trustees, A public body corporate ( University ) and ( Consultant ) Consultant Agreement Between the University of West Florida Board of Trustees, A public body corporate ( University ) and ( Consultant ) This Agreement is made as of the latest date signed below, between

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

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

INVITATION TO NEGOTIATE REGISTRATION

INVITATION TO NEGOTIATE REGISTRATION State of Florida Department of Education Bureau of Contracts, Grants and Procurement Management Services 325 West Gaines Street 332 Turlington Building Tallahassee, Florida 32399-0400 INVITATION TO NEGOTIATE

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

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

Cover Sheet. State of Florida Department of State. Invitation to Bid

Cover Sheet. State of Florida Department of State. Invitation to Bid Cover Sheet State of Florida Department of State Invitation to Bid *************************************************************************************************************************************

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

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

COMPLETE AND RETURN THIS FORM

COMPLETE AND RETURN THIS FORM State of Florida Florida Department of Education Bureau of Contracts, Grants and Procurement Management Services 332 Turlington Building 325 West Gaines Street Tallahassee, Florida 32399-0400 BID REGISTRATION

More information

VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS

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

More information

Invitation to Bid (ITB) For Motor Vehicles. ITB No C The State of Florida Department of Management Services

Invitation to Bid (ITB) For Motor Vehicles. ITB No C The State of Florida Department of Management Services Invitation to Bid (ITB) For Motor Vehicles The State of Florida Department of Management Services October 2, 2013 Table of Contents Section 1. Introductory Section... 5 1.1 Introduction... 5 1.2 ITB Goals...

More information

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling TOWN OF BARNSTABLE INVITATION FOR BID Barnstable School Department Hyannis, MA Refuse Collection and Disposal and Recycling May 30, 2013 IFB Due: 7/10/13, no later than 2 pm It is the responsibility of

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

MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES

MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES Notice is hereby given that sealed proposals will be received at the Finance Department,

More information

State of Florida Department of Financial Services

State of Florida Department of Financial Services State of Florida Department of Financial Services Request for Proposals (RFP) Number: DFS FM RFP 1718-12 Construction Materials Mining Activities Consultation and Study Preparation Services Procurement

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

GENERAL INFORMATION 1. SCOPE:

GENERAL INFORMATION 1. SCOPE: GENERAL INFORMATION 1. SCOPE: 1.1 The Wayne-Finger Lakes BOCES and Participants require TRASH BAGS. The BOCES and Participants have agreed to form a Cooperative Bid Group as authorized by General Municipal

More information

State of Florida Department of State

State of Florida Department of State State of Florida Department of State INVITATION TO BID FOR Printing: Voter Registration Applications ITB # 691-060-10-12-3 RELEASED ON: September 10, 2012 THIS COVER SHEET MUST BE SIGNED AND RETURNED WITH

More information

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

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

More information

Dickinson College Purchase Order Terms and Conditions

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

More information

OMNI SYSTEMS, INC. STANDARD TERMS AND CONDITIONS OF SALE

OMNI SYSTEMS, INC. STANDARD TERMS AND CONDITIONS OF SALE 24400 Highland Rd Richmond Heights OH 44143 216-377-5160 (Phone) http://www.omnisystem.com OMNI SYSTEMS, INC. STANDARD TERMS AND CONDITIONS OF SALE This document sets forth the terms and conditions for

More information

NOTICE OF CHANGE IN TERMS

NOTICE OF CHANGE IN TERMS NOTICE OF CHANGE IN TERMS Effective August 1, 2015 ( Amendment Effective Date ), the 2002 version of the Comerica Treasury Management Services Master Agreement ( 2002 Master Agreement ) and the version

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

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

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS FINANCIAL AND COMPLIANCE AUDITS OF THE KANSAS PUBLIC EMPLOYEES DEFERRED COMPENSATION 457 PLAN SEALED PROPOSALS for furnishing the services

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

CONTRACT FOR FINANCIAL FUNDING SERVICES

CONTRACT FOR FINANCIAL FUNDING SERVICES CONTRACT FOR FINANCIAL FUNDING SERVICES THIS CONTRACT FOR FINANCIAL FUNDING SERVICES (the Agreement ) is made and entered this (the Effective Date ), Jabre Capital Team Partner (Partner) by and between

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

Purchase Order Terms and Conditions

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

More information

ELECTRIC SUPPLIER SERVICE AGREEMENT

ELECTRIC SUPPLIER SERVICE AGREEMENT ELECTRIC SUPPLIER SERVICE AGREEMENT This Electric Supplier Service Agreement ( Agreement ) made this day of, ( Effective Date ), by and between The United Illuminating Company, a specially chartered Connecticut

More information

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING

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

More information

Austin Independent School District Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas

Austin Independent School District Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas 78703-5399 March 22, 2016 REQUEST FOR QUALIFICATIONS The Austin Independent School District is soliciting Statements of Qualifications

More information

City of Beverly Hills Beverly Hills, CA

City of Beverly Hills Beverly Hills, CA City of Beverly Hills Beverly Hills, CA REQUEST FOR PROPOSAL For Professional Services for Conducting a Department Needs Assessment and Developing a Grant Funding Strategy to Support City Priority Projects

More information

INVITATION TO BID (ITB) FOR PELCO IP CAMERA SYSTEMS FDC ITB RELEASED ON DATE: November 13, 2017

INVITATION TO BID (ITB) FOR PELCO IP CAMERA SYSTEMS FDC ITB RELEASED ON DATE: November 13, 2017 INVITATION TO BID (ITB) FOR PELCO IP CAMERA SYSTEMS RELEASED ON DATE: November 13, 2017 By the: Florida Department of Corrections Bureau of Procurement 501 S. Calhoun Street Tallahassee, FL 32399-2500

