La Habra City School District

Size: px
Start display at page:

Download "La Habra City School District"

Transcription

1 La Habra City School District Request for Proposal E-Rate Year 16 ( ) Network Infrastructure Structured Cabling RFP No February 8, 2013

2 LA HABRA CITY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR E-RATE YEAR 16 ( ) NETWORK INFRASTRUCTURE STRUCTURED CABLING TABLE OF CONTENTS Request for Proposal Project Information Proposal Date Proposal Assessment Mandatory Site Visit Specifications Payment Procedures Inspection / Acceptance Required Exhibits General Conditions Exhibits Exhibit A Exhibit A1 Exhibit B Exhibit C Exhibit D Exhibit E Exhibit F Exhibit G Exhibit H Exhibit I Exhibit J Exhibit K Exhibit P Proposal Form Network Infrastructure Structured Cabling Specifications Proposer Information Disabled Veterans Business Enterprise Participation Agreement Workers Compensation Fingerprinting Non-Collusion Affidavit Drug Free Workplace Certification Bid Bond Designation of Subcontractors Bid Assessment Assembled by Proposer as required by Exhibit B La Habra City School District Page 2 of 17

3 LA HABRA CITY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR E-RATE YEAR 16 ( ) NETWORK INFRASTRUCTURE STRUCTURED CABLING PROJECT INFORMATION The La Habra City School District ( District ) is issuing this Request for Proposals (RFP) to qualified Contractors to provide services for the development and construction of the District s capital program pursuant to the provisions of the California Education Code. The District desires to engage one or more firms to provide Network Infrastructure Structured Cabling at two school sites. The firm should have extensive experience with the Telecommunications Act of 1996 and Title 24 of the California Code of Regulations. The selected Contractor shall provide services for the following school sites: Imperial Middle School (1450 South Schoolwood Drive, La Habra, CA 90631) Washington Middle School (716 East La Habra Blvd, La Habra, CA 90631) The entity that is awarded this contract shall be subject to the requirements of the Federal Communications Commission (FCC), based on the Telecommunications Act of 1996, and shall be in full compliance with the Federal E-Rate program administered by the Schools and Libraries Division (SLD) of the Universal Service Administrative Company (USAC). The selected Contractor shall comply with: All rules, regulations and procedures governing the E-Rate program, including possession of a valid SPIN Submittal of copies of all documents, forms and invoices to the District prior to formal submission to SLD Invoicing the SLD for the funded amount (FCC Form 471 Block 5) Obtaining the non-discounted amount from the District The selected Contractor shall furnish and install all cabling, and certification of system so as to provide a complete, robust, operational, maintainable and expandable LAN at the two above-referenced school sites. Incidental components necessary for satisfactory system performance, but not specifically noted herein, shall be provided as part of the proposal price. The selected Contractor shall furnish new equipment and components, free of all defects and conforming to or exceeding the operational requirements set forth herein. The selected Contractor shall work under the direction of District IT staff and the Facilities Director as necessary to provide for coordination of installations at each site, including testing, and certification of installation. The selected Contractor shall provide evidence of successful completion of a minimum of 3 projects of similar scope and complexity for other School Districts within the last 3 years. Provide the project name, District contact person and project cost for each reference. La Habra City School District Page 3 of 17

4 The selected Contractor, and all subcontractors, shall employ staff that is skilled, experienced and certified by the manufacturer of the system components to perform the work of this contract. The selected Contractor shall replace or repair all system components that do not conform to specification. The selected Contractor shall repair or replace all existing finishes, components and systems affected by the work of this contract to the satisfaction of the District. The cost of preparation of any response to this RFP shall be borne solely by the proposer. PROPOSAL DATE Proposals shall be labeled Proposal for E-Rate Year 16 ( ) Network Infrastructure Structured Cabling and delivered to: La Habra City School District 500 North Walnut Street La Habra, CA Attention: Olga Goodman (562) Responses to this RFP shall be submitted no later than March 11, 2013 at 9:00 AM Response to this RFP shall consist of one original (identified as such) and four copies. In addition, the response shall include a CD containing a copy of the proposal documents in MS Word or Excel format. PDF s may provided only for brochures or technical manuals. All documents shall be enclosed in a sealed envelope identified as follows: No proposal will be accepted after the deadline. La Habra City School District Proposal for E-Rate Year 16 ( ) Network Infrastructure Structured Cabling Proposals shall be signed by an officer duly authorized to submit such proposals on behalf of the Proposer. Additional documentation shall also be provided indicating the signer s legal authority to negotiate and contractually bind the Proposer if selected. A Proposer may withdraw their Proposal by written request at any time prior to the scheduled date for submission of Proposals. PROPOSAL ACCEPTANCE Services provided through this RFP are dependent on approval of the complete project as described in this RFP by the FCC under the E-Rate discount program of the Telecommunications Act of Services provided through this RFP are dependent on partial funding from the E-Rate program. The execution of the contract for this work is contingent on the receipt of funding of the specific Funding Request Number (FRN) at the percentage rate submitted for. La Habra City School District Page 4 of 17

5 The maximum percentage and dollar amount for which the District will be liable is the pre-discount amount less the funded amount as indicated on the District s FCC Form 471 Block 5. The Service Provider will be responsible for invoicing the Schools and Libraries Division (SLD) for the funded amount. The District will not provide Form 472 or participate in the Bear form reimbursement process. All Proposals shall remain in full effect for a period ninety (90) days following proposal submittal. MANDATORY SITE VISIT A Proposer s site visit and conference will be held on Friday, February 22, 2013 at 10:00 AM at the District Office, 500 North Walnut Street, La Habra, CA This is intended to allow Proposers to view the areas of work, obtain information regarding the preparation of their proposals, clarify information and answer questions regarding this RFP. Failure to attend this mandatory site visit will result in disqualification of a proposal. SPECIFICATIONS Network Infrastructure Structured Cabling is required for the Imperial Middle School and Washington Middle School sites. See Exhibit A1 for detailed proposal specifications. PAYMENT PROCEDURES Contractor shall follow the sequence outlined below for all payments: Invoice the District for the non-discounted amount Submit copies of invoices for the funded amount to District prior to formal submission to SLD After District approval, submit invoices to the SLD for the funded amount (FCC Form 471 Block 5) INSPECTION / ACCEPTANCE All work provided under this proposal shall be subject to testing and inspection by the La Habra City School District. Acceptance shall include complete delivery, installation and testing of all system components, as verified by the District. Should any component or components prove to be not in conformance with the requirements of this RFP, either in materials or workmanship, those defective components shall be rejected by the District and removed from District premises, and replaced with components in full conformance with these requirements. Alternatively, at the sole discretion of the District, Contractor may repair components so as to be in full compliance with these requirements. Acceptance of such replaced or repaired components shall be contingent on additional testing. La Habra City School District Page 5 of 17

