State Term Contract No Library Furniture. Between The Florida Department of Management Services and xxxx Corporation

Size: px
Start display at page:

Download "State Term Contract No Library Furniture. Between The Florida Department of Management Services and xxxx Corporation"

Transcription

1 State Term Contract No Between The Florida Department of Management Services and xxxx Corporation This Contract is between the State of Florida, Department of Management Services (Department), Division of State Purchasing (Division), an agency of the State of Florida with offices at 4050 Esplanade Way, Tallahassee, FL , and xxxx Corporation (Contractor). The Contractor responded to the Department s Invitation to Bid (ITB), No: T, The Department has decided to accept the Contractor s bid and enter 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 purpose of this Contract is to provide an instrument for governmental entities within the state of Florida to use for the acquisition of. It is intended that purchases under this agreement will meet the needs of state agencies and other Eligible Users in the performance of the respective entities core responsibilities. II. Contract Term The term of the Contract will be for four (4) years, and shall begin on February 21, 2015 or on the last date in which it is signed by all parties, whichever is later. III. Renewal Upon mutual agreement, the Department and the Contractor may renew the Contract, in whole or in part, for a period that may not exceed 3 years or the term of the contract, whichever period is longer. Any renewal shall specify the renewal price, as set forth in the Price Sheet(s). The renewal must be in writing and signed by both parties, and is contingent upon satisfactory performance evaluations and subject to availability of funds. IV. Contract The Contractor shall provide goods and services according to the terms and conditions set forth in this Contract, the ITB, and all other attachments named herein which are attached hereto and incorporated by reference. This Contract, together with the following attached documents (exhibits), set forth the entire understanding of the parties and supersedes all prior agreements, whether written or oral, with respect to such subject matter.

2 All exhibits attached to this Contract are incorporated in their entirety and form part of this Contract. The Contract has the following exhibits: a) Exhibit A: ITB T including any issued addenda. b) Exhibit B: Contractor Pricing as provided in the bid response submitted on January 26, In case of conflict, the documents shall have priority in the order listed below: a) This Contract b) Exhibit A: with addenda c) Exhibit B: Contractor 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. Notwithstanding the order listed in section IV. herein, amendments issued after the Contract is executed may expressly change the provisions of the Contract. If they do so expressly, then the most recent of them will take precedence over anything else that is part of the Contract. VI. Contract Notices All notices required under the Contract shall be delivered by certified mail, return receipt requested, by reputable air courier service, , or by personal delivery to the Department designee identified in the original solicitation, or as otherwise identified by the Department. Notices to the Contractor shall be delivered to the person who signs the Contract. Either designated recipient may notify the other, in writing, if someone else is designated to receive notice. VII. Contract Management The Department employee who is primarily responsible for maintaining the Contract administration file, and also serves as the Department s Contract Manager, shall be as follows: Jamie Harley Associate Category Manager Department of Management Services 4050 Esplanade Way, Suite 360 Tallahassee, FL Telephone (850) Fax: (850) jamie.harley@dms.myflorida.com 1 Page

3 VIII. Vendor To perform as an independent vendor and not as an agent, representative, or employee of the Department. IX. Taxes To recognize that the State of Florida, by virtue of its sovereignty, is not required to pay any taxes on the services or goods purchased under the terms of this Contract. X. Severability, and Venue The contract shall be delivered in the State of Florida and shall be construed in accordance with the laws of Florida. Wherever possible, each provision of the resulting contract shall be interpreted in such a manner as to be effective and valid under applicable law, but if any provision shall be found ineffective, then to the extent of such prohibition or invalidity, that provision shall be severed without invalidating the remainder of such provision or the remaining provisions of the resulting contract. Any action hereon or in connection herewith shall be brought in Circuit Court, Leon County, Florida. XI. Applicable Laws and Regulations Applicable Laws and Regulations: The Contractor shall comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of Federal, State, and local agencies having jurisdiction and authority. For example, chapter 287, Florida Statutes (F.S.), and rule 60A, Florida Administrative Code (F.A.C.), govern the Contract. The Contractor shall comply with Section 274 A of the Immigration and Nationality Act, the Americans with Disabilities Act, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran s status. Violation of any laws, rules, codes, ordinances, or licensing requirements shall be grounds for Contract termination or nonrenewal of the Contract. XII. Warranty of Authority Each person signing this Contract warrants that he or she is duly authorized to do so and to bind their respective party. State of Florida, Department of Management Services Contractor: xxxx Corporation Chad Poppell Secretary Date: Date: 2 Page

4 4050 Esplanade Way Tallahassee, Florida Tel: Fax: Rick Scott, Governor Chad Poppell, Agency Secretary CERTIFICATION OF CONTRACT TITLE: CONTRACT NO.: SOLICITATION NO.: T EFFECTIVE: February 20, 2015 through February 19, 2019 CONTRACTOR(S): 1. Agati 2. Borroughs Corporation 3. Estey Division of Tennsco Corporation 4. Everest Expedition, LLC. Dba The Worden Company 5. Spacesaver Storage System, Inc. A. AUTHORITY Upon affirmative action taken by the State of Florida, Department of Management Services, a Contract has been executed between the State of Florida and the above designated Contractors. The Certification of Contract is not a contract, but is used when a large number of contractors are covered under the same contract. It allows the Department to display a single version of the contract and lists the contractors included under that agreement. B. EFFECT The Contract was entered into to provide economies in the purchase of library furniture by all State of Florida agencies and institutions. Therefore, in compliance with Section , Florida Statutes, all purchases of these commodities shall be made under the prices, terms and conditions of the Contract and with the Contractors specified. C. ORDERING INSTRUCTIONS All purchase orders shall be issued in accordance with the attached ordering instructions. Products or services ordered shall not exceed the prices indicated. All Contract purchase orders shall show the State Purchasing Contract number, product number, quantity, description of item, with unit prices extended and purchase order totaled. (This requirement may be waived when purchase is made by a blanket purchase order.) 3 Page

5 The State of Florida Department of Management Services INVITATION TO BID ITB No: T LIBRARY FURNITURE 4 Page

6 TABLE OF CONTENTS Section 1 Introduction Bid Solicitation Objective Term Renewal Term Timeline of Events Order of Precedence for Solicitation Procurement Officer Limitation on Contact with Government Personnel (S (23), F.S.) ITB Process Question Submission Addenda to the ITB Special Accommodations Modification or Withdrawal of Bid Disclosure of Bid Contents Contract Formation Section 2 Instructions to Bidders General Instructions Special Instructions MFMP Registration How to Submit a Bid Who May Respond Bidder Qualification Questions Contents of Bid Part 1 - Past Performance Part 2 Federal General Services Administration (GSA) Information Part 3 - Price Sheet Submission Page

7 2.3.4 Part 4 Other information Evaluation Criteria Basis of Award Preference to Florida Vendors Tie Bids Rejection of Bids Redacted Submissions Section 3 Description of Scope Purpose Eligible Products Excluded Products Product List Delivery Warranty Price Price Adjustments Installation Charges Space Planning / Design Fees Purchasing Card Program Authorized Servicing Dealers Conformance to Codes Performance Bond Sales Literature / Technical Information Delays and Complaints Sales Requirements New Products Ordering Information Changes Authorized Servicing Dealer Changes Section 4 Contract Conditions Page