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

INSTRUCTIONS TO BIDDERS

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

More information

AGREEMENT Between TEXAS BOARD OF NURSING And BEVERLY SKLOSS, MSN, RN

AGREEMENT Between TEXAS BOARD OF NURSING And BEVERLY SKLOSS, MSN, RN STATE OF TEXAS COUNTY OF TRAVIS AGREEMENT Between TEXAS BOARD OF NURSING And BEVERLY SKLOSS, MSN, RN The Texas Board of Nursing, hereinafter referred to as the Board, and Beverly Skloss, MSN, RN, hereinafter

More information

REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date April 23, 2018

REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date April 23, 2018 REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES Cumberland Mountain Community Services Board RFP#: AUDIT2018-2020 Issue Date April 23, 2018 Cumberland Mountain Community Services requests qualified

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

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR By and Between WILLIAM S. HART UNION HIGH SCHOOL DISTRICT And Dated as of TABLE OF CONTENTS Page RECITALS... 1 PART 1 PROVISION OF CM SERVICES... 1 Section

More information

New Mexico Bidder s Number

New Mexico Bidder s Number WAGON MOUND PUBLIC SCHOOLS PO Box 158 / 300 Park Avenue Voice: 575-666-3000 Fax: 575-666-9001 General Bid Conditions RFP # 1819-001 General Legal Counsel SEALED BIDS will be opened in the Board Room of

More information

ITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT. 1. TERM: This Agreement is effective from (insert dates for a three year period).

ITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT. 1. TERM: This Agreement is effective from (insert dates for a three year period). ITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT This Master Agreement is hereby entered into between Ithaca College, a state of New York educational institution in Ithaca, New York, hereafter referred

More information

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager as Owner s Agent

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager as Owner s Agent CMAA Document A-1 Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager as Owner s Agent 2013 EDITION This document is to be used in connection with the Standard Form of

More information

NATIONAL ASSOCIATION OF INSURANCE COMMISSIONERS AUTOMATED VALUATION SERVICE (AVS) LOOK-UP LICENSE AGREEMENT

NATIONAL ASSOCIATION OF INSURANCE COMMISSIONERS AUTOMATED VALUATION SERVICE (AVS) LOOK-UP LICENSE AGREEMENT THIS AGREEMENT IS MADE by and between the National Association of Insurance Commissioners, a Delaware nonprofit corporation with its principal place of business located in Kansas City, Missouri ( Licensor

More information

PAYROLL SERVICE AGREEMENT

PAYROLL SERVICE AGREEMENT PAYROLL SERVICE AGREEMENT YOUR NAME: DATE: This Payroll Services Agreement (this Agreement ) is made as of the day of, 20 for the effective service commencement date of, between Client identified above

More information

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

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

More information

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS The Competitive Solicitation Acknowledgement Form must be completely filled in. This may be done on line then printed or you may

More information

Metal Works Standard Terms and Conditions of Sale Page 1 of 5

Metal Works Standard Terms and Conditions of Sale Page 1 of 5 Metal Works Standard Terms and Conditions of Sale Page 1 of 5 1. Definitions. Unless otherwise defined herein, all terms which appear in these Metal Works Standard Terms and Conditions of Sale in initial

More information

Request for Proposal (RFP) For Plat book Printing

Request for Proposal (RFP) For Plat book Printing Request for Proposal (RFP) For Plat book Printing Posting Date: May 23, 2012 Response Deadline: June 8, 2012 4:00 p.m. Central Standard Time (CST) To: John Lefebvre Marinette County Land Information Director

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

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES SUBMIT BID TO: Florida State Fair Authority 4800 Hwy 301 North / P.O. Box 11766 Tampa, Fl. 33610 Tampa, Fl. 33680 (Orient Road Entrance) Attn: Phyllis J. Bridges Telephone Number: 813-621-7821 E-mail:

More information

Biosolids Handling Facility Project at the Hailey Wastewater Treatment Plant

Biosolids Handling Facility Project at the Hailey Wastewater Treatment Plant City of Hailey Public Works Department Hailey, Idaho Request for Statements of Qualification Construction Engineering & Inspection Services Biosolids Handling Facility Project at the Hailey Wastewater

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

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS FACILITIES COORDINATOR 800 Church Street, Suite B60, Waycross, GA 31501 Phone: 912 287 4480 Cell: 912 281 9964 Fax: 912 287 4482 Email: sbaxley@warecounty.com INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

More information

REQUEST FOR PROPOSAL AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date May 27, 2015

REQUEST FOR PROPOSAL AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date May 27, 2015 REQUEST FOR PROPOSAL AUDIT SERVICES Cumberland Mountain Community Services Board RFP#: AUDIT2015-2017 Issue Date May 27, 2015 Cumberland Mountain Community Services requests qualified independent certified

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

Master Services Agreement

Master Services Agreement Contract # Master Services Agreement This Master Services Agreement ( Agreement ) is made between Novell Canada, Ltd. with offices at 340 King Street East, Suite 200, Toronto, ON M5A 1K8 ( Novell ), and

More information

External Account Transfer Agreement July 16, 2014

External Account Transfer Agreement July 16, 2014 External Account Transfer Agreement July 16, 2014 Welcome to Altra Federal Credit Union s External Accounts Transfer Service. With this Service, you may transfer funds from your Credit Union account(s)

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