6 Should the Contractor fail to promptly replace or repair defective components, the District may, in a manner of its choosing, replace or repair those defective components and charge the Contractor the costs for the remedial work, or, declare the Contractor in default and terminate this contract. REQUIRED EXHIBITS Complete and provide the following exhibits as part of this Request for Proposal: Exhibit A Exhibit B Exhibit C Exhibit D Exhibit E Exhibit F Exhibit G Exhibit H Exhibit I Exhibit J Exhibit P Proposal Form Proposer Information Disabled Veterans Business Enterprise Participation Agreement Workers Compensation Fingerprinting Non-Collusion Affidavit Drug Free Workplace Certification Bid Bond Designation of Subcontractors Proposer s additional responses to questions in Exhibit B (30 pages maximum length, 8½ x 11 format) La Habra City School District Page 6 of 17

7 LA HABRA CITY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR E-RATE YEAR 16 ( ) NETWORK INFRASTRUCTURE STRUCTURED CABLING GENERAL CONDITIONS Table of Contents 1.0 Definitions 2.0 Proposal Preparation 3.0 Addenda 4.0 Permits and Licenses 5.0 Contract Requirements 6.0 Listing of Subcontractors 7.0 Prevailing Wages 8.0 Disabled Veteran Business Enterprise ( DVBE ) Participation Goal 9.0 Change Orders 10.0 Site Conditions 11.0 OSHA Compliance 12.0 Default 13.0 Attorneys Fees / Legal Jurisdiction 14.0 Assignment 15.0 Insurance 16.0 Indemnification 17.0 Taxes 18.0 Delivery 19.0 Liquidated Damages 20.0 Warranty 1.0 Abbreviations: 1.1 The following definitions apply to these General Conditions: Acceptance Testing: Final testing and certification of the entire system after cutover Contractor: The person or organization that undertakes responsibility for the performance of the construction work, in accordance with plans, specifications and contract documents, providing and controlling the labor, materials and equipment to accomplish the work Cutover Date: The date when the System will be used by the District as its wireless data transmission service at the Sites that are part of this project and the System is fully integrated into the District s data transmission service Delivery: The process of transporting and placing System Components and Documentation at the Site. La Habra City School District Page 7 of 17

8 1.1.5 District: The La Habra City School District Documentation: A collection of user guides, technical references and CD-ROM disks provided for use of the System Hardware: Physical devices and equipment that form an integral part of the System Maintenance and Repair Services: Action performed by the Contractor to maintain the System in optimal operating condition Proposer: A person or organization that submits a response to this Request for Proposal RFP: This Request for Proposal issued by the District Site: A location or locations where components of the System are installed. 2.0 Proposal Preparation: 2.1 Proposers are solely responsible for examination of the areas of work in order to be aware of all site conditions. Proposers shall also thoroughly examine all documents of this Request for Proposal. Failure to do so will be at the proposer s risk, and will not reduce the proposer s obligation to perform the work of this Request for Proposal. By submitting a proposal, Proposer warrants that such examination has been made and all costs associated with project, site and scope issues are included in the Proposal. 2.2 Proposals shall be reviewed for accuracy before submission to the District. The District will not be responsible for errors in any proposal. The District reserves the right to reject any and all proposals, to waive any irregularities, or informalities in the proposals, or to request further information. 2.3 All information from the Proposer shall be entered in ink on the forms provided as part of this Request for Proposal. Any alterations or corrections shall be initialed by the signer of this proposal in the margin adjacent. Additional information may be submitted as appendices to the proposal forms, suitably annotated for reference. 2.4 All proposals shall be signed in longhand in all indicated areas. Failure to provide all information and information may be cause for rejection of a proposal. 2.5 Additions, deletions or changes which are not specifically called for in this Request for Proposal may be cause for rejection of a proposal as being non-responsive. 2.6 It is the sole responsibility of the Proposer to return their proposal to the location and at or before the date and time stipulated by the District in this Request for Proposal. 2.7 All Proposals become the property of the La Habra City School District. It is the responsibility of the Proposer to identify any information in their proposal that they consider confidential under the California Public Records Act. To the extent that the District is in agreement with the proposer s designation, that information will be held in strict confidence. All other information will become part of the public record. Should any person make a request for information considered confidential pursuant to the foregoing, La Habra City School District Page 8 of 17

9 the District shall notify the Proposer of the information deemed confidential that such a request has been made. The Proposer shall, within 48 hours, agree to assume the defense of such a request and directly pay all costs associated with this defense, including attorney s fees which may be awarded to the prevailing party. The District will have no other obligation to the Proposer to retain such information as confidential. Furthermore, the Proposer shall indemnify the District against costs resulting from non-disclosure of information. 2.8 The following is a projection of tentative milestone dates: Date February 8, 2013 February 22, 2013, 10:00 AM March 1, 2013 March 11, 2013, 9:00 AM March 11-12, 2013 March 12, 2013 after July 1, 2013 Milestone RFP issued Mandatory site visit Last day to receive Requests for Information RFP Responses Due Review of submittals Board approval and award of contract Commencement of work, with completion before June 30, Addenda 3.1 Should any Proposer find apparent discrepancies, omissions or other irregularities in the Request for Proposal documents, they shall bring these irregularities to the attention of the District. A written Request for Information shall be sent to the District at: La Habra City School District Proposal for E-Rate Year 16 ( ) Network Infrastructure Structured Cabling RFP No Attn: Olga Goodman ogoodman@lhcsd.k12.ca.us 3.2 A copy of the Request for Information and the resulting Addendum will be sent to all Proposers. Proposers shall not rely on any oral communications. 3.3 Requests for Information will not be accepted by the District if they are not received seven (7) days prior to the Proposal submittal date. 3.4 The District reserves the right to cancel or revise in part or in its entirety this Request for Proposal. An Addendum will be issued to all Proposers describing the modifications. 3.5 If a Proposer discovers an error, or an error is discovered that should have reasonably been known to a Proposer, and that Proposer does not submit a Request for Information, that Proposal shall be submitted at the sole risk of the Proposer. If selected, the Proposer will not be entitled to additional time or compensation by reason of the error or its later correction. La Habra City School District Page 9 of 17

