Bid # B GSSI StructureScan Mini 3D Ground Penetrating Radar System Michigan Department of Transportation.

Size: px
Start display at page:

Download "Bid # B GSSI StructureScan Mini 3D Ground Penetrating Radar System Michigan Department of Transportation."

Transcription

1 Bid # B GSSI StructureScan Mini 3D Ground Penetrating Radar System Michigan Department of Transportation Bid Instructions Bidders are reminded that the sole point of contact concerning this Purchase is the Department of Transportation (MDOT) Buyer assigned to this project. The State, except through the Buyer, will not respond to telephone inquiries or requests concerning this solicitation by Bidders or their representatives. Any communication outside of this process may result in disqualification, debarment, or both. Only those communications made by the State in writing will be binding with respect to this ITB. The issuance of this solicitation, the receipt of bids, and the evaluation of bids does not bind or impose legal obligation upon the State or the supplier(s) in any way. The State may discontinue this process at any time for any or no reason. TO BE CONSIDERED FOR AWARD, THE FOLLOWING MUST ACCOMPANY THE BID: The bid must state how long it remains valid. This period must be at least 90 days from the due date for responses to this solicitation. The bid must specify lead time for delivery. The attached, signed, Signature Authority form (below) must be submitted. The bid must be submitted on the attached Pricing Proposal form. All bids must be F.O.B. Destination with transportation charges prepaid on the order. Other F.O.B. terms will not be accepted and shall disqualify a Bidder from further consideration. Bids (Proposals) must be received on-line only through the DTMB-Procurement Buy4Michigan Website ( before 3:00 PM on the due date specified on the cover page of this solicitation. Bidders are responsible for submitting their proposals on time. Proposals received by any other method than noted above, or are late, cannot be considered. Proposals that are received after the specified due date and time cannot be considered unless (a) all other bids received on time do not meet specifications, or (b) no other bids are received. Certifications and Representations must be completed on Page 1 of 13

2 Bid # B GSSI StructureScan Mini 3D Ground Penetrating Radar System Michigan Department of Transportation PLEASE NOTE THE FOLLOWING: Referenced brands and models, if any, are for the Bidder s reference. If a Bidder submits an alternate, the specifications must meet or exceed the specifications contained in this solicitation, and complete descriptive literature should be submitted with the Bidder s bid submittal. The State has the right to reject any alternate bids. This bid will be awarded to the bidder who best meets the specifications, as determined by MDOT, and offers the lowest price to the State. If you are using a Subcontractor or partnering with another company, it must be clearly explained which parties will perform what services and provide detailed information with respect to prior experience of each party (prime, subcontractor, partner) in providing the goods and services of similar size and scope as described in this solicitation. You must also detail any prior experience in partnering with subcontractors or partners (that you would work with in fulfilling the obligations of the resulting contract) on a particular project (one to two references providing the same bulleted information as listed above). If you do not have prior experience working with the proposed subcontractor and/or partner please make a statement with respect to the relationship. The State reserves the right to verify all information and perform additional reference checks regarding the Bidder's prior performance, including prior experiences not submitted as a response to this solicitation. If you or your company assisted with the development of the specifications found within this solicitation, you and your company are not eligible to bid on this solicitation. Complete descriptive literature should be submitted with the bid submission. Page 2 of 13

3 Bid # B GSSI StructureScan Mini 3D Ground Penetrating Radar System Michigan Department of Transportation SIGNATURE AUTHORITY I/We certify that the undersigned is authorized to submit bids/quotations on behalf of. The information provided about ability to provide the goods and/or services outlined in this solicitation document is true and accurate. I/We understand that our product and/or service offerings must be in compliance with all requirements of this solicitation document. Name of Bidder/Contractor/Supplier Address of Contractor/Supplier Telephone No. of Contractor/Supplier Fax No. of Contractor/Supplier Address of Contractor/Supplier _ Signature of Contractor/Supplier s Authorized Representative Title of Supplier Representative Date _ Additional Signature Contractor/Supplier s Authorized Representative Title of Supplier Representative Date Page 3 of 13

4 Bid # B GSSI StructureScan Mini 3D Ground Penetrating Radar System Michigan Department of Transportation Specifications ITB Due Date: August 29, 2013 Delivery Date for Goods: By September 23, 2013 Geophysical Survey Systems, Inc. (GSSI) StructureScan Mini 3D Ground Penetrating Radar System to include: Handheld data collection unit with 1600 MHz antenna and 3 dimensional data accusation and processing ability, built in survey wheel encoder, guidance laser and color display screen, two rechargeable batteries, dual battery charger, hand held strap, rugged shipping case, instructions, training video, and data collection grids. The entire system shall be covered by a minimum 2 year warranty. GSSI RADAN Analysis Package for StructureScan Mini. Software shall be compatible with the Windows 7 Enterprise operating system. It shall also be capable of processing and displaying 3 dimensional radar data To be considered for selection as the successful vendor, a vendor must be authorized by the equipment manufacturer to provide service and repairs during the warranty period, and must be authorized by the equipment manufacturer to provide technical guidance regarding the equipment and software. Are you the actual equipment manufacturer, or authorized by the equipment manufacturer to provide service and repairs during the warranty period? Are you the actual equipment manufacturer, or authorized by the equipment manufacturer to provide technical guidance regarding hardware and software? Yes No Yes No Page 4 of 13