8 4.1 General Contract Requirements Special Contract Requirements Definitions Authorized Servicing Dealer Bidder(s) Commodity(ies) Confidential Information Contract Contractor(s) Eligible User Manufacturer Manufacturer s Price List State Vendor(s) Electronic Invoicing cxml (commerce extensible Markup Language) EDI (Electronic Data Interchange) PO Flip via AN Return of Funds Financial Consequences for Nonperformance Compliance with Laws, Rules, Codes, Ordinances, and Licensing Requirements Liability and Worker s Compensation Insurance Notice of Legal Actions Public Records Access to Public Records Redacted Copies of Confidential Information Request for Redacted Information Indemnification for Redacted Information Public Records Clause for Department Contracts Intellectual Property Page

9 4.12 Preferred Pricing Affidavit Requirement Records Retention Gifts Vendor Ombudsman Monitoring by the Department Scrutinized Company List E-Verify MFMP Transaction Fee and Reports Contract Quarterly Reports Diversity Reporting Business Review Meetings Contract Termination Force Majeure Additional Contract Provisions Section 5 Attachments Attachment A Authorized Servicing Dealers (Section 3.13) Attachment B Certification of Drug-Free Workplace (Section ) Attachment C Contract Revision Request Attachment D Ordering Information (Section 3.20) Attachment E Preferred Pricing Affidavit (Section 4.12) Attachment F Price Sheet for Bid Submission (Section 2.3.3) Attachment G Product List (Section 3.4) Attachment H Quarterly Reports (Section 4.20) Attachment I Savings/Price Reductions (Section ) Attachment J Scrutinized Companies (Section 4.17) Attachment K Timeline of Events (Section 1.5) Attachment L I High Density Line Drawing Page

10 Section 1 Introduction 1.1 Bid The State of Florida Department of Management Services, Division of State Purchasing (Department) is issuing this Invitation to Bid (ITB) to replace the current state term contract (STC) for. The Department intends to solicit for, and enter into contracts with, responsive and responsible Contractors according to the criteria defined herein, for the provision of commodities and contractual services described within this solicitation under the authority and criteria established by section , Florida Statutes (F.S.). Rule 60A-1.044, Florida Administrative Code (F.A.C.), defines an STC as indefinite quantity contracts competitively procured by the Department pursuant to s , F.S., available for use by eligible users. This solicitation will be administered using the MyFloridaMarketPlace (MFMP) Sourcing Tool. Vendors interested in submitting a reply must comply with all of the terms and conditions described in this ITB. Information about submitting a reply can be found in Section 2, Instructions to Bidders. 1.2 Solicitation Objective The current STC for has an estimated average annual spending volume of approximately $3 million dollars. Estimated spending volume is for informational purposes only and should not be construed as representing actual, guaranteed, or minimum purposes under any new contract. Customers include state agencies and other eligible users as defined by Rule 60A , F.A.C. The Department intends to award contracts to responsive and responsible bidders who provide the lowest evaluated price for each product category listed on the Price Sheet (Attachment F). After contract award the vendor must to offer their complete product catalog within the awarded category at the percentage discount awarded or a better. 1.3 Term The term of the contract shall be four (4) years. The contract will be effective on February 20, 2015, and the contract will end on February 19, Renewal Term Upon written agreement of the parties, the Department and the Contractor may renew the Contract in whole or in part, for renewal terms up to four years, at the renewal pricing specified in the Contract. 9 Page

11 1.5 Timeline of Events Bidders should become familiar with the Timeline of Events. The dates and times within the Timeline of Events may be subject to change. It is the responsibility of the Bidder to check for any changes. All changes to the Timeline of Events will be made through an addenda to the solicitation and noticed on the Vendor Bid System and within the MFMP Sourcing Tool. Attachment K Timeline of Events 1.6 Order of Precedence for Solicitation In the event of conflict, the conflict will be resolved in the following order of priority (highest to lowest) Addenda to Solicitation, if issued Introduction Description of Scope Special Instructions General Instructions Special Contract Conditions General Contract Conditions Attachments 1.7 Procurement Officer The Procurement Officer is the sole point of contact from the date of release of this ITB until 72 hours after the contract award is made (See 1.8). Procurement Officer for this ITB is: Jamie Harley, Associate Category Manager Florida Department of Management Services Division of State Purchasing 4050 Esplanade Way, Suite 360 Tallahassee, FL Phone: (850) Jamie.Harley@dms.myflorida.com 1.8 Limitation on Contact with Government Personnel (S (23), F.S.) Respondents to this solicitation or persons acting on their behalf may not contact, between the release of this solicitation and the end of the 72-hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the Procurement Officer or as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a response. 10 Page

12 1.9 ITB Process The ITB is a method of competitively soliciting a commodity or contractual service pursuant to Section (1)(a), F. S. The Department posts an ITB on the Vendor Bid System (VBS) to initiate the process and also posts solicitation in the MFMP Sourcing Tool. Bidders may submit questions in writing to the Procurement Officer via the MFMP Sourcing Tool by the date listed in the Timeline of Events. Bids must be submitted by the deadline listed in the Timeline of Events. The Department will open the bids in a public meeting. Once the Department has evaluated the bids, the Department will post a Notice of Intent to Award on the VBS Question Submission The Department will entertain written questions regarding the solicitation or the procurement process submitted through the MFMP Sourcing Tool for a limited period of time as specified in the Timeline of Events. The purpose of this question period is to promote the bidder s full understanding of the solicitation requirements by providing written binding answers to questions about the solicitation. In order to submit a question, bidders must be registered in MFMP Sourcing and able to access the Messages tab in the solicitation dashboard. For information about registering with MFMP Sourcing, please see Section 2.2 Special Instructions. The Department will not respond to questions submitted through any other format or medium (telephone calls, s, letters, etc.). Questions submitted via the Messages tab within the MFMP Sourcing Tool must be RECEIVED NO LATER THAN the time and date reflected on the Timeline of Events. Questions shall be officially answered via addenda to this solicitation as stated in the Timeline of Events. The Department shall not be bound by any verbal information or by any written information that is not contained within the solicitation documents or formally noticed and issued by the Department's contracting personnel Addenda to the ITB The Department may modify this solicitation by issuing addenda. Addenda, if issued, shall be posted on the VBS and the MFMP Sourcing Tool. Bidders are responsible for checking the VBS and sourcing tool for changes and updates to the solicitation Special Accommodations Any person requiring a special accommodation due to a disability should contact the Department s ADA Coordinator at (850) at least five (5) workdays prior to the scheduled event. If you are hearing or speech impaired, please contact the ADA Coordinator by using the Florida Relay Service at (800) (TDD) Modification or Withdrawal of Bid Bidders are responsible for the content and accuracy of their bid. Bidders may modify or withdraw their bid at any time prior to the bid due date in accordance with the Timeline of Events. For 11 Page

13 instructions on how to modify or withdraw bids refer to the link: MFMP Vendor Toolkit. _university/mfmp_u_online_training_for_vendors/vendor_training_registration or for technical assistance please select this link: MFMP Vendor Help or call (866) Disclosure of Bid Contents All documentation produced in response to this solicitation will become the exclusive property of the Department and will not be returned to the Bidder unless it is withdrawn prior to the bid opening in accordance with Section Contract Formation The Department intends to enter into a contract with the awarded Bidder(s) pursuant to Section 2.5 Basis of Award. The contract shall be composed of the following: General Contract Conditions (PUR 1000), Special Contract Conditions, Description of Scope, Price Sheet (format approved by the Department) submitted by the Contractor after award and additional documentation (as required). 12 Page

