Generator and Transfer Switch PM, Inspection and Repair Plan Lincoln County RFP # Generator Service

Size: px
Start display at page:

Download "Generator and Transfer Switch PM, Inspection and Repair Plan Lincoln County RFP # Generator Service"

Transcription

1 1 1. Introduction Generator and Transfer Switch PM, Inspection and Repair Plan Lincoln County RFP # Generator Service 1.1 Lincoln County is seeking proposals for preventative maintenance, inspections and 24-hour emergency service on our emergency generators and transfer switches. 1.2 The purpose of this bid is to: Result in a contract between the vendor and Lincoln County Meet and follow all applicable federal, state and local guidelines and regulations. 1.3 Bid Proposal shall be good for 120 days. Pricing shall be guaranteed for a two (2) year period. 1.4 Quoted pricing shall be for two (2) years with the option to renew. The contract will not be automatic renewal and may be renewed in any combination of years for periods of up to three additional years with mutual agreement of all parties. The total length of the contract including all renewals shall not exceed five years. Event Date RFP Issued March 26, 2014 Deadline for Submitting a Question April 28, 2014 Questions Answered Addendum Issued April 30, 2014 Proposal Due Date 2:00 pm May 6, 2014 Completion of Proposal Evaluations May 8, 2014 BOC - Request to Award May 19, 2014 Contract Begins TBD 2. General Bidding Requirements 2.1 When responding to this RFP, please follow the instructions carefully. Submit proposal contents according to the outline specified and submit documents according to the instructions. This RFP will be posted on Lincoln County s website at any addenda issued for this RFP will be posted at this site. 2.2 Lincoln County reserve the right to reject any or all proposals and to waive any formalities as may be permitted by law.

2 2 3. Proposal Contact 3.1 Each Proposer is required to submit its proposal in a sealed envelope. One (1) original and one (1) copy shall be submitted to the address shown below: Lincoln County Managers Office John Henry, Purchasing Agent Third Floor Citizens Center 115 West Main Street Lincolnton, NC All proposals must be received no later than 2:00 p.m., May 6, The Proposer s name and the RFP number must be marked clearly on the outer most packaging of the proposal submission. 3.3 Lincoln County will not be responsible for any expenses incurred by a Proposer in the development of a response to this Request for Proposal or any other activities associated with this procurement including but not limited to onsite (or otherwise) interviews and/or presentations, and/or supplemental information provided. 3.4 Should any Proposer find discrepancies, omissions or ambiguities in this RFP, the Proposer must request in writing within seven days of receipt of proposal, an interpretation from John Henry, Purchasing Agent (jhenry@lincolncounty.org). 3.5 Questions and Clarifications to the RFP will be provided by a written addendum to all who have completed and returned the Intent to Propose Form (page number 10). The addendum will also be available on Lincoln County s website at under the Request for Proposal. 3.6 The Proposer hereby certifies that it has carefully examined this RFP and the Proposer certifies that it understands the scope of work to be done and that the Proposer has knowledge and expertise to provide the scope of work. By signature on the response to the RFP, the Proposer certifies that its proposal is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a proposal for the same materials, supplies, or equipment, and is in all respects fair and without collusion or fraud, so that all proposals for this service will result from free, open and competitive proposing among all vendors. 4. Indemnification 4.1 The successful Proposer will indemnify and hold Lincoln County harmless from any and all liability, expense, judgment, suit or cause of action for personal injury, death, or direct damage to tangible property which may accrue against Lincoln County to the extent it is caused by the negligence of the successful Proposer, its subcontractors, or their employees or agents, while performing duties under this Agreement, provided that the Agencies gives the successful Proposer prompt, written notice of such claim or suit. 5. Independent Contractor 5.1 It is understood that in the performance of any services herein provided, the Proposer shall be, and is, an independent contractor, and is not an agent or employee of Lincoln County and shall furnish such services in its own manner and method, except as required by this contract. Further, the Proposer has, and shall retain the right to exercise full control over the employment, direction, compensation, and discharge of all persons employed by the Proposer in the performance of the services hereunder. The Proposer shall be solely responsible for, and shall indemnify, defend, and save Lincoln County harmless, from all matters relating to the payment of its employees, including compliance with Social Security, withholding, and all other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever.

3 3 6. Payment 6.1 Payment for the rendered services pursuant to the Agreement resulting from this RFP shall be made in amounts as listed: The vendor shall provide to the appropriate department Administrative Assistant a certified invoice/statement. The county s payment terms are Net 30 days from receipt of invoice. Complete terms and method for doing business with Lincoln County can be found on the County s website How to Do Business with the County. 7. Governing Law 7.1 This RFP and any contract resulting shall be governed by and construed according to the laws of the State of North Carolina, venue Lincoln County. 8. Compliance with Laws and Regulations 8.1 The successful Proposer and their employees shall conform to all Federal, State and Local regulations while in performance of their contracts. Any individual found not to conform shall not be allowed to start work or if started shall be required to leave the job site immediately. Continued violation by any success Proposer shall result in the immediate termination of the successful Proposer s contract without penalty to the Agencies. 9. Acceptance 9.1 Submission of any proposal indicates a Proposer s acceptance of the conditions contained in this RFP unless clearly and specifically noted otherwise in the proposal. 9.2 Furthermore, Lincoln County is not bound to accept a proposal on the basis of lowest price, and further, the county has the sole discretion and reserves the right to cancel this RFP, and to reject any and all proposals to waive and all formalities and/or irregularities. The county reserves the right to accept or reject any or all of the items in the proposal and to award the contract in whole or in part and/or negotiate any or all items with individual Proposed. 10. Specifications 10.1 Vendor shall supply lowest pricing for items listed on the attached spreadsheet By submitting a proposal, the vendor agrees that no proposal may be withdrawn for a minimum of 60 days following submittal Lincoln County reserves the right to reject any and all proposals, negotiate with any vendor and make award, if any, in the best interest of Lincoln County. 11. LINCOLN COUNTY GENERAL CONTRACT TERMS AND CONDITIONS 11.1 DEFAULT AND PERFORMANCE BOND: In case of default by the Contractor, the County may procure the articles or services from other sources and hold the Contractor responsible for any excess cost occasioned thereby. Lincoln County reserves the right to require performance bond or other acceptable alternative guarantees from successful bidder without expense to the County. Upon the Contractor filing a petition for bankruptcy or the entering of a judgment of bankruptcy by or against the Contractor, Lincoln County may immediately terminate, for cause, this contract and all other existing contracts the Contractor has with the County, and debar the Contractor from doing future business with Lincoln County GOVERNMENTAL RESTRICTIONS: In the event any Governmental restrictions are imposed which necessitate alteration of the material, quality, workmanship or performance of the items offered prior to their delivery, it shall be the responsibility of the Contractor to notify, in writing, the issuing purchasing office at once,