5 Bid # B GSSI StructureScan Mini 3D Ground Penetrating Radar System Michigan Department of Transportation Bidder: PRICE PROPOSAL Description 1. GSSI StructureScan Mini 3D Ground Penetrating Radar System Quantity 1 Unit of Measure Unit Cost Extended Cost Each $ $ 2. GSSI RADAN Analysis Package for StructureScan Mini 1 Each $ $ Referenced Brand/Manufacturer: GSSI Model No.: FGSSMINI/3D & FGWINRAD7-SSMINI Bidder Manufacturer: All bids must be F.O.B. Destination with transportation charges prepaid on the order. Other F.O.B. terms will not be accepted and shall disqualify a Bidder from further consideration. Lead Time for Delivery: days Proposal is valid for: days. This period must be at least 90 days from the due date for responses to this ITB. This bid is model specific. No alternate bids will be accepted. Quick Payment Terms: The bidder must check one box below: [ ] The bidder will offer a quick payment discount of % off an invoice if paid within 15 Days (# of days may be changed) from the State's receipt of the invoice or delivery of the Deliverable(s), whichever is later. [ ] No quick payment discount will be offered. TOTAL BID AMOUNT $ Page 5 of 13

6 PURCHASE ORDER INSTRUCTIONS AND CONDITIONS 1. The State of Michigan is exempt from federal excise tax, State and local sales tax, and use tax and, such taxes shall not be included in the invoice. Sales to the State of Michigan are not exempt from the environmental protection regulatory fee imposed pursuant to Section 8 of Act 152 of the Public Acts of the State of Michigan of Submit two copies of your invoice to the "bill to" address as shown. Invoice must have either company name imprinted or a signature. Invoice must be in sufficient detail for comparison with this order. 3. Enter Federal identification number on the invoice. Use social security number if Federal ID does not apply. Failure to include one of these ID's on the invoice will delay payment until the ID number can be obtained. 4. Submit separate invoice for each shipment and/or order promptly upon shipment. 5. The purchase order number must be plainly noted on each invoice, on all packages and shipping tags, and on all correspondence pertaining to this order. 6. Packing list must be included with each shipment. 7. Questions regarding payment of this order should be directed to the purchase order "bill to" address. 8. All correspondence other than that regarding payment of invoice relating to this order is to be directed to the buyer. 9. This order is a confirmation of your recent quotation. 10. Cancellation of Contract (a) The State may cancel the Contract for default of the Contractor. Default is defined as the failure of the Contractor to fulfill the obligations of the quotation or Contract. In case of default by the Contractor, the State may immediately and/or upon 30 days prior written notice to the Contractor cancel the Contract without further liability to the State, its Departments, Divisions, Agencies, Sections, Commissions, Officers, Agents and Employees, and procure the products and/or services from other sources, and hold the Contractor responsible for any excess costs occasioned thereby; (b) The State may cancel the Contract in the event the State no longer needs the services or products specified in the Contract, or in the event program changes, changes in laws, rules or regulations, or relocation of offices occur, or if prices for additional services requested by the State are not acceptable to the State. The State may cancel the Contract without further liability to the State, its Departments, Divisions, Agencies, Sections, Commissions, Officers, Agents and Employees by giving the Contractor written notice of such cancellation 30 days prior to the date of cancellation; Page 6 of 13

7 (c) The State may cancel the Contract for lack of funding. The Contractor acknowledges that, if this Contract extends for several fiscal years, continuation of this Contract is subject to appropriation of funds for this project. If funds to enable the State to effect continued payment under this Contract are not appropriated or otherwise made available, the State shall have the right to terminate this Contract without penalty at the end of the last period for which funds have been appropriated or otherwise made available by giving written notice of termination to the Contractor. The State shall give the Contractor written notice of such nonappropriation within 30 days after it receives notice of such non-appropriation; (d) The State may immediately cancel the Contract without further liability to the State, its Departments, Divisions, Agencies, Sections, Commissions, Officers, Agents and Employees if the Contractor, an Officer of the Contractor, or an owner of 25% or greater share of the Contractor, is convicted of a criminal offense incident to the application for or performance of a State, public or private Contract or sub-contract; or convicted of a criminal offense including but not limited to any of the following: embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, attempting to influence a public employee to breach to ethical conduct standards for State of Michigan employees; convicted under State or federal antitrust statutes; or convicted of any other criminal offense which in the sole discretion of the State, reflects on the Contractor's business integrity; (e) The State may immediately cancel the Contract in whole or in part by giving notice of termination to the Contractor if any final administrative or judicial decision or adjudication disapproves a previously approved request for purchase of personal services pursuant to Constitution 1963, Article 11, Section 5, and Civil Service Rule 4-6; (f) The State may, with 30 days written notice to the Contractor, cancel the Contract in the event prices proposed for Contract modification/extension are unacceptable to the State. 11. All goods are subject to inspection and testing. In the event goods are defective in material or workmanship, or otherwise fail to meet the requirements of the purchase order, the State shall have the right to reject the goods or retain the goods and correct the defects. The Contractor shall pay the State for expenses incurred in correcting defects. Rejected goods will be held for 45 days after delivery. The Contractor must arrange for the return of said goods, including paying for handling, packing, and transportation costs. The State has the authority to dispose of the goods without further liability to the State in the event the Contractor fails to make such arrangements within the specified time period. 12. In the performance of any Contract or purchase order resulting herefrom, the Contractor agrees not to discriminate against any employee or applicant for employment, with respect to their hire, tenure, terms, conditions or privileges of employment, or any matter directly or indirectly related to employment, because of race, color, religion, national origin, ancestry, age, sex, height, weight, marital status, physical or mental handicap or disability. The Contractor further agrees that every sub-contract entered into for the performance of any Contract or purchase order resulting herefrom will contain a provision requiring non-discrimination in employment, as herein specified, binding upon each sub-contractor. This covenant is required pursuant to the Elliott Larsen Civil Rights Act, 1976 Public Act 453, as amended, MCL , et seq, and any breach thereof may be regarded as a material breach of the Contract or purchase order. Page 7 of 13