14 Section 2 Instructions to Bidders This section contains instructions to Bidders on how to submit a bid. The instructions come in two parts; general instructions and special instructions. 2.1 General Instructions The PUR 1001, The General Instructions to Respondents, is incorporated by reference and provided via the link below: Special Instructions In the event any conflict exists between the Special Instructions and General Instructions to Respondents, the Special Instructions shall prevail MFMP Registration In order to bid, Bidders must have a current Vendor registration and be active for Sourcing Events within the link: MFMP Vendor Information Portal Website How to Submit a Bid Submit responses to this solicitation via the MyFloridaMarketPlace Sourcing Tool by selecting this link: MFMP Sourcing 3.0 Login. Bidders must have a current Vendor registration and be active for Sourcing Events within the link MFMP Vendor Information Portal. Download the MFMP Participation Instructions to Bidder, for detailed instructions on how to participate within the MFMP Sourcing Tool 3.0. Include all appropriate pricing, discounts, documents, forms, files, question responses, and information responses located within the MFMP Sourcing Tool for the solicitation in bids. All required or requested pricing, discounts, documents, forms; files, question responses, and information responses are to be entered electronically in the MFMP Sourcing Tool during this solicitation as indicated. Sourcing Tips and Training After logging into MFMP Sourcing 3.0, My Events lists all events the Vendor already chose to Join (i.e., you intend to submit a formal response). Public Events lists those events associated with the Vendor s registered commodity codes listed in their Vendor Information Portal (VIP) accounts, but the Vendors have not yet Joined. Joining an event moves the event from Public Events to My Events, allows the Vendor to submit questions about the event, and alerts Vendors to any associated updates (e.g., addenda, event edits, etc.). To respond to a solicitation, respondents must review and accept the electronic agreement on the Review and Accept Agreement page. Click the radio button next to, I accept the terms of this agreement. 13 Page

15 When responding, save work frequently at intervals less than 20 minutes. Sourcing 3.0 automatically times out after 20 minutes of inactivity. Any unsaved information may be lost when the system times out. Clicking the Save button within Sourcing 3.0 only saves your solicitation responses. To transmit responses to the State, Vendors must click Submit Entire Response. After clicking the Submit Entire Response button, Vendors are responsible to verify and validate any submitted response in Sourcing 3.0 to ensure their responses are accurate and complete prior to the bid closing time. Vendors should allow sufficient time, prior to the Solicitation event period closing, to address any errors and resubmit revised responses. To validate responses, please do the following before the Solicitation period ends: Click the Response History link to confirm that your submitted response is visible, and, therefore, formally submitted. Confirm that a status of Accepted displays next to your submitted response. Click on the Reference number of your submitted bid response to review the submission. Please check the following: Text boxes Is your entire answer viewable? Yes/No questions Are the displayed answers correct? For technical assistance, contact the MFMP Customer Service Desk (CSD) at (866) or by at VendorHelp@MyFloridaMarketPlace.com. For additional information regarding Vendor online training or to view MFMP Sourcing training documents select the hyperlink, MFMP Vendor Toolkit Who May Respond Manufacturers, who are registered with and considered to be in good standing by the Florida Department of State, may respond. To be eligible for award, a Bidder must satisfy the requirements, specifications, terms, and conditions of the solicitation and demonstrate their capability to perform a statewide Contract in the State of Florida, and are authorized by the Florida Department of State to do business in the State of Florida Bidder Qualification Questions Submit a Yes/No response to the following Qualification Questions within the MFMP Sourcing Tool. Bidders are to meet and respond to the qualifications identified in the following Qualification Questions in order to be considered responsive. The Department may not evaluate bids from Bidders who answer No to any of the Qualification Questions. 14 Page

16 Does the Bidder certify that the person submitting the bid is authorized to respond to this ITB on Bidder s behalf? Does the Bidder certify that it is not a Convicted Vendor as defined in section 7 of the PUR 1001? Does the Bidder certify that it is not a Discriminatory Vendor as defined in section 8 of the PUR 1001? Does the Bidder certify that it is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List? The list can be found at: Does the Bidder certify that it will, if awarded, submit to the Department, at least annually, the completed signed Preferred Pricing Affidavit as required in Section 4.12 of this solicitation? Does the Bidder certify that they have carefully and thoroughly reviewed their bids or discounts on the Price Sheet (Attachment F) for accuracy and completeness? Does the Bidder certify that all material, equipment, processes, etc., contained in its bid response meets all pertinent standards of the Occupational Safety and Health Administration, American National Standards Institute, National Fire Protection Association and all other federal and state requirements? 2.3 Contents of Bid Organize bids in parts as directed below. Submit all the information requested in each part below through the MFMP Sourcing Tool. Failure to submit all of the requested information in through (Part 1 through Part 4) below, in the format required under this ITB, may result in a determination of Bidder non-responsiveness. Label each response with the appropriate section number (and part number) below: Part 1 - Past Performance Provide a minimum of five library furniture projects which individually exceed $30,000.00, sold to State Agencies (excluding the Department of Management Services) or other eligible users in Florida, issued between July 1, 2012 and December 1, The submitted documents should be legible and should include the Purchase Order or Invoice, the date of purchase, the purchaser and their phone number, the specific type of furniture or services provided, the price, project number, the name and telephone number of the customer s contact person, specific type of furniture and services provided by your company for each project, average number of your company s personnel assigned to project and the final overall sales received by your company for this project. This information will be used to assess the Bidder s relevant past experience in handling large projects Part 2 Federal General Services Administration (GSA) Information If Bidder holds a Federal GSA Contract the following documentation must be uploaded: 15 Page

17 A copy of the cover page of the current GSA contract (SF26, SF30 or SF33) showing the GSA multiple Award Schedule Number, the Company s name, and effective date of the contract Provide a document identifying the web address linking directly to your published GSA discounted price lists, in effect at the time of bid opening and upload it within the MFMP Sourcing Tool Part 3 - Price Sheet Submission Download the Price Sheet, complete and upload it within the MFMP Sourcing Tool. Bidder must submit filled out sections of the Price Sheet for each library furniture product category (Category) on which the Bidder wishes to bid. The Categories are: Wood Library Furnishings; Metal Library Furnishings; High Density and Mobile Shelving-Electric; and High Density and Mobile Shelving-Manual. Each Category within the Price Sheet on which the Bidder wishes to be considered for award shall contain the List Price from the Manufacturer s Price List for each specification within that Category and the minimum discount off the Manufacturers Price List which the Bidder shall sell all products within that Category should the Bidder be awarded that Category, specification or any other separable portion thereof. A Price Sheet that lacks the above information for all specifications within a Category shall not be considered for an award in that Category. Attachment F - Price Sheet Part 4 Other information Out-of State Preference Letter from Attorney (if applicable) Any Bidder who states that its principal place of business is outside of this state must submit with its bid in accordance with section , Florida Statutes, a written opinion of an attorney at law, licensed to practice law in that foreign state, that contains information explaining the preferences, any or none, granted by the law of that state to its own business entities whose principal place(s) of business are in that foreign state in the letting of any or all public contracts. For the purpose of this ITB, principal place of business means the state in which the Bidder s high level officers direct, control, and coordinate the Bidder s activities. Upload if applicable the written opinion of an attorney at law here Preferred Pricing Affidavit Download the Preferred Pricing Affidavit found in Section 5, complete and upload it here. Attachment E - Preferred Pricing Affidavit Certification of Drug-Free Workplace Download the Certification of Drug-Free Workplace Form found in Section 5, complete and upload it here. Attachment B - Certification of Drug-Free Workplace Form 16 Page