4 4 indicating the specific regulation which required such alterations. Lincoln County reserves the right to accept any such alterations, including any price adjustments occasioned thereby, or to cancel the contract AVAILABILITY OF FUNDS: Any and all payments to the Contractor are dependent upon and subject to the availability of funds to the agency for the purpose set forth in this agreement TAXES: Any applicable taxes shall be invoiced as a separate item. By execution of the bid document the vendor certifies that it and all of its affiliates, (if it has affiliates); collect(s) the appropriate taxes SITUS: The place of this contract, its situs and forum, shall be North Carolina, where all matters, whether sounding in contract or tort, relating to its validity, construction, interpretation and enforcement shall be determined GOVERNING LAWS: This contract is made under and shall be governed and construed in accordance with the laws of the State of North Carolina NO COLLUSION OR CONFLICT OF INTEREST: By responding to this RFP, the Service Provider shall be deemed to have represented and warranted that the Proposal is not made in connection with any competing Service Provider submitting a separate response to this RFP, and is in all respects fair and without collusion or fraud INSPECTION AT CONTRACTOR S SITE: Lincoln County reserves the right to inspect, at a reasonable time, the equipment/item, plant or other facilities of a prospective contractor prior to contract award, and during the contract term as necessary for the County s determination that such equipment/item, plant or other facilities conform with the specifications/requirements and are adequate and suitable for the proper and effective performance of the contract PAYMENT TERMS: Payment terms are Net not later than 30 days after receipt of correct invoice or acceptance of goods, whichever is later. Lincoln County is responsible for all payments to the Contractor under the contract AFFIRMATIVE ACTION: The Contractor will take affirmative action in complying with all federal and state requirements concerning fair employment and employment of people with disabilities, and concerning the treatment of all employees without regard to discrimination by reason of race, color, religion, sex, national origin or disability. Title VI is part of the Civil Rights Act of 1964, as amended, and its implementing regulations provide that no person shall be subject to discrimination on the basis of race, color or national origin under any program or activity that receives federal financial assistance. For our purposes, national origin equates to individuals who have a limited proficiency with the English language and their primary language is not English, hence, the term limited English proficiency or LEP CONDITION AND PACKAGING: Unless otherwise provided by special terms and conditions or specifications, it is understood and agreed that any item offered or shipped has not been sold or used for any purpose and shall be in first class condition. All containers/packaging shall be suitable for handling, storage or shipment STANDARDS: All manufactured items and/or fabricated assemblies subject to operation under pressure, operation by connection to an electric source, or operation involving a connection to a manufactured, natural, or LP gas source shall be constructed and approved in a manner acceptable to the appropriate inspector which customarily requires the label or re-examination listing or identification marking of the appropriate safety standard organization, such as the American Society of Mechanical Engineers for pressure vessels; the Underwriters Laboratories

5 5 and /or National Electrical Manufacturers Association for electrically operated assemblies; or the American Gas Association for gas operated assemblies, where such approvals of listings have been established for the type of device offered and furnished. Further, all items furnished shall meet all requirements of the Occupational Safety and Health Act (OSHA), and state and federal requirements relating to clean air and water pollution PATENT: The Contractor shall hold and save Lincoln County, its officers, agents and employees, harmless from liability of any kind, including costs and expenses, on account of any copyrighted material, patented or unpatented invention, articles, device or appliance manufactured or used in the performance of this contract, including use by the government ADVERTISING: Contractor agrees not to use the existence of this contract or the name of Lincoln County as part of any commercial advertising ASSIGNMENT: No assignment of the Contractor s obligations nor the Contractor s right to receive payment hereunder shall be permitted. However, upon written request approved by the issuing purchasing authority and solely as a convenience to the Contractor, Lincoln County may: Forward the Contractor s payment check directly to any person or entity designated by the Contractor, and Include any person or entity designated by contractor as a joint payee on the Contractor s payment check. In no event shall such approval and action obligate Lincoln County to anyone other than the Contractor, and the Contractor shall remain responsible for fulfillment of all contract obligations INSURANCE COVERAGE and GENERAL REQUIREMENTS - During the term of the contract, the contractor at its sole cost and expense shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the contract. As a minimum, the contractor shall provide and maintain the following coverage and limits: Coverage: Workers Compensation - The Contractor shall provide and maintain Workers Compensation Insurance, as required by the laws of North Carolina, as well as employer s liability coverage with minimum limits of $150,000.00, covering all of Contractor s employees who are engaged in any work under the contract. If any work is sublet, the Contractor shall require the subcontractor to provide the same coverage for any of his employees engaged in any work under the contract Commercial General Liability - Contractor shall maintain Commercial General Liability insurance, including coverage for products and completed operations liability, contractual liability, liability from independent contractors, property damage liability, bodily injury liability, and personal injury liability with limits of not less than $1,000, per occurrence, and $1,000, annual aggregate. The limits may be satisfied by a combination of primary and excess insurance. The coverage shall be written on an occurrence basis Automobile - At all times while the Contractor s representatives are conducting on-site work, the Contractor shall maintain Business Auto insurance for any owned, hired,

6 General: rented, or borrowed vehicle with a limit of not less than $1,000, per occurrence combined single limit for bodily injury and property damage liability. The limit may be satisfied by a combination of primary and excess insurance Prior to beginning the work, Contractor shall provide written evidence of insurance as requested by the County to confirm that these insurance requirements are satisfied Lincoln County shall be named as an additional insured under Contractor s automobile and general liability insurance. In the event of a loss arising out of, or related to the Contractor s services performed under this Agreement, Contractor s Liability insurance shall be primary (pay first) with respect to any other insurance which may be available to the County, regardless of how the other insurance provisions may read The workers compensation policy must contain a waiver of subrogation in favor of the County Contractor shall be responsible for insuring all of his/her own personal property, improvements, and betterments All insurance policies put forth to satisfy the above requirements shall require the insurer to provide a minimum of thirty (30) days notice to the County of any material change in coverage, cancellation, or non-renewal All insurance put forth to satisfy the above requirements shall be placed with insurance companies licensed to provide insurance in the State of North Carolina. Any deductibles or self-insured retentions in the required insurance shall be subject to approval by the County Contractor shall provide certificates of insurance to the County as evidence of the required coverage. Contractor agrees to provide complete copies of policies if requested. Failure of Contractor to provide timely evidence of insurance, or to place coverage with insurance, or to place coverage with insurance companies acceptable to the County, shall be viewed as Contractor s delaying performance entitling the county to all appropriate remedies under the law including termination of the contract GENERAL INDEMNITY: The Contractor shall hold and save Lincoln County, its officers, agents, and employees, harmless from liability of any kind, including all claims and losses accruing or resulting to any other person, firm, or corporation furnishing or supplying work, services, materials, or supplies in connection with the performance of this contract, and from any and all claims and losses accruing or resulting to any person, firm, or corporation that may be injured or damaged by the contractor in the performance of this contract and that are attributable to the negligence or intentionally tortuous acts of the Contractor provided that the contractor is notified in writing within 30 days that the County has knowledge of such claims. The Contractor represents and warrants that it shall make no claim of any kind or nature against Lincoln County s agents who are involved in the delivery or processing of contractor goods to the County. The representation and warranty in the preceding sentence shall survive the termination or expiration of this contract.