8 13. All Contracts or purchase orders issued shall be governed by, and construed in accordance with the laws of the State of Michigan. Any dispute arising herein shall be resolved in the State of Michigan. 14. For and in consideration of the opportunity to do business with the State of Michigan and other good and valuable consideration, the vendor hereby assigns, sells and transfers to the State of Michigan all rights, title and interest in and to all causes of action it may have under the antitrust laws of the United States or this State for price fixing, which causes of action have accrued prior to the date of payment and which relate solely to the particular goods, commodities, or services purchased or procured by this State pursuant to this transaction. 15. Pursuant to Act 278 of the Public Acts of the State of Michigan of 1980, the State shall not award a Contract or a sub-contract to an employer whose name appears in the current register of employers failing to correct an unfair labor practice compiled pursuant to Section 2 of the Act. A Contractor of the State, in relation to that Contract shall not enter into a Contract with a sub-contractor manufacturer, or supplier whose name appears in this register. The State may void a Contract if, subsequent to award of the Contract the name of the Contractor as an employer, or the name of sub-contractor, manufacturer, or supplier of the Contractor appears in this register. 16. Public Act 533 of 2004 requires that payments under this Contract be processed by electronic funds transfer (EFT). Contractor is required to register to receive payments by EFT at the Contract & Payment Express website ( 17. Public Act 279 of 1984 states that the State shall take all steps necessary to assure that payment for goods or services, is mailed within 45 days after receipt of the goods or services, a complete invoice for goods or services, or a complete Contract for goods or services, whichever is later. Contractor's Liability Insurance The Contractor is required to provide proof of the minimum levels of insurance coverage as indicated below. The purpose of this coverage shall be to protect the State from claims which may arise out of or result from the Contractor's performance of services under the terms of this Contract, whether such services are performed by the Contractor, or by any sub-contractor, or by anyone directly or indirectly employed by any of them, or by anyone for whose acts they may be liable. The Contractor waives all rights against the State of Michigan, its departments, divisions, agencies, offices, commissions, officers, employees and agents for recovery of damages to the extent these damages are covered by the insurance policies the Contractor is required to maintain pursuant to this Contract. The Contractor also agrees to provide evidence that all applicable insurance policies contain a waiver of subrogation by the insurance company. All insurance coverage provided relative to this Contract/purchase order is primary and non-contributing to any comparable liability insurance (including self-insurances) carried by the State. Page 8 of 13

9 The insurance shall be written for not less than any minimum coverage herein specified or required by law, whichever is greater. All deductible amounts for any of the required policies are subject to approval by the State. The State reserves the right to reject insurance written by an insurer the State deems unacceptable. Before the Contract is signed by both parties or before the purchase order is issued by the State, the Contractor must furnish to the Director of Procurement, Department of Technology, Management and Budget, certificate(s) of insurance verifying insurance coverage. The certificate must be on the standard "Accord" form. The Contract or purchase order number must be shown on the certificate of insurance to assure correct filing. All such certificate(s) are to be prepared and submitted by the insurance provider and not by the Contractor. All such certificate(s) shall contain a provision indicating that coverage afforded under the policies will not be cancelled, materially changed, or not renewed without thirty (30) days prior written notice, except for 10 days for non-payment of premium, having been given to the Director of Procurement, Department of Technology, Management and Budget. Such notice must include the Contract number affected and be mailed to: Director, Procurement, Department of Technology, Management and Budget, P.O. Box 30026, Lansing, Michigan The Contractor is required to provide the type and amount of insurance as indicated below: 1. Commercial general liability with the following minimum coverage: $2,000,000 general aggregate limit other than products/completed operations $2,000,000 products/completed operations aggregate limit $1,000,000 personal & advertising injury limit $1,000,000 each occurrence limit $500,000 fire damage limit (any one fire) The Contractor must list the State of Michigan, its Departments, Divisions, Agencies, Offices, Commissions, Officers, Employees and Agents as additional insured on the commercial general liability policy. 2. If a motor vehicle is used to provide services or products under this Contract, the Contractor must have vehicle liability insurance on any auto including owned, hired and non-owned vehicles used in Contractor's business for bodily injury and property damage as required by law. The Contractor must list the State of Michigan, its Departments, Divisions, Agencies, Offices, Commissions, Officers, Employees and Agents as additional insured on the vehicle liability policy 3. Workers' disability compensation, disability benefit or other similar employee benefit act with minimum statutory limits. Note: (1) if coverage is provided by a State fund or if Contractor Page 9 of 13