18 Savings /Price Reductions Download the Savings/Price Reductions Form found in Section 5, complete and upload it here. The Bidder is required to furnish the percent (%) savings in prices offered compared to retail, list, published or other usual or customary prices that would be paid by the purchaser without the benefit of a contract resulting from this bid. The Savings/Price Reductions form is provided to facilitate the Bidders response to this requirement. The Bidder is required to submit this form with its bid, and at the time of any renewals or extensions. Attachment I - Savings/Price Reductions Form Authorized Servicing Dealers Download the Authorized Servicing Dealers Form found in Section 5, complete and upload it here. Attachment A - Authorized Servicing Dealers Form Manufacturer s Price List Provide a document identifying the web address linking directly to your published price lists, in effect at the time of bid opening and upload it within the MFMP Sourcing Tool. Upload a document identifying the web address linking here. 2.4 Evaluation Criteria The Department shall review bidder responses using the criteria listed in 2.2.4, Bidder Qualification Questions, to determine responsiveness. Bids that do not meet all requirements of the solicitation or fail to provide all required information, documents, or materials may be rejected as nonresponsive. Bidder s responses, past performance, or current status that do not reflect the capability, integrity, or reliability to fully and in good faith perform the requirements of a Contract may be rejected as non-responsible. At its sole discretion, the Department will determine which responses meet the requirements of this solicitation, and which Bidders are responsive and responsible. 2.5 Basis of Award The Contract(s) shall be awarded to one or more, not to exceed five (5) responsive, responsible Bidder(s) that offers the lowest total evaluated price for each Category, specification or any other separable portion if deemed in the best interest of the State. Bidders are not required to bid every category. If the Bidder wishes to be considered for a category award, they must submit a bid for all products listed within the specifications of that category. All areas where information is requierd will be highlighted in yellow. The total evaluated price for each Category is the summed total of: the Manufacturer s List Price reduced by the discount percentage off the Manufacturer s Price List times the weighted percentage for the products listed in the specifications within that Category. Manufacturer s List Price x (1 Discount Percentage) = Price 17 Page

19 Price x Weighted Percentage = Evaluated Price Sum of Evaluated Prices = Total Evaluated Price Discount Percentage: The Bidder s discount of Manufacturer s List Price for all products within the Category. Price: The Bidder s Manufacturer s List Price multiplied by the discount percentage. Weighted Percentage: The Department s weighted percentage for the Bidder s discounted Manufacturer s List Price. Evaluated Price: The Bidder s price multiplied by the weighted percentage. Total Evaluated Price: The Bidder s total evaluated price for the Category. Please Note: Where the text above can be construed to conflict with the formula above, the formula shall control. Calculations shall be completed in the price sheet (Attachment F) in Microsoft Excel. The Department reserves the right to award all Categories to a single vendor or award to multiple vendors by Category, specification or any other separable portion if deemed to be in the best interest of the State. The Department reserves the right to accept or reject any and all bids, or separable portions, and to waive any minor irregularity, technicality, or omission if the Department determines that doing so will serve the State s best interest. 2.6 Preference to Florida Vendors If the lowest bid is submitted by a Bidder whose principal place of business is located outside the State of Florida, preference shall be applied consistent with section , F.S. 2.7 Tie Bids In the event that the Department s evaluation results in identical evaluations of bids, the Department will select a Bidder based on the criteria identified in Rule 60A-1.011, F.A.C. 2.8 Rejection of Bids Bids that do not meet all requirements, specifications, terms, and conditions of the solicitation or fail to provide all required information, documents, or materials may be rejected as non-responsive. Bidders whose bids, past performance, or current status do not reflect the capability, integrity, or reliability to fully and in good faith perform the requirements of a contract may be rejected as not responsible. The Department reserves the right to determine which bids meet the requirements of this solicitation, and which bidders are responsive and responsible. 2.9 Redacted Submissions The following section supplements section 19 of the PUR If Bidder considers any portion of the documents, data or records submitted in response to this solicitation to be confidential, 18 Page

20 proprietary, trade secret or otherwise not subject to disclosure pursuant to Chapter 119, F.S., the Florida Constitution or other authority, Bidder must mark the document as Confidential and simultaneously provide the Department with a separate redacted copy of its response and briefly describe in writing the grounds for claiming exemption from the public records law, including the specific statutory citation for such exemption. This redacted copy shall contain the Department s solicitation name, number, and the Bidder s name on the cover, and shall be clearly titled Redacted Copy. The Redacted Copy should only redact those portions of material that the Bidder claims is confidential, proprietary, trade secret or otherwise not subject to disclosure. In the event of a request for public records pursuant to Chapter 119, F.S., the Florida Constitution or other authority, to which documents that are marked as confidential are responsive, the Department will provide the Redacted Copy to the requestor. If a requestor asserts a right to the Confidential Information, the Department will notify the Bidder such an assertion has been made. It is the Bidder s responsibility to assert that the information in question is exempt from disclosure under Chapter 119, F.S., or other applicable law. If the Department becomes subject to a demand for discovery or disclosure of the Confidential Information of the Bidder in a legal proceeding, the Department shall give the Bidder prompt notice of the demand prior to releasing the information (unless otherwise prohibited by applicable law). The Bidder shall be responsible for defending its determination that the redacted portions of its response are confidential, proprietary, trade secret, or otherwise not subject to disclosure. By submitting a bid, the Bidder agrees to protect, defend, and indemnify the Department for any and all claims arising from or relating to the Bidder s determination that the redacted portions of its reply are confidential, proprietary, trade secret, or otherwise not subject to disclosure. If Bidder fails to submit a redacted copy of information it claims is confidential, the Department is authorized to produce the entire documents, data, or records submitted to the Department in answer to a public records request for these records. Balance of page intentionally left blank 19 Page

21 Section 3 Description of Scope 3.1 Purpose The purpose of this solicitation is to establish a four year State Term Contract for the purchase of by all Eligible Users. Purchases under this agreement will meet the needs of state agencies and other eligible users in the performance of the respective entities core responsibilities. 3.2 Eligible Products All products offered under this contract shall be new and unused and in current production. Remanufactured or refurbished products are not a part of this offering. No products shall be considered for award if already awarded on or in conflict with another State Term Contract. Eligible products for this contract include bookcases (wood, metal), high density and mobile shelving (manual, electric), display racks and cases, audio visual carts and consoles, card catalog files, carrels, library tables and seating, circulation desks, and children s reading furniture. Minor customization of standard product by an awarded Contractor is allowable. However, customizations that alter the basic structure or function, take the standard product out of the Contractor s awarded categories or substantially change the appearance of a standard product are not considered minor and will require prior approval from the Department. The Department reserves the right to require samples of the proposed customized products before approving. 3.3 Excluded Products Items excluded from the Contract include remanufactured or refurbished products, any items or product lines currently awarded under another state term contract, any items or product lines that may qualify for award under another state term contract, lighting, carpets, rugs, decorative accessories and items. 3.4 Product List The Product List Form is a listing of library furniture product categories available in this Contract (see Section 5 Attachments). A product listing, and a listing of Contractors providing those products, will be made available as a reference aid to Customers. This completed Product List form may be submitted with the ITB response and uploaded within the Sourcing Tool. Attachment G - Product List Download the Product List Form found in Section 5, complete and upload it here 3.5 Delivery Delivery is required within 90 days from receipt of a Purchase Order containing complete and correct ordering information. Exceptions (for special finishes, custom fabrics, or other non- 20 Page