10 4.0 Permits and Licenses 4.1 Proposer shall have a current and valid license in accordance with Public Contract Code Section 7059(b). 4.2 At the time this contract is awarded, a Proposer and all their subcontractors shall hold license(s) of the appropriate class pursuant to Public Contract Code Section The successful Proposer shall maintain all required licenses for the duration of the Contract. 4.3 A Proposer shall possess a C7 or C10 license in regard to this proposal. 5.0 Contract Requirements 5.1 Proposals will be examined to determine the completeness, accuracy and responsiveness to project requirements, and the demonstrated responsible character of the Proposer. The Proposal content will become part of the contract, but may be modified by any information provided by the Proposer at the request of the District. Proposers may be asked to present details of their Proposal to the District and their consultants. The District will then determine which proposal is most advantageous to their interests. 5.2 The evaluation may result in the preliminary selection of one or more Proposals. Contract negotiations will proceed with the Proposer whose Proposal is deemed most responsive to the requirements of this RFP. If negotiations prove unsuccessful, the District will commence contract negotiations with the next most highly-rated Proposer, at the District s discretion. 5.3 In accordance with Public Contract Code Section , the District may consider other factors in addition to price in the selection of this proposal. 5.4 Weighed relevance of certain criteria shall be considered in the evaluation of proposals. Refer to Exhibit K for complete details. 5.5 The District reserves the right, by their sole determination, to: Reject any and all proposals Determine whether a Proposal is responsive and conforms to the provisions of this RFP Determine whether a Proposer must submit supplemental information Conduct interviews with any or all Proposers Waive any irregularities or deficiencies in any Proposal The relative importance of any information listed in Section 5.4 is at the sole discretion of the District. 6.0 Listing of Subcontractors 6.1 Portions of the work of this contract may be subcontracted. The Proposer shall clearly indicate in their proposal any plans to subcontract. This shall include the identity of the proposed subcontractor and the nature of the subcontracting services to be performed. 6.2 Any proposed subcontractor shall provide all the required documentation, including project experience, and adhere to all the project requirements to be followed by the Proposer. La Habra City School District Page 10 of 17

11 6.3 Proposed subcontractors shall be listed on the form provided. 6.4 The District reserves the right to approve the form and content of all subcontracts. 7.0 Prevailing Wages 7.1 Proposer is notified that this project is a public work in accordance with Section of the California Labor Code. 7.2 General prevailing wage rates have been set by the California Department of Industrial Relations, and shall be paid for labor which forms a part of this project. 7.3 The Contractor and any subcontractors shall provide the District with certified payroll records on a monthly basis. 7.4 At the conclusion of the project, the Contractor and any subcontractors will provide final and complete certified payroll records for all work. The District will withhold at least 10% of the payment until all work is complete and the District is satisfied that prevailing wages have, in fact, been paid to employees on this project. 8.0 Disabled Veteran Business Enterprise ( DVBE ) Participation Goal 8.1 DVBE Participation Policy: The District is committed to achieving the legislatively and administratively established Participation Goal for Disabled Veteran Business Enterprises ("DVBEs") in accordance with California Education Code Through the DVBE participation program, the District encourages contractors to ensure maximum opportunities for the participation of DVBEs in the Work of the Contract. 8.2 Definitions: Disabled Veteran: A veteran of the military, naval, or air service of the United States with at least ten percent (10%) service-connected disability who is domiciled in the State of California Disabled Veteran Business Enterprise: A business enterprise certified by the Office of Small and Minority Business, State of California, Department of General Services, pursuant to Military and Veterans Code 999, or an enterprise certifying that it is a DVBE by meeting all of the following requirements: (a) it is a sole proprietorship at least fifty-one percent (51%) owned by one or more Disabled Veterans, or in the case of a publicly owned business, at least fifty-one percent (51%) of its stock is owned by one or more Disabled Veterans; or a subsidiary wholly owned by a parent corporation, but only if at least fifty-one percent (51%) of the voting stock of the parent corporation is owned by one or more Disabled Veterans; or a joint venture in which at least fifty-one percent (51%) of the joint venture's management and control and earnings are held by one or more Disabled Veteran; (b) the management and control of the daily business operations are by one or more Disabled Veterans; provided that the Disabled Veteran(s) exercising management and control of the business enterprise are not required to be the same Disabled Veteran(s) who is/are the La Habra City School District Page 11 of 17

12 equity Owner(s) of the business enterprise; and (c) it is a sole proprietorship, corporation, or partnership with its home office located in the United States and which is not a branch or subsidiary of a foreign corporation, foreign firm, or other foreign-based business. The terms "foreign corporation" "foreign firm" and "foreign-based business" shall be deemed to mean a business entity that is incorporated or which has its principal headquarters located outside the United States of America. 8.3 DVBE Participation Goal. A numerically expressed objective for DVBE participation in the performance of the Work of the Contract. The Participation Goal is not a quota, setaside or rigid proportion. Through action of the District s Board of Education, the District has established a DVBE Participation Goal of Three Percent (3%) of the total Contract Amount. 8.4 DVBE Participation monitoring of and Report Submission 9.0 Change Orders Certification of Participation: At the time of contract execution, the Contractor shall provide a statement to the District stating anticipated participation of Disabled Veteran Business Enterprises in the contract Submission of Report: During the Contract period, the Contractor shall monitor the Work of the Contract, award of subcontracts and contracts for materials, equipment and supplies for the purpose of determining the proportion of DVBE participation in the Work. Contractor shall report on a monthly basis all DVBE s utilized in the performance of the Work, including the type or classification and the dollar value of the Work performed by each DVBE. In addition, upon completion of the Work, Contractor shall submit a summary report, in a form acceptable to the District, identifying all DVBE s utilized in the performance of the Work, the type or classification and the dollar value of the Work performed by each DVBE. The submission of such report shall be deemed a condition precedent to the District's obligation to make the Final Payment under the Contract. The submission of such report shall be in addition to, and not in lieu of, any other conditions precedent set forth in the Contract for the District's obligation to make the Final Payment. The District reserves the right to request additional information or documentation from the Contractor evidencing efforts to comply with the DVBE Participation Goal Contract Audit: Contractor agrees that the District, or its designee, shall have the right to review, obtain and/or copy any and all writings, materials, documents and other records pertaining to the performance of the Contract. Contractor agrees that the District, or its designee, shall have access to any of Contractor s premises upon reasonable notice, during usual business hours for the purpose of interviewing employees and inspecting and/or copying such writings, materials, documents and other documents which may be relevant to a matter under investigation for the purpose of determining compliance with the DVBE Participation Goal. 9.1 The District reserves the right to modify this contract upon written notice to the Contractor under the following conditions: La Habra City School District Page 12 of 17

13 9.2 Any contract funded pursuant to this Proposal may be modified by the District at its sole discretion under the following circumstances: Contractor fails to meet the requirements set forth in this RFP in a timely manner The Federal or State government withdraws or modifies the funds allocated to the District There is a change in Federal or State law or regulations, or the District amends, revises or modifies its policies or procedures The District s loss of E-Rate approval. 9.3 The District may order changes to the components, systems operation or any other aspect of the work. The District will notify the Contractor when a change is desired, and the Contractor shall submit a Proposed Change Order with all due diligence. The Proposed Change Order shall state whether the desired change involves a change to the Contract Price, the Contract Time, or both. The Contractor shall initiate changes to the work upon receipt of a signed Proposed Change Order that has been reviewed and agreed to by the District. 9.4 Changes to the Contract will be billed (for additions in scope) or credited (for reductions in scope) in accordance with provisions described herein Site Conditions 10.1 Proposer shall be responsible for examining all locations where the work of this contract will be performed, verifying all measurements and coordinating this with project specifications and proposal documents By submitting a proposal for this work, Proposer warrants that all site conditions are understood, all aspects of site access, material delivery and installation are appropriately accounted for, utility coordination will be performed, and all costs associated with such work are included in the Proposal. La Habra City School District Page 13 of 17