10 has qualified as a self-insurer, separate certification must be furnished that coverage is in the State fund or that Contractor has approval to be a self-insurer; (2) any citing of a policy of insurance must include a listing of the States where that policy's coverage is applicable; and (3) any policy of insurance must contain a provision or endorsement providing that the insurers' rights of subrogation are waived. This provision shall not be applicable where prohibited or limited by the laws of the jurisdiction in which the work is to be performed. 4. Employers liability insurance with the following minimum limits: $100,000 each accident $100,000 each employee by disease $500,000 aggregate disease Indemnification A. General Indemnification To the fullest extent permitted by law, the Contractor shall indemnify, defend and hold harmless the State, its Departments, Divisions, Agencies, Sections, Commissions, Officers, Employees and Agents, from and against all losses, liabilities, penalties, fines, damages and claims (including taxes), and all related costs and expenses (including reasonable attorneys' fees and disbursements and costs of investigation, litigation, settlement, judgments, interest and penalties), arising from or in connection with any of the following: 1. Any claim, demand, action, citation or legal proceeding against the State, its employees and agents arising out of or resulting from (1) the product provided or (2) performance of the work, duties, responsibilities, actions or omissions of the Contractor or any of its subcontractors under this Contract. 2. Any claim, demand, action, citation or legal proceeding against the State, its employees and agents arising out of or resulting from a breach by the Contractor of any representation or warranty made by the Contractor in the Contract. 3. Any claim, demand, action, citation or legal proceeding against the State, its employees and agents arising out of or related to occurrences that the Contractor is required to insure against as provided for in this Contract. 4. Any claim, demand, action, citation or legal proceeding against the State, its employees and agents arising out of or resulting from the death or bodily injury of any person, or the damage, loss or destruction of any real or tangible personal property, in connection with the performance of services by the Contractor, by any of its sub-contractors, by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable; provided, however, that this indemnification shall not apply to the extent, if any, that such death, bodily injury or property damage is caused solely by the negligence or reckless or intentional wrongful conduct of the State; Page 10 of 13

11 5. Any claim, demand, action, citation or legal proceeding against the State, its employees and agents which results from an act or any of its sub-contractors in its or their capacity as an employer of a person. B. Patent/Copyright Infringement Indemnification To the fullest extent permitted by law, the Contractor shall Indemnify, defend, and hold harmless the State, its employees and agents from and against all losses, liabilities, damages (including taxes), and all related costs and expenses (including reasonable attorneys' fees and disbursements and costs of investigation, litigation, settlement, judgments, interest and penalties) incurred in connection with any action or proceeding threatened or brought against the State to the extent that such action or proceeding is based on a claim that any piece of equipment, software, commodity or service supplied by the Contractor or its sub-contractors, or the operation of such equipment, software, commodity or service, or the use or reproduction of any documentation provided with such equipment, software, commodity or service infringes any united States or foreign patent, copyright, trade secret or other proprietary right of any person or entity, which right is enforceable under the laws of the united States. In addition, should the equipment, software, commodity, or service, or the operation thereof, become or in the Contractor's opinion be likely to become the subject of a claim of infringement, the Contractor shall at the Contractor's sole expense (i) procure for the State the right to continue using the equipment, software, commodity or service or, if such option is not reasonably available to the Contractor, (ii) replace or modify the same with equipment, software, commodity or service of equivalent function and performance so that it becomes non-infringing, or, if such option is not reasonably available to Contractor, (iii) accept its return by the State with appropriate credits to the State against the Contractor's charges and reimburse the State for any losses or costs incurred as a consequence of the State ceasing its use and returning it. C. Indemnification Obligation Not Limited In any and all claims against the State of Michigan, or any of its agents or employees, by any employee of the Contractor or any of its sub-contractors, the indemnification obligation under the Contract shall not be limited in any way by the amount or type of damages, compensation or benefits payable by or for the Contractor or any of its sub-contractors under worker's disability compensation acts, disability benefits acts, or other employee benefits acts. This indemnification clause is intended to be comprehensive. Any overlap in subclauses, or the fact that greater specificity is provided as to some categories of risk, is not intended to limit the scope of indemnification under any other subclause. D. Continuation of indemnification obligation The duty to indemnify will continue in full force and affect not-withstanding the expiration of early termination of the Contract with respect to any claims based on facts or conditions, which occurred prior to termination. Page 11 of 13

12 E. Reservations The State reserves the right to: (a) consider total cost of ownership in the final award recommendation (i.e. transition costs, training costs, etc.); (b) award by item or part of an item; (c) reject any proposals in whole or in part; (d) award multiple, optional-use contracts. The State may evaluate offers based on advantages and disadvantages that may result from making more than one award; (e) consider overall economic impact. This includes considering principal place of performance, number of Michigan citizens employed or potentially employed, money paid to Michigan residents, Michigan capital investments, etc; (f) award to another Bidder if the recommended Bidder does not accept the award; (g) give a preference for products manufactured or services offered by Michigan-based firms if all other things are equal and if consistent with federal statutes. (MCL ); (h) disqualify any bid based on the failure to complete the Certifications and Representations in the Bid4Michigan registration; and (i) disqualify any bid based on the information provided in the Certifications and Representations in the Bid4Michigan registration, responses from vendor references, and State of Michigan vendor performance reports. QUALIFIED DISABLED VETERAN: Qualified Disabled Veteran, as defined by Public Act 431 of 1984, means a business entity that is at least 51% owned by one or more veterans with a service-connected disability. The Act defines Service-Connected Disability as a disability incurred or aggravated in the line of active military, naval, or air service as defined in 38 USC 101 (16). The Bidder represents that it IS, IS NOT a disabled Veteran-owned business. The Bidder represents and warrants that the company meets the above criteria (when checked) and has provided the following supportive documentation: (a) (b) (c) Proof of service and conditions of discharge: DD214 or equivalent Proof of service-connected disability: DD214 if the disability was documented at discharge or Veterans Administration (VA) Rating Decision Letter or equivalent if the disability was documented after discharge Proof of Ownership: Appropriate legal documents setting forth the ownership of the business entity (Articles of incorporation or Articles of Organization) IMPORTANT NOTE TO BIDDERS: Self certification alone will not initiate the price preference cited in Section 3.032, Qualified Disabled Veteran Preference. In order to be considered for the pricing preference your self-certification must be accompanied by the qualifying documents listed above. The State reserves the right to request additional documents or clarifying information about the documentation submitted with the bid. Page 12 of 13