7 CONTRACT AND OR AGREEMENT TERM LENGTH: The duration of this contract and or agreement shall be for one year unless noted on the signature page. No contract and or agreement shall extend 60 days past the renew date. Contract and or agreements may be extended, upon agreement of the parties, for up to a total of five years from the original contract or agreement date. However; the contract and or agreement will not be automatically renewed past the contract and or agreement dates listed on the initial signature page CANCELLATION (TERM CONTRACTS ONLY): All contract obligations shall prevail for at least ninety (90) days after the effective date of the contract. After that period, in addition to the provisions of the paragraph entitled Price Adjustments, for the protection of both parties, this contract may be canceled in whole or in part by either party by giving thirty (30) days prior notice in writing to the other party. See ADDITIONAL TERMS AND CONDITIONS page 19 Termination and Suspension of Work/Contract QUANTITIES (TERM CONTRACTS ONLY): The award of a term contract neither implies nor guarantees any minimum or maximum purchases thereunder PRICE ADJUSTMENTS (TERM CONTRACTS ONLY): Any price changes, downward or upward, which might be permitted during the contract period, must be general, either by reason of market change or on the part of the contractor to other customers Notification: Must be given to the issuing purchasing authority, in writing, concerning any proposed price adjustments. Such notification shall be accompanied by copy of manufacturer s official notice or other acceptable evidence that the change is general in nature Decreases: The County shall receive full proportionate benefit immediately at any time during the contract period Increases: All prices shall be firm against any increase for 180 days from the effective date of the contract. After this period, a request for increase may be submitted with the County reserving the right to accept or reject the increase, or cancel the contract. Such action by Lincoln County shall occur not later than 15 days after the receipt by Lincoln County of a properly documented request for price increase. Any increases accepted shall become effective not later than 30 days after the expiration of the original 15 days reserved to evaluate the request for increase Invoices: It is understood and agreed that orders will be shipped at the established contract prices in effect on dates orders are placed. Invoicing at variance with this provision will subject the contract to cancellation. Applicable North Carolina sales tax shall be invoiced as a separate item CRIMINAL CONVICTIONS CHECKS: Lincoln County is committed to providing a crime free environment for its staff and citizens. If the contractual requirements requires your personnel will have access to various areas of County Facilities. The County reserves the right to require a criminal convictions check on owners, officers, employees and any other workers of the Contractor and their subcontractors at any time upon written request. The Contractor or the Contractor s direct representative shall accompany all new employees to the jobsite and present them to the Contract Administrator. At that time, if a criminal convictions check has been requested the Contractor shall provide a criminal history (not a letter) including traffic records, by presenting a document from a reputable company providing statewide searches covering a minimum of the last seven (7) years to the Contract Administrator. The criminal history shall match the name on state issued picture identification card. Out

8 8 of state searches shall be required for persons living in the state of North Carolina for less than seven (7) years. The names, addresses and birth dates of each person that enters County property (including the owners and subcontracts) in the performance of this contract shall be supplied with the criminal history on company letterhead signed by a representative duly authorized to sign on behalf of the company. This history shall be provided to the Contract Administrator at least twenty-four (24) hours prior to any person performing work under this contract. Persons without this criminal history may be turned away and not allowed to work on any property owned or utilized by the County until proper documentation is submitted and approved by the Contract Administrator. The County reserves the right to keep any person from being assigned to work on its property if that person (1) has been convicted of a criminal offense since the age of eighteen (18), or (2) been found at any time to have an outstanding warrant or a pending court case, or, (3) if related to his/her work at the County, has current habitual problems with traffic related issues such as no driver s license, no vehicle tags, and/or no insurance. The Contractor must disclose the criminal convictions records of all persons proposed to work on property with the designated county official. During the term of this contract, the Contractor shall comply with these procedures for any new owner, officer, employee and any other worker of the Contractor and their subcontractors upon proper written notification by the Contract Administrator. The Contract Administrator shall maintain all criminal convictions checks in a secure locked container for the term of the contract. At the end of the contract period the Contract Administrator shall ensure that the files have been returned to Contractor or destroyed in such a manner as to prevent disclosure of any kind EMPLOYEE VERIFICATION: Contractor shall verify and provide photo identification of each of its employees, and require the same of any subcontractors hired by Contractor. Contractor shall further utilize employees or subcontractors that speak fluent English such that they can understand any directions of the Contractor or County, and be understood in their responses thereto. Contractor at all times it is entered into a contract with Lincoln County shall comply, to the extent applicable, with Article 2 of Chapter 64 of the North Carolina General Statutes, and shall further ensure that any subcontractors performing work for Company shall at all times comply with Article 2 of Chapter 64 of the North Carolina General Statutes. Contractor shall further execute an affidavit on a form provided by Lincoln County averring such compliance as stated herein.

9 9 INTENT TO PROPOSE RFP # Generator Service this form to the person listed below within 2 days of the due date for Submittal of Questions. Send to John Henry, Purchasing Agent at jhenry@lincolncounty.org Name: Title Organization: Address: Address: Phone Number: Fax: Authorized Signature: Date: Please check all that apply: We intend to submit a proposal for RFP # Generator Service We do not intend to submit a proposal for RFP # Generator Service I did not receive a notice, please add my company to the database Please delete my company from the database.

10 10 Lincoln County Government Annual Generator and Transfer Switch Preventative Maintenance Service, Inspection and Repair Plan Scope of Work Lincoln County requires preventative maintenance service, inspections and 24 hour emergency service on our emergency generator system at the rate and intervals contained herein: General Description: The work covered as set forth in this document includes the furnishing of all parts, labor, tools equipment and performing all operations in connection with three (3) Levels of preventative maintenance for generators and service levels listed in Exhibit #4. Visits shall be scheduled based on the number of services required for Level One and spread evenly throughout the year. It is the general intent to award this contract to a single overall bidder on all items. The right is reserved, however, to make awards on the basis of individual items, groups of items, per facility or add/delete any areas included or subsequently may have been omitted, if such shall be considered by the County to be most advantageous or to constitute its best interest. The preventative maintenance service (PM Service) of the unit shall include the following: LEVEL ONE PREVENTATIVE INSPECTION SERVICES Services listed below will be performed based on the schedule provided in Exhibit #4, and a minimum of said services will include: Generator Visual Inspection checks: Oil Level Coolant Level/Antifreeze (Check ph) Air Cleaner Assembly (leaks, cracks) Inlet Manifold and Piping, Rain Cap (condition) Exhaust Manifold and Piping (condition) Fuel System (day tank operation lines, leaks, condition) Fuel Priming Pump (operation, condition) Radiator, Radiator Cap, Radiator Air Flow (leaks, damage, blocking) Water Hoses (condition, leaks) Fan assembly (cracks, bent blades, bearings) V and Serpentine Belts, Balancer (proper tension, condition) Crankcase Breather Engine Mounts (condition) Electrical Wiring (engine) Battery(s) (Check gravity) Battery Charger (log output voltage) Overall Appearance (paint, etc.) Generator Stator Armature (visual condition) Brushes, Holders, Slip Rings (condition) Rotating Fields (condition) Controller (fault indicators)