14 11.0 OSHA Compliance 12.0 Default 11.1 All work to be performed under this contract shall conform to the safety orders of the California Division of Occupational Safety and Health or the Federal Occupational Safety and Health Act, whichever is more restrictive Material Safety Data Sheets (MSDS) shall be submitted to the District for all products and materials to be used and installed as part of the work of this contract Should any Contractor fail to provide the products or services included in this contract, or provide products or services that are not in conformance with the specifications herein, the District may, at its sole discretion, cancel the contract, in whole or in part, with the defaulting Contractor The District may enter into another contract with another Contractor for the work not performed. The District may withhold moneys due, or that may come due, the defaulting Contractor in order to pay the difference between the original contract amount and the replacement contract The completion date of the contract may be extended if, in the sole opinion of the District, delays result from conditions beyond the control of the Contractor Attorney s Fees / Legal Jurisdiction 13.1 In the event that an action or suit is brought by either party to this contract to enforce any of the rights there under, the prevailing party shall be entitled to recover such additional sums as the court may adjudge to be reasonable attorney s fees The parties hereby agree that any legal dispute arising from this agreement shall be brought before the appropriate jurisdiction in Orange County, California Assignment of Contract 15.0 Insurance 14.1 The Contractor shall not assign this agreement in whole or in part, or any payment due or to become due, to another entity without the written concent of the District and any and all sureties who have executed bonds on behalf of the Contractor in connection with this contract The Contractor agrees, at his expense, to maintain insurance policies in effect for the duration of this contract, and further agrees to require that any subcontractor or agent will also maintain insurance policies in effect at the same level of coverage. Such insurance shall meet the levels of coverage described herein as a minimum. Policies shall be provided by an insurer with an A.M. Best rating of no less than A- and satisfactory to the District. La Habra City School District Page 14 of 17

15 15.2 Insurance policies shall be adequate to provide protection from claims which might arise from operations under this contract by the Contractor, his employees, representatives, agents or subcontractors General Liability: Commercial general liability coverage for bodily injury, personal injury and property damage. Minimum limits shall be One Million Dollars ($1,000,000.00) per occurrence, Two Million Dollars ($2,000,000.00) aggregate, plus an excess umbrella liability policy in the amount of Four Million Dollars ($4,000,000.00). Insurance coverage shall be primary insurance with respect to the District, Architect and Construction Manager, their directors, officers, employees, agents and volunteers, or, if excess, shall stand in an unbroken chain of coverage in excess of the contract s scheduled underlying coverage. Any insurance or self-insurance maintained by the District, Architect and Construction Manager, their directors, officers, employees, agents and volunteers shall be in excess of the Contractor s required insurance and shall not be called upon to contribute with it Automobile Liability: Commercial automobile liability coverage with minimum limits of One Million Dollars ($1,000,000.00) per accident for bodily injury and property damage Workers Compensation and Employers Liability: Limits as required by the California Labor Code and Employers Liability limits of One Million Dollars ($1,000,000.00) per accident for bodily injury or disease. The Contractor s insurer shall agree to waive all rights of subrogation against the District, Architect, Construction Manager, their directors, officers, employees, agents and volunteers for losses paid under the terms of the insurance policy or policies which arise from the work performed under this contract All policies shall name the District, Architect, Construction Manager, their directors, officers, employees, agents and volunteers as additional insured s All policies shall remain in full effect for the duration of the work of this contract. Each insurance policy required by this contract shall be endorsed to state that coverage shall not be cancelled except after a thirty (30) day period commencing with a written notice to the District sent by certified mail, return receipt requested Contractor shall provide all other insurance required to be maintained under applicable laws, ordinances, regulations and rules In the event that the Contractor fails to furnish and maintain any insurance required by this article, then Contractor shall be in default of the contract Compliance with the insurance requirements of this article shall not relieve the Contractor from liability assumed under any provision of this contract, including, without limitation, the obligation to defend and indemnify the District and the Architect Property Insurance: The District shall purchase and maintain property insurance in the amount of the total of initial Contract sums, as well as subsequent modifications, for the entire work at the site on a replacement cost basis, without voluntary deductibles. Such La Habra City School District Page 15 of 17

16 16.0 Indemnification 17.0 Taxes 18.0 Delivery property insurance shall be maintained until project completion and final payment, or until no other entity than the District has an insurable interest in the project Property insurance shall be on an all-risk policy form and insure against the perils of fire and extended coverage and physical loss or damage. This shall include, without duplication of coverage, theft, vandalism, malicious mischief, collapse, false work, temporary buildings and debris removal including demolition occasioned by enforcement of any applicable legal requirements. This shall also include reasonable compensation for Architect s and Construction Manager s services and expenses related as a result of such insured loss If a loss occurs which is payable under the property insurance requirements of this article and such loss is primarily attributed to the work, acts or omissions of any Contractor or material supplier, Subcontractor or Sub-subcontractor, the Contractor shall pay to the District a maximum of up to $5, for each loss incurred The property insurance required under this article shall not be required to cover any tools, equipment, fixtures furniture or other items belonging to, rented by or otherwise under the control of the Contractor that are not, or not intended to be, installed as part of the work The Contractor shall save, defend, hold harmless and indemnify the District against any and all liability, claims and costs of any kind and nature, including reasonable attorney s fees and costs, for injury to or death of any person or persons, and for loss or damage to any property, occurring in connection with or in any way incident to or arising from the occupancy, use, service, operations or performance of work or supply of material under the terms of this Contract, resulting in whole or in part from the negligent acts or omissions of the Contractor or any Subcontractor, or any employee, agent or representative of the Contractor or any Subcontractor The Contractor shall hold the District, its directors, officers, employees, agents and volunteers from liability of any nature or kind, including the use of any copyrighted or uncopyrighted composition, secret process, patented or unpatented invention, articles or appliances furnished or used under this Contract. Contractor agrees to defend, at his own expense, any and all actions brought against the District or himself because of unauthorized use of such articles State and local taxes shall be included in proposals Shipment of equipment and components shall be F.O.B. to the District s loading dock, as directed by the I T Department. Contractor shall be responsible for moving all equipment and components to the various locations for installation. La Habra City School District Page 16 of 17