13 Loss of Preference: If during the term of the contract the contractor no longer qualifies for the preference, or if the contract is assigned to a business entity that does not qualify for the preference, they will be required to discount their contract price by the amount of the preference they received. Fraudulently representing information about the use of businesses owned by persons with disabilities to procure this contract is a violation of the Business Opportunity Act for Persons with Disabilities of 1988 PA 112, MCL A person who knowingly violates this act is guilty of a felony, punishable by imprisonment up to 2 years in prison, or a fine not less than $5,000. A person found guilty of violating this act may be barred from obtaining future contracts with the State. The bidder certifies that it is, is not an Iran linked business as defined in MCL Sign and return with your proposal. The above Terms and Conditions are accepted without exception: ; Bidders Signature Date The above Terms and Conditions are accepted with the following exceptions: ; Bidders Signature Date List specific exceptions below: Page 13 of 13

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES The following are MANDATORY TERMS to which the Contractor MUST agree without word modification.

More information

INVITATION TO BID 285(Rev 7/94) PAGE :

INVITATION TO BID 285(Rev 7/94) PAGE : PAGE : 1 RETURN BID TO : SEALED BID DMB - ACQUISITION SERVICES DUE : 10/16/2007 03:00 PM P O BOX 30026 LANSING, MI, 48909. DATE ISSUED: BID NUMBER: 09/06/07 071I8200005 -------------------------------------

More information

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP). MEMORANDUM DATE: March 1, 2015 TO: FROM: RE: All Interested Parties Municipal Employees Retirement System of Michigan Request For Proposal For Actuarial Audit Services The Municipal Employees Retirement

More information

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

DESERT COMMUNITY COLLEGE DISTRICT   General Terms and Conditions DESERT COMMUNITY COLLEGE DISTRICT www.collegeofthedesert.edu General Terms and Conditions 1. PURCHASE ORDER DEFINED: The term purchase order as used in these terms conditions means the document entitled

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

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

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

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

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

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois REFURBISHED LAPTOP COMPUTER UNITS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School District No. 4, Champaign

More information

General Services Purchasing Division 201 W. Colfax Avenue, Dept. 304 Denver, CO P: F:

General Services Purchasing Division 201 W. Colfax Avenue, Dept. 304 Denver, CO P: F: GENERAL CONDITIONS OF PURCHASE: 1. Non-Exclusive: This Purchase Order is non-exclusive. City does not guarantee any minimum purchase other than as provided herein 2. Inspection and Acceptance: Vendor shall

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

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

INVITATION TO BID 285(Rev 7/94) PAGE : RETURN BID TO :

INVITATION TO BID 285(Rev 7/94) PAGE : RETURN BID TO : PAGE : 1 RETURN BID TO : DMB - ACQUISITION SERVICES DUE : 06/18/2008 03:00 PM P O BOX 30026 LANSING, MI, 48909. DATE ISSUED: BID NUMBER: 05/21/08 071I8200183 ------------------------------------- CONTACT:TERRY

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

TERMS AND CONDITIONS OF SALE

TERMS AND CONDITIONS OF SALE TERMS AND CONDITIONS OF SALE 1. Acceptance; Agreement. These Terms and Conditions supersede all other terms and conditions, oral or written, and all other communications between the parties suggesting

More information

PURCHASE ORDER TERMS & CONDITIONS. Order Acceptance

PURCHASE ORDER TERMS & CONDITIONS. Order Acceptance PURCHASE ORDER TERMS & CONDITIONS Order Acceptance A. This Purchase order is limited to the terms and conditions contained on the face herein. Any additional or different terms proposed by Seller in any

More information

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

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

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More information

Page of 5 PURCHASE AGREEMENT

Page of 5 PURCHASE AGREEMENT Page - 1 - of 5 (the Effective Date ) PURCHASE AGREEMENT THIS PURCHASE AGREEMENT (this Purchase Agreement ), dated the date specified above, is by and between (the "Contractor") and (the "Subcontractor").