11 11 Generator Performance Evaluations Starter (cranking ability, operation) voltage drop Engine Smoke (critical system indicator) Gauges and Indicators (operation, condition) Battery Charge Rate (voltage, reading, amps reading) Fuel Transfer Pump (PSI, valves, condition, leaks) Lubrication System (PSI valve) and High Idle Lubrication System (leaks) Cooling System, Block Heater (s) (leaks, condition) Temperature Regulators (operation, stability, response) Governor (operation, stability, response) Turbocharger (operation) After Cooler (condition, leaks) Safety Devices (operation, condition) (faults?) Oil Pressure Control Panel (operation, condition (faults?) Electrical Power Generator (operation) 1. Voltage 2. Amperage 3. Hertz Transfer Switch Inspections Checklist Check the transfer switch s main power switching mechanisms mechanical operation and integrity. Tighten control and power wiring connection to specifications Check main power switching contacts condition and clean Perform a thermal scan or millivolt drop test to check high contact resistances. Tight connections, clean main contacts Adjust main contacts as necessary Test all indicators and remote control systems for operation Results obtained shall be logged on a Preventative Inspection Checklist Form and sent to Contact listed on Exhibit #4. LEVEL TWO PREVENTATIVE MAINTENANCE SERVICES: Services listed below will be performed on a once per year basis, and as a minimum said service will include: Generator Maintenance Items: Level one Services (see attached) Change oil and filters Change fuel filters Change air filters as needed Sample engine oil for engine wear or contaminates, report results Service batteries Inspect and lubricate airflow louvers

12 12 Transfer Switch Maintenance Items: Level one Services (see attached) Lubricate switch Test transfer switch s automatic control system. Inspect inside of transfer switch for vibration, leakage, noise, temperature or contamination. Results obtained shall be logged on a Preventative Maintenance Checklist Form and sent to Contact listed on Exhibit #4. ADDITIONAL LOAD BANK TEST SERVICES: Services listed below will be performed on as requested basis, and as a minimum said service will include: Load Bank Test Results obtained shall be logged on a Preventative Maintenance Checklist Form and sent to Contact listed on Exhibit #4.

13 13 Exhibit 2 Lincoln County Government Annual Generator Preventative Maintenance and Repair Plan BIDDER NAME: Date To: LINCOLN COUNTY MANAGER S OFFICE C/O JOHN HENRY PURCHASING AGENT THIRD FLOOR CITIZENS CENTER 115 WEST MAIN STREET LINCOLNTON, NC Quotation Sheet (Company) proposes to perform the scheduled services described in the attached Annual Generator Preventative Maintenance and Repair Plan at the rates listed on the attached sheet (Exhibit #4) and below. Level One - Preventative Inspection includes materials, labor, travel, mileage and any other incidental cost per unit. Complete attached bid sheet (Exhibit #4). Level Two - Preventative Maintenance Service includes parts and materials (such as filters, oil, antifreeze, grease, etc), labor, travel, mileage and any other incidental cost per unit. Complete attached bid sheet (Exhibit #4). Additional Load Bank Testing - include materials, labor, travel, mileage and any other incidental cost per unit. Complete attached bid sheet (Exhibit #4). MARK UP on additional repair parts that are not inclusive of items required in the Preventative Maintenance Service will be based on a percentage over cost for item. (Invoices shall accompany these charges.) ADDITIONAL LABOR COSTS beyond the labor included in the Preventative Maintenance Service or Preventative Maintenance Inspections, will be billed as follows: ROUTINE CALL performed between the hours of 7 am and 6 pm Monday through Friday excluding holidays. Calls between these hours will not be subject to emergency rates. ROUTINE TRIP CHARGE will be based on a per call basis and will include labor, travel and mileage to and from the site AFTER HOURS/EMERGENCY CALL performed between 5 pm and 7 am Monday through Friday, all day Saturday and Sunday, and all Holidays. AFTER HOURS TRIP CHARGE will be based on a per call basis and will include labor, travel and mileage to and from the site. AFTER HOURS/EMERGENCY SERVICE CALLS are calls requiring same day service or occurring on holidays, weekends or after 5 pm. These calls will be billed at the following rate: $

14 14 AFTER HOURS/EMERGENCY TRIP CHARGE will be based on a per call basis and will include labor, travel and mileage to and from the site. LABOR for emergency repairs will be $ per hour, regardless of duration of time needed to complete repairs. ESTIMATED EMERGENCY RESPONSE TIME to any given generator is: hours. By signing this Quotation Sheet the undersigned agrees that: A. The undersigned has carefully examined the terms and conditions and this Bid form and fully understands them. B. Agrees to execute the Standard Lincoln County Contract for Services. C. The undersigned carefully examined the site or sites of the project or projects and is familiar with the conditions under which the work, or any part of it, is to be done and the conditions which must be fulfilled in furnishing and/or erection or construction of any or all items of the project, and the furnishing only of any materials, equipment or apparatus specified in connection therewith. D. The undersigned will provide all necessary tools, machinery, apparatus, and all means necessary to do all the work and will furnish all materials, equipment, apparatus, and all else necessary to complete such work in a first class manner and in accordance with provided specifications. E. The bid does not include applicable North Carolina sales and/or use tax. F. It is the intention of the Owner, subject to the conditions set forth, to award contract(s) for the project on the basis of bids received at this letting and in such manner as they may decide on being in the best interest of the Owner. G. We hereby certify that this bid is made in good faith and without collusion or connection with any other person bidding on this proposal and that no official or employee of Lincoln County will be admitted to share any part of the contract or any benefit therefrom if the contract is awarded to this company. In submitting this bid, bidder certifies that he/she has read and accepts the terms and conditions. Business Name: Signature of Authorized Representative: Address: Title of Representative: City: State Zip Code Date:

15 15 Exhibit 3 Lincoln County Government Annual Generator Preventative Maintenance Service, Inspection and Repair Plan ADDITIONAL TERMS AND CONDITIONS Throughout these Terms and Conditions, Lincoln County Government shall be referred to as the Owner, and the Bidder shall be referred to as the Contractor. CONTRACTOR S RESPONSIBILITIES Contractor Duties The Contractor shall supply all materials, equipment, labor, and other items needed to perform and execute the work (hereinafter referred to as the Work) described in the Request for Bid Annual Generator Preventative Maintenance Service, Inspection and Repair Plan. The Work will be performed on the equipment at the locations as identified in Scope of Work. Owner will provide Contractor with such permissions as required for access to the sites. The Work shall be performed in accordance with generally accepted industry standards, practices, and principles applicable to the Work, and the Work sites maintained reasonably free of trash and waste materials. The Contractor shall supervise and direct the Work and shall be solely responsible for and in control of the means, methods, procedures, techniques and sequences of doing the Work. Except as otherwise provided in the Scope of Work, the Contractor shall pay for all labor, equipment, tools, transportation, subcontractors fees, and other items needed to perform and execute the Work. It is understood that Exhibit #4, Generator Location and Bid Sheet, is a comprehensive listing of generators. While Contractor is expected to bid on list in total, the Owner does not accept any financial responsibility for any Volunteer Fire Department generator s service. However, it is further understood that the Volunteer Fire Departments reserve the right to secure Contractor s services at the specified prices herein and will assume all financial obligations for same. Governmental Requirements In performing the Work, Contractor shall: a) comply with all applicable governmental laws, rules and regulations, b) maintain in effect all licenses which the Contractor is required to possess, and c) not discriminate against any of its employees or prospective employees because of race, religion, color, age, or national origin. Schedule The Work will be performed in accordance with the maintenance schedule identified in the Scope of Work (Exhibit #1). Contractor will be required to coordinate with Owner s Representative to gain access to equipment sites and for appointment dates to perform services and for potential disruptions during performance of the work. Warranties Contractor shall warranty their repairs for no less than (90) days for workmanship, and for the full manufacturer s warranty period on materials. Errors/Deficiencies Contractor shall, without additional compensation, make any corrections regarding inferior or incomplete work or materials furnished under this agreement if it is determined that Contractor is responsible for any errors or