17 18.2 The Contractor shall be responsible for all freight, delivery, loading, unloading, storage, demurrage, packing or unpacking charges associated with this Contract The Contractor shall be responsible for all risk of loss or damage to equipment or components until final acceptance of the complete system by the District Liquidated Damages 19.1 It is hereby understood and agreed by and between the parties hereto that continued telecommunications service is essential to the District and its mission. It is impossible to determine the actual damage that the District will sustain in the event of and by reason of delayed maintenance service response. It is therefore agreed that the Contractor will pay to the District the sum of One Hundred and Fifty Dollars ($150.00) for each one hour period or fraction thereof in excess of the emergency response time set forth elsewhere in these documents, as liquidated damages during the warranty period Such damage shall not exceed One Thousand Five Hundred Dollars ($1,500.00) per month during the warranty Liquidated damages shall not be assessed to the extent that they are: Caused by the District s failure to perform its obligations under the Contract Caused by Acts of God or other events beyond the Contractor s control Caused by the Contractor being denied access to the District s facilities where the cause of failure is located Warranty 20.1 Contractor warrants that the products and services provided shall be merchantable and fit for the intended purpose, conforming to designs and specifications, without defects or failures of design, materials or workmanship In addition to any warranties which may be prescribed by law, such warranties for equipment provided shall run to the District, its successors, assigns, customers and users of the equipment, for a period of one (1) year after acceptance Product and service warranties called for in requirements and specifications which are for a period greater than one (1) year will take precedence. End of General Conditions La Habra City School District Page 17 of 17

18 Exhibit A Network Infrastructure Structured Cabling Proposal Form Agency Name IRS Employer Identification Number Address City, State Zip Code Phone/Fax Address Contact Name Title Agency Status: Private Non-Profit: Private For-Profit: Public Agency: Other (specify): SPIN # Assurances and Certification: I, (We), the undersigned, as the duly-authorized representative(s) of the respondent agency, affirm that the information and statements contained in this proposal, to the best of my (our) knowledge, are truthful and accurate, and further, that I (we) am (are) duly authorized to submit this proposal from the respondent agency to deliver telecommunication services. Signature Signature Typed Name Typed Name Date Date La Habra City School District Page 1 of 1 RFP

19 Exhibit A1 NETWORK INFRASTRUCTURE STRUCTURED CABLING SYSTEM SPECIFICATION February 8, 2013

20 INTRODUCTION The purpose of this document is to provide documentation to cabling professionals interested in providing La Habra City School District a standard specification proposal applicable to commercial building infrastructure cabling. The documentation includes: Product specifications Minimum product performance Structured cabling design considerations Installation guidelines The La Habra City School District is seeking to re-cable Washington and Imperial Middle School. All equipment proposed needs to be compatible or equal. Specifications are included in this document. The La Habra City School District here within requests proposals for the installation, testing, and acceptance of the infrastructure distribution system described in the attached specifications and drawings by interested persons (hereinafter known as The Vendor ). Prices quoted shall be all-inclusive and represent complete installation at the sites shown on the attached drawings and in the attached specifications. The Vendor shall be responsible for all parts, labor, and all other associated apparatus necessary to completely install, test, and turnover for acceptance to the La Habra City School District the infrastructure distribution system detailed herein. A Pre-Proposal conference will be held at the District Offices on February 22, Prospective bidders will meet at 500 N. Walnut St, La Habra, CA Bidders will be given the opportunity to ask specific questions concerning the project. Once the District Office conference is complete, bidders will drive to each of the two middle schools for detailed walk-throughs. Attendance to each conference is mandatory, as we do not have detailed construction plans with dimensions to provide prospective bidders. DESCRIPTION The La Habra City School District (also referred to as LHCSD and The Owner ) is seeking a design and cost proposal for the installation of a data cabling network at 2 different schools. Although these locations are listed under one RFP they are to be treated as 2 separate contracts. LHCSD reserves the right to evaluate and award each individual school contract to the contractor submitting a proposal with the best value for that school or to submit both schools to one contractor with the overall best value It is the intent of this specification that the contractor shall provide and install all equipment, equipment racks, materials, cabling, patch cables, patch panels, hardware and labor required to deliver a complete and fully functional network cabling infrastructure and a computer (data) network cabling infrastructure as specified. 2

21 1.1.3 In order to meet project deadlines portions of this work may be required to be performed after normal school hours and weekends. The earliest time the work day can begin during normal school days is 4:00 PM. Upon request the owner s project manager will provide a school calendar All cabling and hardware at all locations shall be Panduit product or equivalent It is the intent of this project to keep the majority of the existing system in operation throughout the duration of this project. The contractor shall schedule these installations to minimize service interruption. After the completion of the final stage of construction of the data network cabling infrastructure and after the owner has switched from the existing network cabling to the new network cabling the contractor shall completely remove all existing network cabling, racks, cable management devices, faceplates and unused hardware These facilities currently have data cabling infrastructures which are currently in use. This infrastructure includes, in most cases, multiple data cables homerun from each individual classroom and office to the nearest MDF/IDF. These facilities currently have at least four computer labs with approximately 45 data drops each The contractor shall use existing data outlet boxes and cut-in rings where possible. This may require that the existing and new cabling temporarily share the same space until the owner has switched over to the new cabling system. At this time the contractor shall remove the old cabling and faceplate and secure the new faceplate to the existing outlet box or cut-in ring. It is the owner s intent to avoid cutting unnecessary holes into the existing structures. This work shall be coordinated with the owner Data drops shall be installed at the following locations: Washington Middle School 716 E. La Habra Blvd, La Habra, CA Imperial Middle School 1450 S. Schoolwood Dr., La Habra, CA Both facilities have a lift out ceiling tile structure which will allow easy access to the established cable paths. In areas where ceilings or walls are inaccessible the contractor shall provide and install an approved raceway. 1.2 SCOPE OF WORK The contractor shall provide and install all equipment, equipment racks, materials, cabling, patch cables, patch panels, hardware and labor required to deliver a complete and fully functional network cabling infrastructure and a computer (data) network cabling infrastructure as specified. 3