More information

TERMS AND CONDITIONS

TERMS AND CONDITIONS TERMS AND CONDITIONS These terms and conditions apply to the order set forth above (the ORDER ) between SUPPLIER and BUYER (individually PARTY; collectively PARTIES ) relating to the goods/services (individually

More information

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424 INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424 INVITATION TO BID (This invitation is issued for the purpose of establishing a

More information

TERMS AND CONDITIONS OF SALE

TERMS AND CONDITIONS OF SALE TERMS AND CONDITIONS OF SALE 1. Acceptance; Agreement. These Terms and Conditions supersede all other terms and conditions, oral or written, and all other communications between the parties suggesting

More information

ALTRAN Transit Authority P.O. Box 69, 530 E. Munising Ave. Munising, MI (906) Invitation for Bid

ALTRAN Transit Authority P.O. Box 69, 530 E. Munising Ave. Munising, MI (906) Invitation for Bid ALTRAN Transit Authority P.O. Box 69, 530 E. Munising Ave. Munising, MI 49862 (906) 387-4845 Invitation for Bid Date: May 20, 2013 For: Medium Duty Wheel Chair Lift/Paratransit Hybrid Bus Sealed Bid Due:

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

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

EQUIPMENT WITH OPERATOR P R O P O S A L F O R M. Due Date: April 21, :00 am. MITN Code: 97535

EQUIPMENT WITH OPERATOR P R O P O S A L F O R M. Due Date: April 21, :00 am. MITN Code: 97535 EQUIPMENT WITH OPERATOR P R O P O S A L F O R M Due Date: April 21, 2016-9:00 am MITN Code: 97535 To: Grand Traverse County Road Commissioners 1881 LaFranier Road Traverse City MI 49696 The undersigned

More information

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements: Vendor Contract TERMS AND CONDITIONS OF PURCHASE 1. Acceptance. This Contract is conditional upon, and can be accepted only upon, the terms and conditions specified in this Contract. If Seller has previously

More information

TJC Purchase Order Terms and Conditions

TJC Purchase Order Terms and Conditions TJC Purchase Order Terms and Conditions 1. DELIVERY; SUBSTITUTIONS; INVOICES: Goods shall be delivered and services performed during normal business hours. Goods shall be delivered to the College s address

More information

PURCHASE ORDER ACKNOWLEDGEMENT

PURCHASE ORDER ACKNOWLEDGEMENT PURCHASE ORDER These Terms and Conditions shall apply to this Purchase Order attached hereto as Exhibit A and to all subsequent transactions (whether or not a Purchase Order is used) between Marquette

More information

SOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES

SOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES SOLICITATION FOR CONTINUING SERVICES CS 19-601 PLUMBING SUPPLIES INTRODUCTION Polk County, a political subdivision of the State of Florida, seeks the submittal of information from vendors interested in

More information

E-Rate Services Agreement

E-Rate Services Agreement E-Rate Services Agreement Date: July 1, 2013 Parties:, an Arizona charter school ( Charter School ) Yavapai County Education Service Agency ( YCESA ), the statutory educational service agency for Yavapai

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

GILEAD SCIENCES, INC. PURCHASE ORDER TERMS AND CONDITIONS

GILEAD SCIENCES, INC. PURCHASE ORDER TERMS AND CONDITIONS GILEAD SCIENCES, INC. PURCHASE ORDER TERMS AND CONDITIONS 1. ACCEPTANCE: Supplier has read and understands this purchase order (this order ) and agrees that Supplier s written acceptance, delivery of any

More information

MPS TERMS AND CONDITIONS FOR BIDS

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

More information

If Applicable Bidder acknowledges, by initialing, receipt of the following Addendums:

If Applicable Bidder acknowledges, by initialing, receipt of the following Addendums: ATTACHMENT A COVER SHEET FOR PROPOSAL Proposals must include this cover sheet (or this sheet reproduced on company letterhead) or PAGE 1 of the proposal. This attachment is provided as a fillable form.pdf

More information

Intergovernmental Agreement

Intergovernmental Agreement Intergovernmental Agreement Date: July 1, 2013 Parties: Yavapai County Free Library District, an Arizona library district ( District ) Yavapai County Education Service Agency ( YCESA ), the statutory educational

More information

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION] P.O. Number [INSTRUCTIONS FOR COMPLETING THIS FORM ARE IN ITALICS AND BRACKETS. PLEASE COMPLETE EVERY FIELD AND DELETE ALL INSTRUCTIONS INCLUDING THE BRACKETS.] STATE OF MINNESOTA MINNESOTA STATE COLLEGES

More information

REQUEST FOR QUOTE # 16471

REQUEST FOR QUOTE # 16471 REQUEST FOR QUOTE # 16471 RFQ # 16471 Quotation Due By: Bid Due Time: 12/13/2013 10:00:00 AM VENDOR INFO: VENDOR #: 99999.00 NAME: CONTACT: ADDRESS 1: ADDRESS 2: CITY: STATE: ZIP: EMAIL: PHONE: FAX: REPLY

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

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE )

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE ) BID DOCUMENT CITY OF BEVERLY HILLS PUBLIC WORKS DEPARTMENT 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED Sealed bids are requested on the list of materials, supplies,

More information

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES On this day of, 2017, the Board of Commissioners of the Port of New Orleans hereinafter sometimes

More information

Invitation To Bid. for

Invitation To Bid. for PLYMOUTH TOWNSHIP POLICE DEPARTMENT Thomas J. Tiderington, Chief of Police 9955 N Haggerty Rd Plymouth, MI 48170 (734) 354-3232 Invitation To Bid for TOWING SERVICES Contact: Lieutenant Daniel Kudra Phone:

More information

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Champaign Park District: Request for Bids for Playground Surfacing Mulch May 14, 2018 Dear Potential Bidder: The Champaign Park District is requesting bids for the purchase of playground surfacing mulch (FIBAR). Enclosed is a copy of the bid information. Sealed bids shall be

More information

Purchase Order Terms and Conditions

Purchase Order Terms and Conditions Purchase Order Terms and Conditions 1. These terms and conditions together with the terms and conditions on the face of the Purchase Order, and any specifications, drawings, instructions or other written