22 standard options, large volume order, etc.) shall be negotiated with the Customer. Delivery delayed beyond 90 days or the agreed upon term must be justified to the Customer in writing, and if requested, the Contractor shall provide furniture on a temporary rent-free basis until delivery of ordered items is completed. Any known factors that may disrupt the delivery schedule (shutdowns, inventory periods, etc.) must be clearly stated in the product quote. Multiple delivery locations must be clearly indicated on the Purchase Order. Customer shall list delivery locations and instructions in the body of the Purchase Order, as well as the commodity number and quantity for each location. For non-installed orders, items shall be unloaded by the delivering carrier and placed on the Customer s loading dock. If there is no loading dock, items shall be unloaded by the carrier and placed in a space immediately adjacent to the carrier s vehicle at the delivery location. For orders specifying inside (non-installed) delivery, items shall be unloaded and delivered by the delivering carrier and placed inside the door on the first or ground level floor of the building. For installed orders, the Contractor or its representative shall be responsible for receipt, inspection, and assembly of items delivered in the area designated by the Customer, as well as prompt removal and disposal of all debris resulting from the delivery. The Customer shall be responsible for the immediate removal of any existing furniture from the area in which the items are to be installed. Elevators must be made available if more than one story. If no elevator is available, delivery shall be made to the ground floor or an additional delivery charge, may be negotiated if the Contractor is willing to transport the items via stairways. With the exception of State recognized holidays, the Contractor shall maintain hours of operation and be available Monday through Friday, 8am to 5pm (ET) for the management of this Contract. 3.6 Warranty All products shall be warranted by the Contractor against mechanical, electrical, and workmanship defects for a warranty period of at least 5 years, or the period stated in the manufacturer s warranty, whichever is greater. Fabric and pneumatic cylinders shall be warranted for a minimum of 1 year. Should defects become evident within the warranty period, the Contractor shall either repair the defective parts and materials or replace the contract item at no additional cost. The warranty period shall start with the date of product acceptance and shall be extended to include times during which the products are out of service for warranty repair. 3.7 Price Prices shall be submitted during the contract term as a discount off of the current Manufacturer s Price List. If the Contractor holds a Federal GSA contract, the same discount and pricing must be offered to the State. A copy of the GSA contract and corresponding price list (or the GSA discounted price list) shall be provided to the Department. 21 Page

23 The Department reserves the right to reject any discount or term less favorable than those provided to other public entities or cooperative groups, or any discount that does not offer substantial savings to the State. Contractor must supply a Customer-approved solution if a product(s) cannot be delivered as agreed upon in the purchase order or written agreement at no additional charge. Contractor must honor additional quantity orders at the same pricing and discount for 90 days after substantial completion of a single job, delivered to a single location that are needed to complete the project. The awarded Bidders shall submit price sheets after award with the manufacturers name, series, price list name, number and date (be specific), percentage discount rate, pricing tiers, Quick Ship programs available, installation, space planning/ design fees, and shipping/delivery costs. The minimum discount rate for that awarded Category shall be applied to all items within that Category offered by each awarded Bidder in their Manufacturer s Price List. 3.8 Price Adjustments Revisions to pricing during the contract term must be requested in writing and approved by the Department prior to advertisement or implementation. Contractor shall submit written justification for requested adjustment, new or revised price list (if applicable), copy of GSA approval (if applicable), identify percentage(s) of requested increase and affected products or services, or identify percentage(s) of requested decrease and affected products or services, update Contractor State Contract Web Page, and update electronic catalog in MyFloridaMarketPlace immediately following written approval (if applicable) Price increase requests that exceed corresponding Producer Price Index (PPI) for the commodity category may not be approved. The Producer Price Index that applies is Series Id: PCU , Industry: Furniture & related product mfg, Product: Furniture & related product mfg. Other review factors may include, but are not limited to, previous pricing adjustments, comparative study of other Contractors offering similar products, and market trends. The Department reserves the right to accept or reject any requested pricing adjustment, or terminate the contract. Pricing that has not been approved by the Department but given to Eligible Users may be cause for finding the Contractor in default. 3.9 Installation Charges Authorized Servicing Dealer shall be responsible for receipt, inspection, assembly of items, and debris removal at the location listed on the purchase order. Separate installation charges may apply to any required reconfiguration of furniture during the term of the Contract. Additional charges for installation during hours of operation (see Section 3.5, last sentence) or other unique applications shall be agreed upon in writing and approved by the Customer prior to installation services being performed. 22 Page

24 3.10 Space Planning / Design Fees Customer shall approve Space Planning / Design fees in writing prior to any services being performed by the Contractor or Authorized Servicing Dealer Purchasing Card Program The State of Florida has implemented a purchasing card program, using the Visa platform. Vendors may receive payment from state agencies by the purchasing card in the same manner as other Visa purchases. Visa acceptance is mandatory but is not the exclusive method of payment. Administrative fees shall not be charged to the Customer Authorized Servicing Dealers During the term of the Contract, Contractors shall name and maintain a minimum of two (2) Authorized Servicing Dealers within the State of Florida or service representatives for the Contract. Contractors are encouraged to utilize Certified Minority Business Enterprise (CMBE) Authorized Servicing Dealers. Contractors shall identify any CMBE Authorized Servicing Dealers on the Authorized Servicing Dealers form (see Section 5). Each Authorized Servicing Dealer or representative named will be responsible for product delivery and installation, as well as providing assistance to Eligible Users. If Authorized Servicing Dealers will be receiving orders on behalf of the Contractor, they are required to register in MyFloridaMarketPlace Conformance to Codes The Authorized Servicing Dealer shall be responsible for verifying furniture space plan/configuration fits the given space and that all aisles, openings, and doors meet local fire and safety codes and are in conformance with ADA regulations. Also, upon the request of the Department or Eligible User, the Contractor shall be responsible for providing written verification of their product s conformance to current fire and flammability codes, as regulated by the State of Florida Performance Bond If deemed necessary, the Customer may require the Contractor to furnish (without additional cost) a performance bond, a negotiable irrevocable letter of credit or other form of security for the faithful performance of providing the required items specified on Customer Purchase Order against this Contract. Determination of the appropriateness and amount of any bond requirement, is the sole responsibility, and at the sole discretion, of the Customer Sales Literature / Technical Information If requested by Eligible Users for product literature, Price Lists, and specifications must be provided within five (5) working days after receipt of written request, at no charge. The Department reserves the right to review and approve all product literature, Price Lists, and promotional materials before distribution to Eligible Users. 23 Page

