Size: px
Start display at page:

Download ""

Transcription

1

2

3

4

5

6

7 4050 Esplanade Way Tallahassee, Florida Tel: Fax: Rick Scott, Governor Chad Poppell, Agency Secretary CONTRACT FOR FIRE SPRINKLER SYSTEM INSPECTIONS DMS-14/15-039A BETWEEN THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES AND INTERNATIONAL FIRE PROTECTION, INC. Page 1 of 15

8 Fire Sprinkler System Inspections Florida Department of Management Services Contract No: DMS-14/15-039A Table of Contents SECTION 1. DEFINITIONS... 3 SECTION 2. TERM... 3 SECTION 3. PAYMENTS... 3 SECTION 4. CONTRACT DOCUMENT... 5 SECTION 5. CONTRACT ADMINISTRATION... 6 SECTION 6. COMPLIANCE WITH LAWS... 7 SECTION 7. LIABILITY AND WORKER S COMPENSATION INSURANCE... 8 SECTION 8. PUBLIC RECORDS... 9 SECTION 9. INTELLECTUAL PROPERTY...10 SECTION 10. E-VERIFY...10 SECTION 11. SCRUTINIZED COMPANY LIST...10 SECTION 12. GEOGRAPHIC LOCATION OF DATA AND SERVICES...11 SECTION 13. RECORDS RETENTION...11 SECTION 14. GIFTS...11 SECTION 15. VENDOR OMBUDSMAN...11 SECTION 16. MONITORING BY THE DEPARTMENT...11 SECTION 17. AUDITS...11 SECTION 18. BACKGROUND SCREENINGS AND WARRANTY OF SECURITY...12 SECTION 19. PERFORMANCE BOND...14 SECTION 20. SPECIFIC APPROPRIATION...14 Page 2 of 15

9 Fire Sprinkler System Inspections Florida Department of Management Services Contract No: DMS-14/15-039A Contract This Contract is between the STATE OF FLORIDA, DEPARTMENT OF MANAGEMENT SERVICES (Department), an agency of the State of Florida with offices at 4050 Esplanade Way, Tallahassee, Florida , and INTERNATIONAL FIRE PROTECTION, INC. (Contractor). The Contractor responded to the Department s Invitation to Bid No.: DMS-14/ Fire Sprinkler System Inspections. The Parties enter into this Contract in accordance with the terms and conditions of the solicitation. The Parties therefore agree as follows. SECTION 1. DEFINITIONS The following definitions apply in addition to the definitions in PUR Confidential Information - Any portion of a Contractor s documents, data or records disclosed relating to its response that the Contractor claims is confidential and not subject to disclosure pursuant to Chapter 119, Florida Statutes, the Florida Constitution, or any other authority and is clearly marked Confidential. 1.2 Contract Manager The representative designated by the Department who will oversee all aspects of the Contract, ensure that performance expectations are met, and who will serve as the primary point of contact for the Contractor. 1.3 Facilities Those facilities for which the Contract shall apply as identified in ATTACHMENT C FACILITY LIST. 1.4 Facility Manager - The local Department representative designated for each facility who will serve in a contract management capacity as delegated by the Contract Manager. SECTION 2. TERM 2.1 Initial Term The initial term of the Contract will be for five years. The initial Contract term shall begin on June 1, 2015, or on the last date it is signed by all Parties, whichever is later. 2.2 Renewal Term Upon written agreement, the Department and the Contractor may renew the Contract in whole or in part, for renewal terms up to five years. Any renewals shall be contingent upon satisfactory performance evaluations by the Department and subject to the availability of funds. The Contractor shall not charge any costs for renewing the Contract. SECTION 3. PAYMENTS 3.1 Pricing The Contractor shall adhere to the prices as stated in ATTACHMENT E PRICE SHEETS - FIRE SPRINKLER SYSTEM INSPECTIONS, ATTACHMENT F PRICE Page 3 of 15