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

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

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

More information

Request For Proposal (RFP) for

Request For Proposal (RFP) for Charter Township of Canton Request For Proposal (RFP) for DIGITAL MEDIA AND AUDIO VISUAL SERVICES Contact: Dave Harris Phone: 734 394-5274 E-mail: dave.harris@canton-mi.org Date Issued: 5/24/2018 Due Date

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

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

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

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND. [Must match name on W9 or SW9]

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND. [Must match name on W9 or SW9] APSU Contract Number AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [Must match name on W9 or SW9] This Agreement is made this [date] day of [month], 2018, by and between Austin Peay State University,

More information

TERMS AND CONDITIONS OF SALE- NU-LINE PRODUCTS

TERMS AND CONDITIONS OF SALE- NU-LINE PRODUCTS TERMS AND CONDITIONS OF SALE- NU-LINE PRODUCTS 1. Acceptance; Agreement. These Terms and Conditions supersede all other terms and conditions, oral or written, and all other communications between the parties

More information

GRAND RIVER DAM AUTHORITY REQUEST FOR QUOTE # 11135

GRAND RIVER DAM AUTHORITY REQUEST FOR QUOTE # 11135 REQUEST FOR QUOTE # 11135 RFQ # 11135 Quotation Due By: 08/08/2012 10:00 AM CT REPLY TO: MK Monica Fowler PURCHASING DEPARTMENT 226 W DWAIN WILLIS AVE TO: PROVIDE COMPANY NAME, ADDRESS, E-MAIL PO BOX 409

More information

Washington University in St. Louis

Washington University in St. Louis General Terms and Conditions 1. General Unless specified to the contrary in writing, on the face of the order or by attachment hereto, the following terms and conditions shall apply to the purchase of

More information

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR]

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR] APSU Contract Number C-18-0000 AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR] This Agreement is made this [date] day of [month], 20, by and between Austin Peay State University, hereinafter

More information

UMASS MEMORIAL MEDICAL CENTER, INC. CONTRACT FOR PURCHASE OF GOODS

UMASS MEMORIAL MEDICAL CENTER, INC. CONTRACT FOR PURCHASE OF GOODS UMASS MEMORIAL MEDICAL CENTER, INC. CONTRACT FOR PURCHASE OF GOODS This Contract ( Contract ) is made by and between UMass Memorial Medical Center, Inc. a Massachusetts non-profit corporation ( UMMMC )

More information

TERMS AND CONDITIONS

TERMS AND CONDITIONS TERMS AND CONDITIONS 1. Agreement; Modification of Terms. These terms and conditions (the Terms ) apply to all orders for, and all sales and rentals of, all equipment ( Equipment ) described in the quotation,

More information

Invitation To Bid. for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016

Invitation To Bid. for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016 Charter Township of Canton Invitation To Bid for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016 Contact: Jason Lombardo Phone: 734 394-5473 E-mail: Jason.lombardo@canton-mi.org Date Issued: 09/29/2016

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

Solicitation WE WE U.S Upgrade:VMWare vsphere 6 Enterprise to vsphere 6. Bid designation: Public

Solicitation WE WE U.S Upgrade:VMWare vsphere 6 Enterprise to vsphere 6. Bid designation: Public 5 Solicitation WE0013-15 WE0013-15 U.S Upgrade:VMWare vsphere 6 Enterprise to vsphere 6 Bid designation: Public San Diego Superior Court 4/27/2015 12:43 PM p. 1 6 WE0013-15 U.S Upgrade:VMWare vsphere 6

More information

CONTRACT FOR SERVICES RECITALS

CONTRACT FOR SERVICES RECITALS CONTRACT FOR SERVICES THIS AGREEMENT is entered into between the (hereinafter Authority ) and [INSERT NAME] (hereinafter Contractor ) and sets forth the terms of this Agreement. Authority and Contractor

More information

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

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

More information

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office SERVICES CONTRACT/P. O. # Title: THIS CONTRACT, and amendments and supplements thereto, is

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

NEW HANOVER COUNTY FINANCE DEPARTMENT 230 Government Center Drive Suite 165

NEW HANOVER COUNTY FINANCE DEPARTMENT 230 Government Center Drive Suite 165 NEW HANOVER COUNTY FINANCE DEPARTMENT 230 Government Center Drive Suite 165 Wilmington, NC 28403 Telephone: (910) 798-7187 Fax: (910) 798-7806 Lisa Wurtzbacher, CPA Chief Financial Officer Barbara D. McClure,

More information

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES GENERAL INFORMATION 1. Issuing Office: This Request for Proposals (RFP) is issued by the Town of Farmington, Finance Office.

More information

TCL&P Facilities HVAC Improvements (specifications attached)

TCL&P Facilities HVAC Improvements (specifications attached) Date: April 3, 2018 Bidder: (TCL&P) will receive sealed bids in the office of TCL&P, 1131 Hastings Street, Traverse City, Michigan, 49686, until April 13, 2018 at 12:00 PM for the following project: TCL&P

More information

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

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

More information

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL Request for Proposals (RFP) SAU #44 and the Nottingham School District REQUEST FOR PROPOSAL ( RFP ) RFP NOTT 05-17 INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL SAU #44 and the Nottingham School District

More information

Professional and Technical Services Contract State of Minnesota

Professional and Technical Services Contract State of Minnesota Professional and Technical Services Contract State of Minnesota SWIFT Contract No.: Attachment IV Note: If you take exception to any of the terms, conditions or language in the contract, you must indicate