16 16 deficiencies. Additional Work Any repairs identified during the performance of preventative maintenance service and inspection shall be described and submitted in writing along with an estimated cost of repair. Owner must approve the repair prior to such repair being undertaken. Delivery of Materials Contractor is responsible for all off-loading of materials, cost of pallets (if applicable), and removal of pallets following completion of project. Custody and Care of Property Contractor agrees that he/she shall be responsible for the proper custody and care of any property furnished for use in connection with the performance of this contract or purchased by it for this contract and will reimburse Lincoln County for loss of damage of such property. Supervision and Superintendence Contractor shall supervise, inspect, and direct the work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Owner s requirements. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of the Work. Contractor shall provide competent, suitably qualified personnel to complete the Work as stated in the Scope of Work, and Contractor shall at all times maintain good discipline and order at the site. Except as otherwise required for the safety or protection of persons or the work or property at the site or adjacent thereto all work at the site shall be performed during regular working hours. Contractor will not permit the performance of work on a Saturday, Sunday, or any legal holiday without Owner s written consent (which will not be unreasonably withheld) given after prior written notice to Owner. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. Safety and Protection Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to (1) all persons on the site or who may be affected by the Work and (2) all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. All damage, injury, or loss to any property referred to in this Safety and Protection section caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor (except damage or loss attributable to the acts or omissions of Owner or anyone employed by any of them, or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of Contractor or any Subcontractor, Supplier, or other individual or entity directly or indirectly employed by any of them). Contractor s duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and Owner has accepted the work. Lincoln County Government is committed to providing safe conditions for employees, contractors, vendors, and visitors while occupying Lincoln County facilities. Strict adherence to State and Federal OSHA and EPA Regulations will be required.

17 17 Hazard Communication Programs: Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employees at the site in accordance with Laws or Regulations. Contractor shall not be responsible for any unforeseen hazardous environmental condition uncovered or revealed at the site; however, Contractor shall be responsible for a hazardous environmental condition created with any materials brought to the site by the contractor, subcontractor, supplier, or anyone else for whom Contractor is responsible. If Contractor encounters or creates a hazardous environmental condition, Contractor shall deal with the condition in accordance with applicable Federal and State regulations. Contractor shall immediately notify Owner in the event of any hazardous environmental conditions. Subcontractors Contractor shall not assign or subcontract any part of its obligations in connection with the Work unless such assignments or subcontractors are specifically agreed to in writing by the Owner. However, Contractor shall not be required to employ any subcontractor, supplier, or individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection. Contractor shall be fully responsible to Owner for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor s own acts and omissions. Tests and Inspections Contractor shall give Owner timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. Contractor shall provide Owner with results of all testing. Invoicing Contractor shall bill Owner on an as completed basis for any scheduled maintenance and pre-approved repair work. Invoices shall include all generator location, generator model, sales taxes paid relative to the Work, Purchase Order number, description of item(s), quantities, unit price, extended price, freight, state and local taxes, and date of delivery. Purchase order number must be listed on all shipping labels. Receipted freight bills shall support invoices for prepaid transportation charges. In the case of bids or quotations, all freight charges are borne by the bidder unless otherwise specified in bid. Contact and address for invoicing will be provided to the successful bidder upon award of contract. OWNER S RESPONSIBILITIES Owner Furnished Data Owner has no reports of tests of existing materials, safety issues, or known hazardous environmental conditions at or contiguous to the Work site. Payments to Contractor Owner hereby agrees to pay to the Contractor in lawful money of the United States for the faithful performance of the Work in accordance with quoted prices as set forth in the Cost Proposal, subject to allowable additions and deductions. Owner s payment terms are typically Net 30. Owner may withhold payments if the Owner has received claims of lien by subcontractors for unpaid labor or materials, if the work of the Contractor is defective, if the Contractor fails to diligently pursue the work with reasonable dispatch, or if the amount requested is not consistent with the level of Work actually performed. Limitations on Owner s Responsibilities The Owner shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor s means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Owner will not be responsible for Contractor s failure to perform the Work in accordance with the Scope of Work.

18 18 Owner s Representative Owner representatives are as shown on Exhibit #4 and shall have authority to transmit instructions, receive notices and information, and enunciate the Owner s policies and decisions in regards to the Work in their respective areas: GENERAL CONDITIONS Terms and Renewal Contract will be effective upon issuance of a purchase order from Lincoln County, and will be for an initial term of Two (2) years. Contractor is bound to the quoted prices for the full two (2) year term. Upon each anniversary date of any resulting agreement, Owner and Contractor, upon mutual agreement, shall have the option to renew this contract for one twelve (12) month term. This contract may be renewed up to three (3) times. With each renewal, Contractor may not increase its price. Contract continuance and contract extensions will be contingent upon the appropriation of funds by the Lincoln County Board of Commissioners. Contract Security and Insurances Bid, Performance, and Payment Bonds are not required for this work. Termination and Suspension of Work/Contract Termination Prior to Commencement of Work: Prior to the commencement of work, if in the judgment of the Owner, the Contractor is not capable of performing the desired work in accordance with the Contract either because of financial reasons, failure to supply necessary skilled workmen, unsatisfactory tools or equipment, inadequate supervision, or revocation of the Contractor's license, the Owner shall have the right to cancel, or terminate any Contract by giving the Contractor seven (7) calendar days written notice. Contractor shall have fifteen (15) calendar days from the date of the termination notice to cure or to submit a plan for cure. Termination and Suspension for Cause: If the Contractor does not perform and execute the work in accordance with the specifications and fails to correct the same within a reasonable time, or the Contractor through Contractor s own fault does not diligently perform the work with reasonable dispatch, and such failure continues for a period of 30 days after written notice by the Owner to the Contractor, the Owner may terminate this agreement. Upon such termination, the Owner shall pay the Contractor all sums due for completed work through the date of termination, less the cost of curing any defective work. Termination and Suspension for Convenience or Default Owner may terminate or suspend performance of contract for Owner s convenience for any reason, including if the Contractor files a petition for bankruptcy or is adjudicated as bankrupt, or the Contractor is no longer licensed to perform the Work upon ten (10) business days notice to Contractor in which event all finished or unfinished deliverable items prepared by the Contractor under this contract shall, at the option of Owner, become its property, and the Contractor shall be paid for services satisfactorily completed, less payment or compensation previously made. Should the reason for the termination or suspension be due to the Contractor s bankruptcy or loss of license as described herein, notwithstanding any other provision, Contractor shall not be relieved of liability to the Owner for damages sustained by Owner by virtue of any breach of this agreement, and Owner may withhold any payment due Contractor to offset anticipated damage costs until such time as the exact amount of damages due the Owner from such breach can be determined. Owner may also procure the services upon which Contractor defaulted from other sources and hold Contractor responsible for any excess cost occasioned thereby. In addition, Owner may immediately cease doing business with Contractor and immediately terminate for cause all other contracts Owner may have with the Contractor. Termination and Suspension Schedule: If termination or suspension of work occurs, Contractor shall