22 1.2.2 The contractor shall be responsible for the layout, assembly and termination of all wiring in each of the designated MDF, IDF locations. The contractor shall be responsible for the accuracy of final labeling, testing and documentation for the project as outlined in this specification The contractor shall coordinate the MDF and IDF room layouts with the owner. No equipment shall be mounted or installed in the MDF or IDF rooms without approval of the owner The contractor shall layout the data racks so that no more than four (4) 48-port patch panels are mounted in a data rack. The contractor shall be required to provide a drawing showing the intended layout and mounting position of each piece of equipment to be mounted within the designated room prior to the mounting of any components The data system wiring shall be installed in a star-topology type configuration to accommodate a Switched Ethernet 1000Base-SX data network from the MDF to all IDF locations. The star shall begin at the MDF where the 1000Base-SX switch shall be located. The MDF switch cabling shall branch out to each of the IDF switches by means of a plenum 6-strand Multimode Fiber-Optic cable. Data drops from the MDF switches and IDF switches shall be installed to provide a shared Ethernet network environment. Individual data drops shall be starred from the MDF and IDF locations to their jack locations with plenum Category 6 cabling. The MDF and IDF locations shall provide connection to all data jacks in its vicinity as determined by the owner. All terminations shall meet or exceed Category 6 ratings The contractor shall provide Category 6 patch cables in 3 lengths in the MDF and IDF switch locations to accommodate one-hundred percent (100%) connectivity of local data drops to the owner provided switches. The contractor shall provide Category 6 cabling in the classroom, office, Computer Lab, and other locations in varying lengths to accommodate one-hundred percent (100%) connectivity of local data drops The contractor shall install data cables in computer labs, offices, and within classrooms All data drops designated as Above Ceiling Drops shall terminate with a clearly labeled RJ45 modular connector. A 20 service loop shall be left neatly coiled and supported above the ceiling. These data drops will be used by owner for the installation of wireless access points The contractor shall install 4 data drops in each classroom for teacher and student use The contractor shall install an agreed upon number of data drops in each office and other designated areas as specified on the walk-through Contractor shall install 4 data drops in each Multipurpose Room Contractor shall use the following Matrix to determine the total number of data drops on this project. Quantities will be updated during the walk-through process: Middle Qty of Class Qty of Office/Other Above Ceiling Qty of Computer 4

23 School Rms Areas Drops for Labs Wireless Washington Imperial It shall be the responsibility of the contractor to verify any site layout and/or measurements with an actual on-site inspection of the facility Contractor shall clean all work areas, remove trash, boxes and debris on a daily basis. Ceiling tiles removed during installation shall be replaced before the end of the work day. Contractor shall provide protective covers for desks, computers and equipment during time of work The contractor shall store and protect all materials throughout the project. Materials may be stored on site as long as these materials do not hinder the school from conducting the day to day operations. Should the contractor desire to store any material on site the contractor shall contact the LHCSD project manager to secure safe storage The contractor shall be responsible for keeping the existing system working throughout this project. The contractor shall notify the owner if the installation of the new data and voice drops renders any part of the existing system to be out of service. This work shall be scheduled through the LHCSD Network Specialist to minimize service interruption The contractor shall comply with all LHCSD Policies. A copy of the policy manual will be provided upon request. Contractors shall wear nametags at all times The owner may require other structured cabling work to be completed during this project. Any additional work shall be handled through a change order procedure. The contractor shall include on their bid form the cost for additional data as well as hourly rates The contractor is fully responsible for managing their staff on this project. All jobs shall be staffed with the appropriate manpower in order to meet all project deadlines The contractor shall make their staff aware that LHCSD custodial staff is on-site and working after normal business hours. All work shall be coordinated so that it does not obstruct the custodial staff from performing their duties The contractor shall be responsible for completely removing existing data cabling and components (racks, network equipment and jacks). These components shall be stored in a safe area designated by the LHCSD Network Specialist. 1.3 SUBMITTALS Submittal documentation shall include all information necessary to fully explain design features, appearance, function, fabrication and installation of the equipment, and shall include a complete bill of 5

24 materials, details, layouts, schedules, schematics, etc., as necessary to be incorporated in the design and fabrication of the system. Submittals shall include but are not limited to the following: A) Manufacturer s cut sheets and specification sheets on all equipment and all items provided by the contractor. B) All block diagrams and wiring diagrams showing typical connections of all equipment. C) Riser diagrams depicting the intended layout of all wall mounted equipment. D) Elevation drawings of system control cabinet(s) showing the relative position of all major components. 1.4 DOCUMENTATION The contractor shall provide two (2) complete sets of accurate As-Built Documentation Packages. The As-Built drawings shall be generated on a CAD system and shall reflect that type of quality. No hand drawn As-Built drawings will be accepted. The As-Built drawings and documentation shall be marked to reflect the following information: A) Cable paths for all distribution cables. B) Locations of all devices installed throughout the facility. C) A wire number listing corresponding to each wire and its associated jack number. Wire and jack numbers on drawings shall match labels on all installed cables and plates. D) System head-end location and all other secondary equipment locations. E) All final device control settings. F) Serial number listing for all equipment provided The contractor shall provide on disk a copy of the As-Built drawings in AutoCAD 2000 format or higher. These files shall be identical to the printed As-Built drawings The contractor shall provide two (2) complete sets of all service manuals for all equipment provided by the contractor. The service manuals shall include all information such as schematic drawings, block diagrams and alignment procedures as necessary for the repair and maintenance of the equipment. Service manuals shall be the original manufacturer s copy provided with the equipment. Photocopies shall only be accepted if the quantity of equipment units provided is less than two (2). Photocopies shall be first generation copies of the original The contractor shall keep a complete set of As-Built drawings and service manuals through the entire warranty period. This set shall be in addition to the two (2) sets to be provided to the owner. 6

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

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

More information

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

Holt Public School District 5780 W. Holt Rd Holt MI

Holt Public School District 5780 W. Holt Rd Holt MI Holt Public School District 5780 W. Holt Rd Holt MI 48842-1197 1.1 is requesting bids to replace their existing Cisco VoIP and integrated voice messaging system with an updated Cisco solution including

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

TROY CITY SCHOOL SYSTEM. Request for Proposal (RFP) BID NUMBER: TCS-NTWK-2017

TROY CITY SCHOOL SYSTEM. Request for Proposal (RFP) BID NUMBER: TCS-NTWK-2017 April 6, 2017 To: Subject: All Prospective Bidders (RFP) Bid Number: TCS-NTWK-2017 Enclosed is a copy of the Invitation to Bid (ITB) for Bid Number: TCS-NTWK-2017 for the Troy City School District. The

More information

REQUEST FOR PROPOSAL RFP #14-03

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

More information

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

NOTICE TO BIDDERS. Notice is hereby given that the City of Livermore invites sealed proposals for CAMPUS NETWORK AND LOCAL AREA NETWORK CABLING.

NOTICE TO BIDDERS. Notice is hereby given that the City of Livermore invites sealed proposals for CAMPUS NETWORK AND LOCAL AREA NETWORK CABLING. NOTICE TO BIDDERS Notice is hereby given that the City of Livermore invites sealed proposals for CAMPUS NETWORK AND LOCAL AREA NETWORK CABLING. Each proposal shall be in accordance with the conditions

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

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

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

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

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

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

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

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

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S.

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S. SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO. 1 5661 S. Ironwood Drive Apache Junction Arizona 85120 Phone (480) 941-6754 Fax (480) 671-3180 www.smcfd.org BID PACKAGE PROJECT 18.C.18 Issue Date:

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

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

CONTRACT. Owner and Contractor agree as follows: 1. Scope of Work.