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

NUTANIX 1450 SERVER AND SUPPORT

NUTANIX 1450 SERVER AND SUPPORT INVITATION FOR BIDS (IFB) 5-3147 NUTANIX 1450 SERVER AND SUPPORT ORANGE COUNTY TRANSPORTATION AUTHORITY 550 South Main Street P.O. Box 14184 Orange, CA 92863-1584 (714) 560-6282 Key IFB Dates Issue Date:

More information

BAY COUNTY LIBRARY SYSTEM

BAY COUNTY LIBRARY SYSTEM BAY COUNTY LIBRARY SYSTEM REQUEST FOR PROPOSAL (THIS IS NOT AN ORDER OR OFFER) DATE OF REQUEST REFERENCE PROPOSAL NUMBER RFP - 1-16 DATE PROPOSALS ARE DUE SUBMIT PROPOSAL TO: MARK PROPOSAL: DELIVERY DATE:

More information

(a) Master Agreement issued by Company and executed between the parties. (b) The terms of the Supplier Agreement issued by Company

(a) Master Agreement issued by Company and executed between the parties. (b) The terms of the Supplier Agreement issued by Company This Purchase Order is between Anthem, Inc., on behalf of itself and its affiliates (individually and collectively, "Anthem"), and Supplier. The parties agree as follows: 1. Deliverables and Price. All

More information

HILLSBOROUGH COUNTY AVIATION AUTHORITY PURCHASE ORDER TERMS AND CONDITIONS

HILLSBOROUGH COUNTY AVIATION AUTHORITY PURCHASE ORDER TERMS AND CONDITIONS HILLSBOROUGH COUNTY AVIATION AUTHORITY PURCHASE ORDER TERMS AND CONDITIONS These general conditions shall apply at all times to this Purchase Order, unless otherwise agreed to in writing by the Hillsborough

More information

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS SECTION II - GENERAL INFORMATION AND INSTRUCTION

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS SECTION II - GENERAL INFORMATION AND INSTRUCTION BID PACKAGE CITY OF BEVERLY HILLS INFORMATION TECHNOLOGY DEPARTMENT 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED Sealed proposals are requested on the list of materials,

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

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

Invitation To Bid. for

Invitation To Bid. for Charter Township of Canton Invitation To Bid for PURCHASE OR LEASE OF CARDIVASCULAR EQUIPMENT 2018 Contact: Jennifer Franz Phone: 734 394-5482 E-mail: jennifer.franz@canton-mi.org Date Issued: 8/23/2018

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

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

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

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

ARTICLE V Indemnification; Insurance

ARTICLE V Indemnification; Insurance ARTICLE V Indemnification; Insurance 5.1 The Recipient shall act as an independent contractor, and not as an employee, agent, partner, joint venturer, representative or associate of the City, in operating

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

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

SENECA INSURANCE COMPANY

SENECA INSURANCE COMPANY SENECA INSURANCE COMPANY TECHNOLOGY ERRORS AND OMISSIONS LIABILITY PROTECTION AGREEMENT -CLAIMS-MADE This Protection Agreement provides insurance in which the costs of defending suits reduce the limits

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

[ ] an individual, [ ] a corporation (please mark appropriate box), duly organized under the

[ ] an individual, [ ] a corporation (please mark appropriate box), duly organized under the ATTACHMENT A COVER SHEET FOR PROPOSAL Proposals must include this cover sheet (or this sheet reproduced on company letterhead) or PAGE 1 of the proposal. This attachment is provided as a fillable form.pdf

More information

INVITATION FOR BID B Purchasing Department 3221 McKelvey Road Bridgeton, MO SPECIFICATIONS FOR WINDOW TREATMENTS

INVITATION FOR BID B Purchasing Department 3221 McKelvey Road Bridgeton, MO SPECIFICATIONS FOR WINDOW TREATMENTS INVITATION FOR BID B0003792 Purchasing Department 3221 McKelvey Road Bridgeton, MO 63044 SPECIFICATIONS FOR WINDOW TREATMENTS FOR ADDITIONAL INFORMATION, CONTACT: Cynthia Green, Assistant Controller Phone:

More information

S T A T E O F M I C H I G A N BOARD OF COMMISSIONERS OF THE COUNTY OF ALLEGAN. June 26, 2014

S T A T E O F M I C H I G A N BOARD OF COMMISSIONERS OF THE COUNTY OF ALLEGAN. June 26, 2014 S T A T E O F M I C H I G A N BOARD OF COMMISSIONERS OF THE COUNTY OF ALLEGAN June 26, 2014 ADMINISTRATION AUTHORIZE COUNTY ADMINISTRATOR NEGOTIATE A NEW MEDICAL EXAMINER SERVICES CONTRACT WITH WESTERN

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

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

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

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

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

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

INVITATION FOR BID B Purchasing Department 3221 McKelvey Rd Bridgeton, MO SPECIFICATIONS FOR. Trailer Graphic Wrap

INVITATION FOR BID B Purchasing Department 3221 McKelvey Rd Bridgeton, MO SPECIFICATIONS FOR. Trailer Graphic Wrap INVITATION FOR BID B0003736 Purchasing Department 3221 McKelvey Rd Bridgeton, MO 63044 SPECIFICATIONS FOR Trailer Graphic Wrap FOR ADDITIONAL INFORMATION, CONTACT: KeJuan Torrence, Buyer Phone: (314) 539

More information