25 3.16 Delays and Complaints The Contractor will promptly notify the Customer upon becoming aware of any circumstances that may reasonably be expected to jeopardize the timely and successful completion (or delivery) of any Product, including any commodity, service, deliverable, or project. The Contractor will use commercially reasonable efforts to avoid or minimize any delays in performance and will inform the Customer of the steps the Contractor is taking or will take to do so, and the projected actual completion (or delivery) time. If the Contractor believes a delay in performance by the Customer has caused or will cause the Contractor to be unable to perform its obligations on time, the Contractor will promptly so notify the Customer and use commercially reasonable efforts to perform its obligations on time notwithstanding the Customer s delay. The Contractor acknowledges that untimely performance or other material non-compliance will damage the Customer, but by their nature such damages are difficult to ascertain. Accordingly, the on-going liquidated damages will apply to this Contract. Ongoing liquidated damages are not intended to be a penalty and are solely intended to compensate for damages caused by failure to complete or perform on the Contract. Documented inability to timely and successfully complete (or deliver) any Products may result in ongoing liquid damages, default proceedings, and possible termination via the established Complaint to Vendor process (PUR 7017) per 60A F.A.C. The Department or Customer may impose ongoing liquid damages up to one thousand dollars ($ ) per calendar day of non-compliance, until such non-compliance is remedied to the satisfaction of the Parties. Ongoing liquid damages may be adjusted based on total damages realized by the Department or Customer Sales Requirements Should no sales be recorded in two consecutive contract quarters, the contractor may be terminated for convenience or cancelled, or the Department may choose to not renew the Contract New Products New products may be considered for addition to the contract. All requests for review shall be made in writing and shall include product literature and Price Sheet. New products may not be marketed as approved products prior to written approval from the Contract Manager Ordering Information Changes The Contractor shall submit changes for its company s Ordering Information in the completed Ordering Information Form. The Contractor shall update any information necessary for placing orders under the contract by submitting revised Ordering Information. Attachment D - Ordering Information Form. 24 Page

The State of Florida. Department of Management Services

The State of Florida. Department of Management Services The State of Florida Department of Management Services INVITATION TO BID ITB No: 19-46000000-N DEFENSE PRODUCTS TABLE OF CONTENTS Section 1 Introduction... 5 1.1 Bid... 5 1.2 Solicitation... 5 1.3 Definitions...

More information

Invitation to Bid (ITB) for. Aviation Hull and Liability Insurance. ITB No: H. State of Florida. Department of Management Services

Invitation to Bid (ITB) for. Aviation Hull and Liability Insurance. ITB No: H. State of Florida. Department of Management Services Invitation to Bid (ITB) for Aviation Hull and Liability Insurance State of Florida Department of Management Services ITB ISSUE DATE: JUNE 02, 2015 RESPONSES DUE: JUNE 30, 2015 REFER ALL INQUIRIES TO JILL

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

NAME CHANGE AGREEMENT

NAME CHANGE AGREEMENT STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES ALTERNATE CONTRACT SOURCE NUMBER: 060-000-13-1 ACS GENERAL PARTS DISTRIBUTION LLC D/B/A CARQUEST AUTO PARTS NAME CHANGE AGREEMENT This Agreement is entered

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

ALTERNATE CONTRACT SOURCE NO ACS. Mobile On-Site Shredding Services

ALTERNATE CONTRACT SOURCE NO ACS. Mobile On-Site Shredding Services ALTERNATE CONTRACT SOURCE NO. Florida Department of Revenue (DOR), Contract Nos.: E0058, E0059, E0064, E0065, E0066 WHEREAS, The State of Florida (the State ) Department of Management Services (the Department

More information

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

AMENDMENT 2 STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES STATE TERM CONTRACT NUMBER: FUEL CARD SERVICES

AMENDMENT 2 STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES STATE TERM CONTRACT NUMBER: FUEL CARD SERVICES AMENDMENT 2 STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES STATE TERM CONTRACT NUMBER: 973-163-10-1 FUEL CARD SERVICES This Amendment 2 of the above-referenced state term contract ( Contract ), effective

More information

Department of Management Services REQUEST FOR INFORMATION. Comprehensive Surgical and Medical Procedures Entity

Department of Management Services REQUEST FOR INFORMATION. Comprehensive Surgical and Medical Procedures Entity Pursuant to 60A-1.042, an agency may request information by issuing a written Request for Information. Agencies may use Requests for Information in circumstances including, but not limited to, determining

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

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

INVITATION TO BID Solicitation Acknowledgement Form

INVITATION TO BID Solicitation Acknowledgement Form Page 1 of 33 pages AGENCY RELEASE DATE: April 18, 2018 SOLICITATION TITLE: INVITATION TO BID Solicitation Acknowledgement Form SUBMIT REPLY TO: Department of State R.A. Gray Building 500 South Bronough

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

Request for Proposals (RFP) Information Technology Staff Augmentation Services. RFP No SA-B

Request for Proposals (RFP) Information Technology Staff Augmentation Services. RFP No SA-B Request for Proposals (RFP) Information Technology Staff Augmentation Services September 2015 TABLE OF CONTENTS 1 Introduction... 3 2 Solicitation Overview... 7 3 Instructions...11 4 Vendor Submission...14

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

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

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

State Term Contract No Licensing Solutions Providers of Microsoft Software and Services

State Term Contract No Licensing Solutions Providers of Microsoft Software and Services State Term Contract No. 43230000-15-02 This State Term Contract (Contract) is between the State of Florida, Department of Management Services (Department), Division of State Purchasing, an agency of the

More information

Invitation to Bid (ITB) Medical and Dental Supplies. No S ADDENDUM NO. 2. Questions and Answers & ITB Revisions

Invitation to Bid (ITB) Medical and Dental Supplies. No S ADDENDUM NO. 2. Questions and Answers & ITB Revisions Invitation to Bid (ITB) Medical and Dental Supplies 19-42000000-S ADDENDUM NO. 2 Questions and Answers & ITB Revisions Page 1 of 8 Contained herein are the answers to the questions submitted to the Department

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

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

The State of Florida. Department of Management Services

The State of Florida. Department of Management Services The State of Florida Department of Management Services INVITATION TO BID ITB No: 03-25100000-A MOTOR VEHICLES TABLE OF CONTENTS Section 1 Introduction... 4 Section 2 Instructions to Bidders... 13 Section

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

State of Florida Department of Transportation

State of Florida Department of Transportation State of Florida Department of Transportation INVITATION TO BID FDOT APL Traffic Equipment Supplemental bid to ITB-DOT-15/16-9005-GH ITB-DOT-17/18-9044-GH CONTACT FOR QUESTIONS: Greg Hill, Procurement

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

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

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

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

STATE OF FLORIDA DEPARTMENT OF EDUCATION. Request for Proposal. Intent To Submit Proposal

STATE OF FLORIDA DEPARTMENT OF EDUCATION. Request for Proposal. Intent To Submit Proposal STATE OF FLORIDA DEPARTMENT OF EDUCATION Request for Proposal Intent To Submit Proposal *********************************************************************************************************************************

More information

CERTIFICATION OF CONTRACT

CERTIFICATION OF CONTRACT CERTIFICATION OF CONTRACT Title: Medical and Dental Supplies Contract Number: 475-000-11-1 RFP Number: 10-475-000-J Effective: September 20, 2010 through September 19, 2013 Supersedes: 475-000-05-1 Contractors:

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

Attachment 1 Invitation to Bid for 2015 Tires ITB No: V

Attachment 1 Invitation to Bid for 2015 Tires ITB No: V Attachment 1 Invitation to Bid for 2015 Tires ITB No: 04-25172500-V Questions and Answers Questions from MSG81783: 1. 1.3.2 Some of the tires on your list we do not manufacture. Does this eliminate us

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

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

We Serve Those Who Serve Florida

We Serve Those Who Serve Florida STATE PURCHASING MEMORANDUM Memorandum No. 01 (2008-2009) FROM: State Purchasing DATE: November 19, 2008 RE: Clarification to memorandum No. 02 (2006-2007) Use of Schedule 70 This memorandum authorizes

More information

Request for Proposals (RFP) Information Technology Staff Augmentation Services Rebid. RFP No SA-B

Request for Proposals (RFP) Information Technology Staff Augmentation Services Rebid. RFP No SA-B Request for Proposals (RFP) Information Technology Staff Augmentation Services Rebid January 2016 TABLE OF CONTENTS 1 Introduction... 3 2 Solicitation Overview... 7 3 Instructions...11 4 Respondent Submission...15

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ITB-DOT-17/18-8008-AP SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) DELTA AUTOMATION COMPONENTS INDEFINITE QUANTITY TERM CONTRACT ITB-DOT-17/18-8008-AP ADVERTISEMENT

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

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

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

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

Florida Lottery. Invitation to Bid

Florida Lottery. Invitation to Bid Florida Lottery Invitation to Bid Issue Date: Tuesday, March 1, 2016 Project Number: 052-15/16 Florida Lottery Procurement Management 250 Marriott Drive Tallahassee, Florida 32301 TABLE OF CONTENTS PAGE

More information

State of Florida Department of Transportation

State of Florida Department of Transportation State of Florida Department of Transportation INVITATION TO BID ATTENUATOR PARTS ITB-DOT-16/17-9044-GH-Rebid CONTACT FOR QUESTIONS: Greg Hill, Procurement Agent greg.hill@dot.state.fl.us 605 Suwannee Street,

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

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

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

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

CERTIFICATION OF CONTRACT

CERTIFICATION OF CONTRACT 4050 Esplanade Way Tallahassee, Florida 32399-0950 Tel: 850.488.2786 Fax: 850. 922.6149 Rick Scott, Governor Craig J. Nichols, Agency Secretary CERTIFICATION OF CONTRACT TITLE: CONTRACT NO.: 477-860-08-1

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

State of Florida. Division of Emergency Management

State of Florida. Division of Emergency Management State of Florida Division of Emergency Management Invitation to Bid # ITB-DEM-17-18-027 Lease of Stand-up Narrow Aisle Reach Truck for the State Logistics Response Center Contact for Questions Jenene.Helms@em.myflorida.com

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

BID REGISTRATION TITLE: CLASSROOM ASSESSMENT SCORING ASSESSMENT (CLASS ) MATERIALS

BID REGISTRATION TITLE: CLASSROOM ASSESSMENT SCORING ASSESSMENT (CLASS ) MATERIALS 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

THIS BID MUST BE RECEIVED NO LATER THAN 2:00 P.M. ON: 01/24/14 THURSDAY, FEBRUARY 13, 2014

THIS BID MUST BE RECEIVED NO LATER THAN 2:00 P.M. ON: 01/24/14 THURSDAY, FEBRUARY 13, 2014 RETURN BID TO: THE UNIVERSITY OF MARYLAND BALTIMORE COUNTY DEPARTMENT OF PROCUREMENT 1000 HILLTOP CIRCLE, RM 301, ADMIN. BLDG. BALTIMORE, MD 21250 REQUEST TO BID No. BC-20909-R Mallela Ralliford: 410-455-2071

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ITB-DOT-17/18-8002-AP ELECTRIC PANEL SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) EQUIPMENT, HARDWARE, SOFTWARE AND SUPPORT SERVICES INDEFINITE QUANTITY TERM CONTRACT

More information

SUBSCRIPTION AGREEMENT

SUBSCRIPTION AGREEMENT SUBSCRIPTION AGREEMENT Table of Contents 1. Subscription... 3 2. Offering Materials... 3 3. Company Representations and Warranties... 3 4. Subscriber Representations, Acknowledgements and Agreements...

More information

State of Florida Department of Transportation District One Procurement Office 801 North Broadway Avenue Bartow, FL 33830

State of Florida Department of Transportation District One Procurement Office 801 North Broadway Avenue Bartow, FL 33830 State of Florida Department of Transportation District One Procurement Office 801 North Broadway Avenue Bartow, FL 33830 ITBSHELL.SERVICES 09/2016 INVITATION TO BID REGISTRATION ******************************************************************************

More information

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

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

More information

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

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ITB-DOT-16/17-8019-AP TRANE CHILLER COIL REPLACEMENTS POMPANO TURNPIKE OPERATIONS CENTER FLORIDA S TURNPIKE (STATE ROAD 91), MILEPOST 65.0 AND LAKE WORTH DISPATCH CENTER

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) MOTOR FUEL & FUEL MANAGEMENT CONTROL SYSTEM SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 PH: 276-386-6521 FAX: 276-386-9198 ISSUE DATE 06/8/2018

More information

EXHIBIT 1. PROJECT NAME & LOCATION: Brooksville National Guard Armory Renovation, Spring Hill Drive, Brooksville, Florida

EXHIBIT 1. PROJECT NAME & LOCATION: Brooksville National Guard Armory Renovation, Spring Hill Drive, Brooksville, Florida EXHIBIT 1 Solicitation Date: March 5, 2014 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED (GENERAL) CONTRACTORS BY THE State of Florida, Department of Military Affairs HEREINAFTER REFERRED TO AS OWNER,

More information

State of Florida Department of Financial Services. Request for Proposals (RFP) Number: RFP UP Auctioneer Services

State of Florida Department of Financial Services. Request for Proposals (RFP) Number: RFP UP Auctioneer Services State of Florida Department of Financial Services Request for Proposals (RFP) Number: 1718-14 RFP UP Procurement Officer: Wanda Norton Operations Review Specialist Department of Financial Services Office

More information

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES Cecil County Government Purchasing Department Bid #13-13 SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE

More information

NASPO ValuePoint PARTICIPATING ADDENDUM CLOUD SOLUTIONS Administered by the State of Utah (hereinafter Lead State ) Alternative Contract Source No:

NASPO ValuePoint PARTICIPATING ADDENDUM CLOUD SOLUTIONS Administered by the State of Utah (hereinafter Lead State ) Alternative Contract Source No: NASPO ValuePoint PARTICIPATING ADDENDUM CLOUD SOLUTIONS Administered by the State of Utah (hereinafter Lead State ) Alternative Contract Source No: 43230000-NASPO-16-ACS SHI International Corp. Master

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS GENERAL SERVICES & PURCHASING INVITATION TO BID (ITB) The Board of County Commissioners (BCC), Highlands County, Sebring, Florida, will receive sealed bids

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

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

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

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

State of Florida Department of Transportation

State of Florida Department of Transportation State of Florida Department of Transportation INVITATION TO BID Districtwide Right of Way Asbestos Abatement Services for the Florida Department of Transportation ITB-DOT-15/16-4013JR CONTACT FOR QUESTIONS:

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

NOTICE OF PROPOSAL INVITATION

NOTICE OF PROPOSAL INVITATION NOTICE OF PROPOSAL INVITATION Proposal Name: Proposal Number: Transportation Fuels, Propane and Heating Oil TEC-103-16 Proposal Submission Deadline Date and Time: July 6, 2016 at 2:00 p.m. Contract Term:

More information

Hull & Company, LLC Tampa Bay Branch PRODUCER AGREEMENT

Hull & Company, LLC Tampa Bay Branch PRODUCER AGREEMENT Hull & Company, LLC Tampa Bay Branch PRODUCER AGREEMENT THIS PRODUCER AGREEMENT (this Agreement ), dated as of, 20, is made and entered into by and between Hull & Company, LLC, a Florida corporation (

More information

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

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

More information

Quick Call for Proposals. State of Minnesota. Minnesota Department of Transportation. Quick Call for Proposals ( Quick Call )

Quick Call for Proposals. State of Minnesota. Minnesota Department of Transportation. Quick Call for Proposals ( Quick Call ) State of Minnesota Minnesota Department of Transportation ( Quick Call ) Fiber Optic Training Course for Intelligent Traffic Systems March 15, 2019 Proposals must be received no later than 11:00 AM, Central

More information

INVITATION TO NEGOTIATE (ITN) FOR INFORMATION TECHNOLOGY OPERATIONS AND MAINTENANCE SERVICES ITN NO: DMS-17/ THE STATE OF FLORIDA

INVITATION TO NEGOTIATE (ITN) FOR INFORMATION TECHNOLOGY OPERATIONS AND MAINTENANCE SERVICES ITN NO: DMS-17/ THE STATE OF FLORIDA 4050 Esplanade Way Tallahassee, Florida 32399-0950 Tel: 850.488.2786 Fax: 850. 922.6149 Rick Scott, Governor Erin Rock, Secretary INVITATION TO NEGOTIATE (ITN) FOR INFORMATION TECHNOLOGY OPERATIONS AND

More information

October 16, Title: Statewide Medicaid Prepaid Dental Health Program

October 16, Title: Statewide Medicaid Prepaid Dental Health Program RICK SCOTT GOVERNOR JUSTIN M. SENIOR SECRETARY October 16, 2017 Prospective Vendor(s): Subject: Solicitation Number: AHCA ITN 012 17/18 Title: Statewide Medicaid Prepaid Dental Health Program This solicitation

More information

Invitation to Bid #18PSX0055

Invitation to Bid #18PSX0055 State of Connecticut Invitation to Bid #18PSX0055 GROUNDS MAINTENANCE & LANDSCAPING SERVICES FOR THE DESPP FACILITY LOCATED AT 34 PERIMETER ROAD, WINDOSR LOCKS, CONNECTICUT 06096 Contract Specialist: Michael

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION INVITATION TO BID REPLACEMENT OF EMERGENCY STANDBY GENERATOR, FUEL TANK AND AUTOMATIC TRANSFER SWITCH (ATS) AT VARIOUS LOCATIONS ALONG THE FLORIDA S TURNPIKE SYSTEM

More information

City of New Rochelle New York

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

More information

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

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

CITY OF TITUSVILLE, FLORIDA

CITY OF TITUSVILLE, FLORIDA CITY OF TITUSVILLE, FLORIDA INVITATION FOR PRICE QUOTE #12-PQ-102 Replace Wemco Grit Pump Due Date: June 12, 2012 @ 4:00 PM BIDDER INFORMATION Company Name Address City/Zip/State Contact Person Phone Number

More information

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019 Request for Proposal Internet Access Peach Public Libraries E-Rate Funding Year 2018 July 1, 2018 - June 30, 2019 FY2018 Form 471 Window The FCC Form 471 must be certified on or before March 22, 2018 at

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

City of New Rochelle New York

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

More information

NEAPA Northeast Alabama Purchasing Association

NEAPA Northeast Alabama Purchasing Association NEAPA Northeast Alabama Purchasing Association REQUEST FOR BID ATTENTION ALL BIDDERS YOU MUST MARK ON THE ENVELOPE: New Tires SEALED BID #3321 NEAPA is soliciting sealed bids for the above project. Bids

More information

State of Florida Division of Emergency Management

State of Florida Division of Emergency Management State of Florida Division of Emergency Management RFP-DEM-16-17-048 HURRICANE LOSS MITIGATION PROGRAM Request for Proposals CONTACT FOR QUESTIONS: Tara Walters 2555 Shumard Oak Blvd. Tallahassee, Florida

More information

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Substance Abuse and Mental Health

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Substance Abuse and Mental Health STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Substance Abuse and Mental Health REQUEST FOR PROPOSAL Staffing and Training for Substance Abuse and Mental Health Integration Specialist RFP#: 07MH1501

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

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

AMENDMENT NO. 3 To State Term Contract Live Capture Electronic Fingerprinting Equipment

AMENDMENT NO. 3 To State Term Contract Live Capture Electronic Fingerprinting Equipment AMENDMENT NO. 3 To State Term Contract 680-370-07-01 Live Capture Electronic Fingerprinting Equipment This Amendment No. 3 ( Amendment ), effective as of November 29, 2013, to the Live Capture Electronic

More information

Title: RIGHT OF WAY ASBESTOS ABATEMENT FOR STATE ROAD 7

Title: RIGHT OF WAY ASBESTOS ABATEMENT FOR STATE ROAD 7 State of Florida Department of Transportation OFFICE OF PROCUREMENT 3400 WEST COMMERCIAL BLVD. FORT LAUDERDALE, FL 33309 INVITATION TO BID REGISTRATION ******************************************************************************

More information

~ INVITATION TO BID ~ JOHNSTON COMMUNITY SCHOOL DISTRICT 5608 MERLE HAY ROAD JOHNSTON, IA 50131

~ INVITATION TO BID ~ JOHNSTON COMMUNITY SCHOOL DISTRICT 5608 MERLE HAY ROAD JOHNSTON, IA 50131 ~ INVITATION TO BID ~ JOHNSTON COMMUNITY SCHOOL DISTRICT 5608 MERLE HAY ROAD JOHNSTON, IA 50131 Furniture and Equipment for the Repurposed Wallace Elementary School and Johnston Early Learning Center Reference

More information

State of Florida Department of Transportation Procurement Office, MS North McKinley Drive Tampa, Florida

State of Florida Department of Transportation Procurement Office, MS North McKinley Drive Tampa, Florida State of Florida Department of Transportation Procurement Office, MS 7-700 11201 North McKinley Drive Tampa, Florida 33612-6456 INVITATION TO BID (ITB) REGISTRATION ******************************************************************************

More information

Cboe Global Markets Subscriber Agreement

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

More information

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. 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

INVITATION FOR BIDS FOR A PURCHASE OF 9 VEHICLES TO BE USED BY MONROE COMMUNITY MENTAL HEALTH AUTHORITY

INVITATION FOR BIDS FOR A PURCHASE OF 9 VEHICLES TO BE USED BY MONROE COMMUNITY MENTAL HEALTH AUTHORITY INVITATION FOR BIDS FOR A PURCHASE OF 9 VEHICLES TO BE USED BY MONROE COMMUNITY BID # 12-16-0001 BID DUE DATE: JANUARY 13, 2017 BID DUE TIME: 3:00 P.M. Invitation for Bids Notice is hereby given that the

More information