CONTRACT. Owner and Contractor agree as follows: 1. Scope of Work. CONTRACT This agreement (the "Contract") is made this day of, by and between (the "Contractor") and (name of parish corporation, ABN or high school corporation) (the "Owner"), for the purpose of stating

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

More information

AIA Document A201 TM 1997

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

More information

Part A: Upgrade cabling to Cat6 cabling with factory warranties at a minimum of 20 years for Murdock Elementary School and Willows High School

Part A: Upgrade cabling to Cat6 cabling with factory warranties at a minimum of 20 years for Murdock Elementary School and Willows High School Willows Unified School District 823 West Laurel Street Willows CA 95988 (530) 934-6600 E-RATE YEAR 19 (2016/2017) RFP Willows Unified School District is seeking proposals for the upcoming Year 19 round

More information

PURCHASE ORDER TERMS & CONDITIONS

PURCHASE ORDER TERMS & CONDITIONS 1. DEFINITIONS: District: Vendor: Order: PURCHASE ORDER TERMS & CONDITIONS Sierra Joint Community College District Person, firm or corporation supplying the goods or services under the Order and includes

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

SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS

SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS HCPS STANDARDS DOC. No.: 01015 APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL DATE OF ISSUE: 04-04-14 - Revised paragraph 13.10.1 to increase

More information

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C) Request for Proposals t o provide Janitorial Services Residence Halls RFP-18111 Due Date Proposal Submissions March 8, 2018 by 3:00 p.m. MANDATORY Pre-Proposal Meeting March 1, 2018 @ 2:00 p.m. in New

More information

REQUEST FOR PROPOSAL UNDERGROUND FIBER OPTIC CABLE INSTALLATION PART I GENERAL

REQUEST FOR PROPOSAL UNDERGROUND FIBER OPTIC CABLE INSTALLATION PART I GENERAL REQUEST FOR PROPOSAL UNDERGROUND FIBER OPTIC CABLE INSTALLATION PART I GENERAL PURPOSE: The City of Niceville, herein after City, seeks to enter into an agreement with a qualified Individual, Firm or Corporation,

More information

LOCAL AREA NETWORK (LAN) HARDWARE UPGRADE FOR OAKLAND UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS (RFP) NO /

LOCAL AREA NETWORK (LAN) HARDWARE UPGRADE FOR OAKLAND UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS (RFP) NO / LOCAL AREA NETWORK (LAN) HARDWARE UPGRADE FOR OAKLAND UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS (RFP) NO. 14 15/03 2014 15 1.0 OVERVIEW The Oakland Unified School District (OUSD) is seeking to upgrade

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 VERMONT STANDARD FORM. GENERAL CONDITIONS FOR F P R DESIGN BUILD CONTRACTS (March 2017)

STATE OF VERMONT STANDARD FORM. GENERAL CONDITIONS FOR F P R DESIGN BUILD CONTRACTS (March 2017) STATE OF VERMONT STANDARD FORM GENERAL CONDITIONS FOR F P R DESIGN BUILD CONTRACTS (March 2017) The following general conditions are for use with DESIGN BUILD construction contracts with the State of Vermont,

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

PURCHASING DEPARTMENT

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

More information

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

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation Request for Proposal #2036 Orange Coast College Exterior Lighting Energy Efficiency Project Implementation I. NOTICE A. Statement of Proposal NOTICE IS HEREBY GIVEN that Coast Community College District

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

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

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

More information

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

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

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

More information

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 MISSAUKEE COUNTY PO BOX 800 LAKE CITY MI 49651 (231) 839-4967 November 30,

More information

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207) Page 1 of 9 Bid #10-18 Sealed bids for purchase of a replacement Sound System for the South Portland High School Auditorium, for the City of South Portland, Maine, as specified below, in the Specifications

More information

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019 CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Remove, Repair and Re- Install

More information

Description Cost PRE-BID CONFERENCE

Description Cost PRE-BID CONFERENCE IMPORTANT This is NOT an order but a request for sealed bid. PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 10 (Plus Attachment A ) REQUEST FOR SEALED BID REQ. NO. 10082841 DATE: 5/31/06 Bids

More information

A single controller is located at North Shore Middle School that services two schools with a 100 user license

A single controller is located at North Shore Middle School that services two schools with a 100 user license Hartland/Lakeside School District 800 E. North Shore Drive Hartland, WI 53029 RFP # 101 Switches, Core Switch, Access Points, and Cabling The Hartland Lakeside School District is seeking a request for

More information

INVITATION FOR BID. LAN HARDWARE BID/E-RATE 2015/16 IFB No

INVITATION FOR BID. LAN HARDWARE BID/E-RATE 2015/16 IFB No PURCHASING DEPARTMENT 135 Van Ness Avenue, Room 123 San Francisco, Ca. 94102 T 415.241.6468 F 415.241.6487 WWW.SFUSD.EDU INVITATION FOR BID LAN HARDWARE BID/E-RATE 2015/16 MAIL OR DELIVER BIDS TO: San

More information

Request for Proposal RFP # SUBJECT: Ergotron LX

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

More information

Request for Proposal. Internal Connections - Network Switch Equipment. Houston County Public Library. Erate Funding Year. July 1, 2017 through

Request for Proposal. Internal Connections - Network Switch Equipment. Houston County Public Library. Erate Funding Year. July 1, 2017 through Request for Proposal Internal Connections - Network Switch Equipment Houston County Public Library Erate Funding Year July 1, 2017 through June 30, 2018 Request for Proposal Internal Connections Network

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

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

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

More information

Scofield Ridge Homeowners Association

Scofield Ridge Homeowners Association Scofield Ridge Homeowners Association RFP #2012-003 Subject: Entrance Monument Design & Construction Due: March 30, 2012 2:00pm CST c/o Goodwin Management, Attn.: Debra Johnson * 11149 Research Blvd.,

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

All equipment will be assembled and installed by the Supplier and or Contractor.

All equipment will be assembled and installed by the Supplier and or Contractor. REQUEST FOR PROPOSALS (RFP) TO DESIGN, PROCURE AND INSTALL PLAYGROUND EQUIPMENT AND FALL ZONE MATERIAL AT FRONTIER SCHOOL OF INNOVATION ELEMENTARY SCHOOL The Frontier School of Innovation Elementary School

More information

Any questions regarding this RFP should be ed to John Peters

Any questions regarding this RFP should be  ed to John Peters NORTH COUNTRY SUPERVISORY UNION REQUEST FOR PROPOSALS Installation of Fiber Optic Backbone Cable Proposals must be received no later than 3:00pm June 17, 2015 North Country Supervisory Union Attn: John

More information

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT Chain Link Fence Installation at CBJ Wastewater Facilities QUOTES ARE DUE PRIOR TO 2:00 p.m., March 12, 2014 RESPONDING

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

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader.