19 19 terminate or suspend performance of the services on a schedule acceptable to Owner. Standard of Care and Indemnification Contractor shall exercise reasonable care and skill as might be expected from similarly situated professionals performing services of the kind required under this agreement at the time and the place where the services are rendered. The staff of and subcontracted professionals engaged by Contractor shall possess the experience, knowledge and character necessary to qualify them to perform the particular duties to which they are assigned. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and the officers, directors, partners, employees, agents, consultants and subcontractors from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to the Contract or the Work, including the loss of use resulting therefrom and breach of any of the successful bidder s warranties, but only to the extent caused by any negligent, reckless or intentional act or omission of Contractor, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work or anyone for whose acts any of them may be liable or arising out of Contractor s breach of this Contract. In any and all claims against Owner or Engineer or any of their respective consultants, agents, officers, directors, partners, or employees by any employee (or the survivor or personal representative of such employee) of Contractor, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for Contractor or any such Subcontractor, Supplier, or other individual or entity under workers compensation acts, disability benefit acts, or other employee benefit acts. No indemnification responsibilities created by this section shall survive and be enforceable after the contract between Lincoln County and the successful bidder terminates or expires, and they shall be terminated only by written agreement of the successful bidder and Lincoln County Government. The Contractor shall defend any and all suits and assume all liability for any and all claims made against Lincoln County Government or any of its officials or agents for the use of any patented process, device or article forming a part of the articles, equipment or services furnished under this contract. Records Contractor shall maintain all records, documents, notes, and financial information related to performance of the Work in accordance with generally accepted accounting principles and practices and shall provide the Owner access to such information if requested. Any information, data, instruments, documents, studies or reports given to or prepared or assembled by Contractor under this agreement shall be kept as confidential and not divulged or made available to any individual or organization without the prior written approval of Owner. Notices All required notices shall be in writing and mailed first class by US Mail, postage prepaid, to the addresses provided in the bid documents. Conflicts The terms of this agreement shall control over any conflicting terms in any referenced document. Severability If any provision of the Agreement shall be held illegal, invalid, or unenforceable, in whole or in part, such provision shall be modified to the minimum extent necessary to make it legal, valid, and enforceable and the remaining provisions shall not be affected.

20 20 Dispute Resolution Any dispute arising between or among the Parties listed in this agreement, including without limitation a breach of such agreement, shall be subject to mediation and if necessary, a claim to the Courts of Lincoln County, North Carolina which shall have exclusive jurisdiction and venue to resolve any such dispute. Controlling Law Any agreement, contract, or purchase order resulting from this invitation, request for bid, quote, or request for proposal shall be binding on the heirs, successors and assigns of the parties. These terms and conditions, proposal, and exhibits contain the entire understanding of the parties and shall be governed by the laws of the State of North Carolina.

21 21

22 22

Tire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal

Tire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal Tire Disposal Lincoln County Solid Waste RFP #2015-0709 Tire Disposal 1. Introduction 1.1. Lincoln County Solid Waste is seeking proposals from qualified Contractors interested in providing a minimum of

More information

REQUEST FOR QUALIFICATIONS LINCOLN COUNTY, NORTH CAROLINA RFQ NO.:

REQUEST FOR QUALIFICATIONS LINCOLN COUNTY, NORTH CAROLINA RFQ NO.: 1. INTRODUCTION REQUEST FOR QUALIFICATIONS LINCOLN COUNTY, NORTH CAROLINA RFQ NO.: 2014-0623 Lincoln County is requesting that qualified firms and organizations submit a Statement of Qualifications to

More information

NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS

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

More information

REQUEST FOR QUALIFICATIONS LINCOLN COUNTY, NORTH CAROLINA RFQ NO.:

REQUEST FOR QUALIFICATIONS LINCOLN COUNTY, NORTH CAROLINA RFQ NO.: 1. INTRODUCTION REQUEST FOR QUALIFICATIONS LINCOLN COUNTY, NORTH CAROLINA RFQ NO.: 2017-0411 Lincoln County is requesting that qualified firms and organizations submit a Statement of Qualifications to

More information

Independent Contractor Agreement Form

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

More information

REQUEST FOR QUOTE Wake County Public School System

REQUEST FOR QUOTE Wake County Public School System REQUEST FOR QUOTE Wake County Public School System Purchasing Department 1551 Rock Quarry Road Raleigh NC 27610 (919) 694-8729 FAX (919) 856-8107 5/10/18 2:00 PM 10 DAYS ARO COMPANY QUOTING: QUOTATION

More information

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project Document A105 2007 Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

NORTH CAROLINA CENTRAL UNIVERSITY

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

More information

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 ADVERTISEMENT FOR BIDS Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 3:00 PM (EDST) on February 12,

More information

REQUEST FOR QUOTATION Wake County Public School System

REQUEST FOR QUOTATION Wake County Public School System REQUEST FOR QUOTATION Wake County Public School System Purchasing Department WCPSS RESERVES THE RIGHT TO AWARD LINE BY LINE OR TO THE OVERALL LOWEST BIDDER. 1551 Rock Quarry Road ALL APPLICABLE SHIPPING

More information

W I T N E S S E T H:

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

More information

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For Iredell County BID AND PROJECT REQUIREMENTS AND CONTRACT For MISC. BUILDING IMPROVEMENTS Iredell County Solid Waste 354 Twin Oaks Road Statesville, NC 28625 I N F O R M A L B I D I N V I T A T I O N #16-750-IC-03

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

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE 1. DEFINITIONS 1 2. COMPOSITION OF THE ARCHITECT-ENGINEER 1 3. INDEPENDENT CONTRACTOR 1 4. RESPONSIBILITY OF THE ARCHETECT-ENGINEER

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

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,

More information

RICE UNIVERSITY SHORT FORM CONTRACT

RICE UNIVERSITY SHORT FORM CONTRACT RICE UNIVERSITY SHORT FORM CONTRACT This Rice University Short Form Contract (this Contract ) is entered into by and between WILLIAM MARSH RICE UNIVERSITY, a Texas non-profit corporation (the University

More information

ANNEX A Standard Special Conditions For The Salvation Army

ANNEX A Standard Special Conditions For The Salvation Army ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,

More information

CONSTRUCTION CONTRACT EXAMPLE

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

More information

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

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

REQUEST FOR QUOTATION Wake County Public School System

REQUEST FOR QUOTATION Wake County Public School System REQUEST FOR QUOTATION Wake County Public School System Purchasing Department 1551 Rock Quarry Road Raleigh NC 27610 QUOTATION NO DATE bamartin@wcpss.net 17-402 4-21-17 The above number must appear on all

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

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

AIA Document A201 TM 1997

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

More information

CONSULTING AGREEMENT STANDARD TERMS AND CONDITIONS

CONSULTING AGREEMENT STANDARD TERMS AND CONDITIONS CONSULTING AGREEMENT STANDARD TERMS AND CONDITIONS The following Standard Terms and Conditions, together with the attached scope of services constitute the terms of the Agreement between ("Consultant")

More information

Atlantis Industries Corporation Terms and Conditions

Atlantis Industries Corporation Terms and Conditions Atlantis Industries Corporation Terms and Conditions 1. ACCEPTANCE OF PURCHASE ORDER ATLANTIS INDUSTRIES CORPORATION (BUYER) OFFERS TO PURCHASE THE MATERIALS OR SERVICES DESCRIBED HEREIN ONLY UPON THE

More information

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

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit CITY OF BRENHAM, TEXAS Invitation for Bid Purchase and Installation of Forty (40) Ton Air Conditioning Unit IFB Number: 15-002 Response Deadline: 2:00 P.M. (CST) Tuesday, January 6, 2015 Responses will

More information

SUBCONTRACT CONSTRUCTION AGREEMENT

SUBCONTRACT CONSTRUCTION AGREEMENT SUBCONTRACT CONSTRUCTION AGREEMENT THIS SUBCONTRACT CONSTRUCTION AGREEMENT, made and executed this day of, 20, by and between SHERWOOD CONSTRUCTION, INC (hereinafter referred to as "Contractor"), and (hereinafter

More information

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

Notice to Bidders. No faxed or  ed bids will be accepted. Bids received after the closing time will not be accepted. KEN BASS DIRECTOR OF PURCHASING 214 NORTH 5 TH STREET WACO, TEXAS 76701 (254) 757-5016 FAX (254) 757-5068 Notice to Bidders Sealed bids will be received by the McLennan County Purchasing Department at

More information

Document A201 TM. General Conditions of the Contract for Construction. (Name and location or address)

Document A201 TM. General Conditions of the Contract for Construction. (Name and location or address) Document A201 TM 2007 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) THE OWNER: (Name, legal status and address) Case Western Reserve University

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

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

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information

THIS CONSTRUCTION CONTRACT ( Contract ) dated as of ( Owner ) and ( Contractor ) having a principal place of business at.

THIS CONSTRUCTION CONTRACT ( Contract ) dated as of ( Owner ) and ( Contractor ) having a principal place of business at. Homeowner Contractor HomeStyle Renovation Contract Loan Number: Date: Borrower Name(s): Phone #: Phone #: THIS CONSTRUCTION CONTRACT ( Contract ) dated as of by and between ( Owner ) and ( Contractor )

More information

Attachment A GENERAL TERMS AND CONDITIONS Private- Food Service Management Company

Attachment A GENERAL TERMS AND CONDITIONS Private- Food Service Management Company Attachment A GENERAL TERMS AND CONDITIONS Private- Food Service Management Company Relationships of the Parties Independent Contractor: The Food Service Management Company is and shall be deemed to be

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

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

More information

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

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office and

More information

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties. SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office

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

Document A201 TM 2007 SP

Document A201 TM 2007 SP AIA Document A201 TM 2007 SP General Conditions of the Contract for Construction, for use on a Sustainable Project for the following PROJECT: (Name and location or address) THE OWNER: (Name, legal status

More information

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

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

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

More information

Cooper Heat Treating LLC Terms and Conditions of Order Effective April 2, 2013

Cooper Heat Treating LLC Terms and Conditions of Order Effective April 2, 2013 1. DEFINITIONS - The terms defined in this paragraph shall have the meanings set forth below: 1.1. Customer means Cooper Heat Treating LLC. 1.2. Order means this written Purchase Order between Customer

More information

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed INVITATION TO BID Sealed bids will be received by the Kent County Road Commission, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Thursday, November 29, 2018, 8:30 AM deadline, at which time

More information

Standard Form of Agreement Between Contractor and Subcontractor

Standard Form of Agreement Between Contractor and Subcontractor Standard Form of Agreement Between Contractor and Subcontractor GENERAL TERMS AND CONDITIONS ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) these General Terms and Conditions,

More information

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT INDEPENDENT CONTRACTOR AGREEMENT This agreement is entered into as of, 2004, by and between Rensselaer Polytechnic Institute (hereinafter called Rensselaer"), a non-profit educational institution with

More information

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals

More information

Subcontract Agreement

Subcontract Agreement S THIS AGREEMENT made as of the day of, 2012 BETWEEN the Contractor: TCL Partners 5212 123 rd Place SE Everett, WA 98208 and the For the Following Project: The Architect for the Project: The Contractor

More information

For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates

For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates PURCHASE ORDER TERMS AND CONDITIONS For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates 1. GENERAL 1.1 As used in this document, the term Purchase Order

More information

RENOVATION CONTRACT. Borrower Name(s): Phone #: Phone #:

RENOVATION CONTRACT. Borrower Name(s): Phone #: Phone #: RENOVATION CONTRACT Case Number: Date: Borrower Name(s): Phone #: Phone #: THIS RENOVATION CONTRACT ( Contract ) dated as of, by and between ( Owner ) and ( Contractor ). Owner and Contractor, in consideration

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

SAFETY FIRST GRANT CONTRACT

SAFETY FIRST GRANT CONTRACT SAFETY FIRST GRANT CONTRACT This agreement (the Contract ) is made this day of, by and between (the Contractor ) and (the Owner ), for the (Name of Parish Corporation, ABN or high school corporation) purpose

More information

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

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

More information

General Conditions of the Construction Contract Between OWNER AND CONTRACTOR

General Conditions of the Construction Contract Between OWNER AND CONTRACTOR CMAA Document A-3 General Conditions of the Construction Contract Between OWNER AND CONTRACTOR 2005 EDITION This document is to be used in connection with the Standard Form of Agreement Between Owner and

More information

Cumberland County Schools

Cumberland County Schools Cumberland County Schools INVITATION FOR BIDS DUE DATE FOR BID: 3:00 pm (ET) October 31, 2017 Refer all inquiries to: Kevin Coleman Item: Windows Laptops Telephone No: 910-678-2549 E-Mail: kevincoleman@ccs.k12.nc.us

More information

MASTER SUBCONTRACT AGREEMENT

MASTER SUBCONTRACT AGREEMENT MASTER SUBCONTRACT AGREEMENT This Master Subcontract Agreement ( Subcontract ), made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter