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader. IMPORTANT This is NOT an order but a request for quotation. PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 13 REQUEST FOR QUOTATION REQ. NO. 3000000582 DATE: 11/10/2006 Quotes must be returned

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

Deluxe Corporation Purchase Terms and Conditions

Deluxe Corporation Purchase Terms and Conditions Deluxe Corporation Purchase Terms and Conditions The following standard purchase terms and conditions only apply to purchasing transactions (including but not limited to purchase orders) that do not have

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

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE:

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE: KANSAS CITY KANSAS PUBLIC SCHOOLS / USD 500 PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS 66104 WEB SITE: WWW.KCKPS.ORG/PURCHASING PORCELAIN WHITEBOARDS WITH ALUMINUM FRAMES BID NO:

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

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

More information

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

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street Indianapolis, IN 46221 ITQ Issue Date: November 29, 2017 Project Site: Contact:

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

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

More information

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex December 4, 2016 Submission Deadline: 12:00 p.m. December 20, 2016 1. REQUEST FOR PROPOSAL The City of Brentwood

More information

Transurban Standard Terms and Conditions

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

More information

EXTERIOR LIGHTING AND CONTROLS RETROFIT PHASE II PROJECT ENERGY SERVICES SADDLEBACK COLLEGE. April 25, Electricity Savings: 201,221 kwh/yr

EXTERIOR LIGHTING AND CONTROLS RETROFIT PHASE II PROJECT ENERGY SERVICES SADDLEBACK COLLEGE. April 25, Electricity Savings: 201,221 kwh/yr EXHIBIT A Page 1 of 1 EXTERIOR LIGHTING AND CONTROLS RETROFIT PHASE II PROJECT ENERGY SERVICES SADDLEBACK COLLEGE April 25, 2016 Based upon inspection form, site visit and rough savings calculation, San

More information

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS I N V I T A T I O N T O B I D B I D # 1 0-17 FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent DOOR AND WINDOW REPLACEMENT

More information

Request for Bid/Proposal

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

More information

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

CABLING PROJECT RFP #

CABLING PROJECT RFP # CABLING PROJECT E-Rate Yr. 19 (2016-2017) RFP # 2016-104 Request for Proposals Issued: November 23, 2015 Deadline for Submittal of Proposals: January 6, 2016 Before 2:00pm Attention: Aaron Thornsberry

More information

SUBCONTRACTOR AGREEMENT

SUBCONTRACTOR AGREEMENT SUBCONTRACTOR AGREEMENT THIS AGREEMENT MADE THIS DAY OF IN THE YEAR OF 2016 (In words, indicate day, month and year) BETWEEN DeWitt & Associates, Inc. 1256 South Barnes Springfield, Missouri 65804 AND:

More information

ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A

ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A105-2007 The following addendum modifies or supplements the standard form

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

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL Hempstead Independent School District http://www.hempsteadisd.org Contact: Alex Miller, HISD Chief Technology Officer Phone: (979) 826-3304, Ext. 222 ~ Email: millera@hempsteadisd.org

More information

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE REQUEST FOR PROPOSAL CITY OF GAINESVILLE REQUEST FOR PROPOSAL PROPOSAL No. 18024 Cameras-Lakeside Plant (Per Attached Specifications) Proposal Release: March 9, 2018 Proposal Questions Deadline: Proposal Due Date: March 23,

More information

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND

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

More information

a. Article(s) Goods and/or services described on the face of the Purchase Order

a. Article(s) Goods and/or services described on the face of the Purchase Order TERMS AND CONDITIONS LIBERTY MUTUAL STANDARD TERMS AND CONDITIONS V. 5.0 1. DEFINITIONS a. Article(s) Goods and/or services described on the face of the Purchase Order b. Customer Liberty Mutual Insurance

More information

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

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

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

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

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

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

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

PAN OSTON PURCHASE ORDER TERMS & CONDITIONS

PAN OSTON PURCHASE ORDER TERMS & CONDITIONS PAN OSTON PURCHASE ORDER TERMS & CONDITIONS 1. ACKNOWLEDGMENT AND ACCEPTANCE OF ORDER. This Order constitutes an offer that is expressly limited to the Terms and Conditions contained herein. The Terms

More information

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3. REQUEST FOR PROPOSALS To Provide Armored Car Services Notice is hereby given that sealed proposals will be received at the Finance Department, until May 9, 2013 at 2:00 p.m., local time to provide Armored

More information

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance CITY OF MOBILE REQUEST FOR QUOTES April 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Locations: Project Number: Service Contract - Escalator Inspections

More information

WEXFORD COUNTY REQUEST FOR PROPOSALS

WEXFORD COUNTY REQUEST FOR PROPOSALS WEXFORD COUNTY REQUEST FOR PROPOSALS Central Dispatch 911 Center Architectural Services ISSUED BY: WEXFORD COUNTY BOARD OF COMMISSIONERS Date: September 28, 2018 Project Representative: Elaine Richardson

More information

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT SPECIFICATIONS AND BID FORMS FOR WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883. BID: #15-013 BOE Due on

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) Annual Contract for Letterhead, Envelopes and Business Cards BIDDER INSTRUCTIONS Montrose County is seeking sealed bids from qualified vendors to supply and print letterhead, envelopes,

More information

BID # 6859 HUMAN SERVICES AGENCY CALL CENTER NEW ANCILLARY FURNITURE AND ASSOCIATED SERVICES

BID # 6859 HUMAN SERVICES AGENCY CALL CENTER NEW ANCILLARY FURNITURE AND ASSOCIATED SERVICES BID # 6859 HUMAN SERVICES AGENCY CALL CENTER NEW ANCILLARY FURNITURE AND ASSOCIATED SERVICES COUNTY OF SAN JOAQUIN 44 N. SAN JOAQUIN STREET, SUITE 540 STOCKTON, CA. 95202 FOR: HUMAN SERVICES AGENCY DEPARTMENT

More information

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation This is a form agreement for discussion purposes only. It does not constitute a binding offer or contract of Drexel University until all of the terms have been approved and this agreement is executed by

More information

ARTICLE 1 ARTICLE 3 CONTRACTOR THE SUBCONTRACT DOCUMENTS ARTICLE 2 MUTUAL RIGHTS AND RESPONSIBILITIES

ARTICLE 1 ARTICLE 3 CONTRACTOR THE SUBCONTRACT DOCUMENTS ARTICLE 2 MUTUAL RIGHTS AND RESPONSIBILITIES ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) this Agreement; (2) the prime Contract, consisting of the Agreement between the Owner and Contractor and the other Contract

More information

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Working Together for a Better Tomorrow. Today. SPECIFICATION PACKAGE for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Bid Opening Date/Time Tuesday, September 1, 2015 @ 2:15 p.m. local time City of

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

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES I. PROJECT DESCRIPTION Town of Pembroke Park, Florida ( Town ) is soliciting proposals from interested accounting

More information

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

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

More information