More information

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) Proposals will be accepted at the Shawnee County Counselor s Office, Shawnee County Courthouse, 200 SE 7 th Street,, until 2:00 P.M. on

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

P R O P O S A L F O R M

P R O P O S A L F O R M GRAVEL 22A & 23A P R O P O S A L F O R M Bid Due: May 18, 2018-9:00 am To: Grand Traverse County Road Commissioners 1881 LaFranier Road Traverse City, MI 49696 The undersigned hereby certifies that they

More information

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # ) REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO (PPLD RFP #490-16-01) Pikes Peak Library District ( PPLD ) invites qualified

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

Washington University in St. Louis

Washington University in St. Louis Washington University in St. Louis Construction Terms and Conditions A. AGREEMENT. The Purchase Order, these Terms and Conditions, any special conditions, Owner s Policies, Design Standards and Insurance

More information

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT REF #242013RFPSW DUE DATE: 4:00 PM, February 19, 2013 Luzerne County

More information

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES THIS AGREEMENT is made by and between the School District, a political subdivision of the State of California ("DISTRICT"), and, a California corporation,

More information

GROUNDS MAINTENANCE AGREEMENT

GROUNDS MAINTENANCE AGREEMENT GROUNDS MAINTENANCE AGREEMENT THIS AGREEMENT is entered into this day of, 2012, by and between the City of Plant City ( City ) and Company ), whose address is. WHEREAS, City desires to retain Company to

More information

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION THIS AGREEMENT made at Columbus, Ohio on by and between Lincoln Construction, Inc., hereinafter referred to as the Contractor, and, hereinafter

More information

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

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

More information

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL CONTRACTOR 17GRAVEL2 PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL Furnish, Haul and Spread processed road gravel (22-A Modified or 21AA) at various locations in

More information

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler INVITATION FOR BID Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler Company: IFB No. IFB-CL-1905 Date of Issuance: August 8, 2018 Bid Due Date: August 28,

More information

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch The St. Charles City-County Library is accepting bids pursuant to this Invitation for Bid from qualified

More information

AIA Document A201 TM 1997

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

More information

FIXTURING/INSTALLATION AGREEMENT

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

More information

FIXTURE TERMS & CONDITIONS Materials & Goods

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

More information

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85. Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester,

More information

Workforce Management Consulting Services

Workforce Management Consulting Services Request for Proposal #40604 Workforce Management Consulting Services For Grand River Dam Authority PROPOSALS TO BE SUBMITTED TO: Grand River Dam Authority Central Purchasing Unit 226 West Dwain Willis

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

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

More information

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM

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

More information

HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000)

HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000) HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000) THIS CONTRACT is by and between the Stockbridge-Munsee Community ( TRIBE ), for its Division of Community Housing, whose address is N8618 Oak St.,

More information

Union College Schenectady, NY General Purchasing Terms & Conditions

Union College Schenectady, NY General Purchasing Terms & Conditions Union College Schenectady, NY 12308 General Purchasing Terms & Conditions 1. DEFINITIONS. a. UNION COLLEGE represents the Trustees of Union College, is the purchaser of goods specified in the Purchase

More information

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

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

More information

GENERAL: WITNESSETH: That the said Contractor and the said District, for consideration hereinafter named agree as follows: DESCRIPTION OF WORK:

GENERAL: WITNESSETH: That the said Contractor and the said District, for consideration hereinafter named agree as follows: DESCRIPTION OF WORK: GENERAL: This Contract made and entered into this day of, 2013, by and between the Sundown Sanitary Sewer District, hereinafter called "District", and, hereinafter called "Contractor", duly authorized

More information

General Conditions of the Construction Contract Between CONSTRUCTION MANAGER AND CONTRACTOR

General Conditions of the Construction Contract Between CONSTRUCTION MANAGER AND CONTRACTOR CMAA Document CMAR-3 General Conditions of the Construction Contract Between CONSTRUCTION MANAGER AND CONTRACTOR 2004 EDITION This document is to be used in connection with the Standard Form of Agreement

More information

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS 1. Notice to Bidders 2. Bid Form 3. Instructions, Project Scope and Specifications 4. Patriot Park Concession Operation Agreement between Park Board and

More information

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO High Plains Library District (HPLD) invites qualified firm to submit a response to a Request for Proposal for legal

More information

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Purchasing Technician, Greenville Utilities

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Purchasing Technician, Greenville Utilities REQUEST FOR QUOTATION Quotes will be received in the Office of the Purchasing Technician, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 3:00 PM (EDST) on

More information

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

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

More information

BNSF LOGISTICS TRANSLOADING AND CROSS-DOCKING PROVIDER TERMS AND CONDITIONS

BNSF LOGISTICS TRANSLOADING AND CROSS-DOCKING PROVIDER TERMS AND CONDITIONS BNSF LOGISTICS TRANSLOADING AND CROSS-DOCKING PROVIDER TERMS AND CONDITIONS The following Terms and Conditions are applicable to the transloading or cross-docking of any pallet, container, package, piece,

More information

SUBCONTRACT (SHORT FORM)

SUBCONTRACT (SHORT FORM) SUBCONTRACTOR: PHONE SUBCONTRACT (SHORT FORM) PROJECT: LOCATION: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC. (Contractor) and (Subcontractor) which are

More information

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH: PROFESSIONAL SERVICES AGREEMENT For On-Call Services THIS AGREEMENT is made and entered into this ENTER DAY of ENTER MONTH, ENTER YEAR, in the City of Pleasanton, County of Alameda, State of California,

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

St. George CCSD #258

St. George CCSD #258 St. George CCSD #258 ATTENTION Please read specifications for complete proposal instructions! Specifications Mowing and Lawn Services Proposals Due At: St. George CCSD #258 5200 E. Center Street Bourbonnais,

More information

FleetPride, Inc. Standard Terms and Conditions of Purchase

FleetPride, Inc. Standard Terms and Conditions of Purchase FleetPride, Inc. 1. Terms of Agreement: The following terms and conditions of sale (these Standard Terms and Conditions ) contain general provisions applicable to all FleetPride, Inc. ( FleetPride ) supply

More information

AIA Document A201 TM 2007

AIA Document A201 TM 2007 AIA Document A201 TM 2007 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) THE OWNER: (Name and address) THE ARCHITECT: (Name and address) TABLE

More information

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

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

More information

JAIL FOOD SERVICE Lincoln County Detention Center - Jail RFP # IFS

JAIL FOOD SERVICE Lincoln County Detention Center - Jail RFP # IFS 1 1. Introduction JAIL FOOD SERVICE Lincoln County Detention Center - Jail RFP #2011-0331 - IFS 1.1 Lincoln County Sheriff s Office is seeking proposals from a qualified firm to provide food preparation,

More information

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR CONTRACTOR S COPY SUBCONTRACT NO. Alberta Standard Construction Subcontract THIS AGREEMENT made this day of, A.D. 20 BETWEEN name (hereinafter called the

More information