10 Fire Sprinkler System Inspections Florida Department of Management Services Contract No: DMS-14/15-039A SHEETS - FIRE PUMP RUNS, ATTACHMENT G UNIT PRICING and ATTACHMENT H VOLUME DISCOUNT PRICING (Attachments E H as submitted by the Contractor) and which are incorporated by reference into the Contract. 3.2 Price Adjustments Any price adjustments will be pursuant to an amendment to the Contract resulting from an addition or deletion of one or more facilities. If renewal of the Contract is anticipated after the initial term, the Department will renegotiate with the Contractor in attempt to achieve cost savings for the State of Florida. 3.3 Detail of Bills The Contractor shall submit bills for fees or other compensation for services or expenses in detail sufficient enough for a proper pre-audit and post-audit. The Department reserves the right to request additional documentation. 3.4 Bills for Travel Bills for travel expenses, if permitted, must be submitted in accordance with section , Florida Statutes. 3.5 Payments Payment shall be made pursuant to Chapter 215, Florida Statutes ATTACHMENT E PRICE SHEETS FIRE SPRINKLER SYSTEM INSPECTIONS (as submitted by the Contractor) The Contractor shall perform quarterly, semi-annual and annual testing and inspections identified in ATTACHMENT E PRICE SHEETS - FIRE SPRINKLER SYSTEM INSPECTIONS as submitted by the Contractor. The Contract price for quarterly, semi-annual and annual testing and inspections was bid as a yearly Contract amount. It is the express intent of the Parties that the Contractor be paid quarterly for these services. The total annual value of the quarterly payments will equal the yearly Contract amount. The quarterly payments are directly related to the work performed and submitted in the Contractor s invoice, with supporting documentation including required reports ATTACHMENT F PRICE SHEET FIRE PUMP RUNS (as submitted by the Contractor) If elected by the Department, the Contractor shall perform fire pump services identified on ATTACHMENT F PRICE SHEETS FIRE PUMP RUNS as submitted by the Contractor. Electric pumps shall be run only once per month and diesel pumps will be run on a weekly basis. It is the express intent of the Parties that the Contractor be paid monthly for the weekly and monthly pump runs (diesel and electric). The total annual value of the monthly payments will equal the yearly Contract amount. The monthly payments are directly related to the work performed and submitted in the Contractor s invoice, with supporting documentation including required reports. Page 4 of 15

11 Fire Sprinkler System Inspections Florida Department of Management Services Contract No: DMS-14/15-039A The Contract Manager shall review, approve (i.e., the services identified in the invoice are verified by the Contract Manager as being satisfactorily performed by the Contractor) and submit said invoice for payment. The Contract Manager shall work with the Contractor to clarify any discrepancies that may exist prior to payment. Under no circumstances will the annual total of the quarterly or monthly payments exceed the yearly Contract amount. Failure on the part of the Contractor to perform services listed in Section 2 of ATTACHMENT A STATEMENT OF WORK may result in a reduction in the invoice amounts based on the performance penalties as described in ATTACHMENT J - PERFORMANCE STANDARDS AND GUARANTEES. 3.6 Final Invoice Unless renewed or extended, the criteria in Section 2 of ATTACHMENT A STATEMENT OF WORK must be completed by May 31, Appropriations The State of Florida s performance and obligation to pay under this Contract is contingent upon an annual appropriation by the Legislature. SECTION 4. CONTRACT DOCUMENT 4.1 Contract Documents & Hierarchy This Contract sets forth the entire understanding of the Parties and consists of the documents listed below. In the event any of these documents conflict, the conflict will be resolved in the following order of priority (highest to lowest): This Contract Attachment A - Statement of Work The General Contract Conditions - PUR 1000, which are incorporated by reference, and available at pdf Attachment E Price Sheets - Fire Sprinkler System Inspections (as submitted by the Contractor) Attachment F Price Sheets - Fire Pump Runs (as submitted by the Contractor) Attachment G Unit Pricing (as submitted by the Contractor) Attachment H Volume Discount Pricing (as submitted by the Contractor) Attachment I Test and Inspection Schedule Attachment J Performance Standards And Guarantees Attachment M User Quote Form Page 5 of 15

12 Fire Sprinkler System Inspections Florida Department of Management Services Contract No: DMS-14/15-039A Form 7 Total Current and Planned Subcontractors and Subcontractor Checklist (as submitted by the Contractor) SECTION 5. CONTRACT ADMINISTRATION 5.1 Department Contract Administrator The Contract Administrator whose responsibilities will be to maintain this Contract is as follows: Lori Anderson, FCCN, FCCM Purchasing Analyst Departmental Purchasing Florida Department of Management Services 4050 Esplanade Way, Suite 335.2z Tallahassee, Florida Telephone: lori.anderson@dms.myflorida.com In the event that the Department changes the Contract Administrator, the Department will notify the Contractor in writing. Such changes do not require a formal written amendment to the Contract. 5.2 Contract Managers The Contract Manager who is primarily responsible for overseeing the Contractor s performance of its duties and obligations, pursuant to the terms of this Contract, shall be as follows: Richard Lamberto Supervisor Engineer III Department of Management Services, Safety and Fire Engineering Real Estate Development and Management 400 East Gaines Street, Room 201 Tallahassee, Florida Telephone: richard.lamberto@dms.myflorida.com The Contractor s employee who is primarily responsible for overseeing the Contractor s performance of its duties and obligations pursuant to the terms of this Contract shall be: Michael Deen District Manager International Fire Protection, Inc Marshall Drive Tifton, GA Telephone: michael.deen@ifpinc.us Each party will provide prompt written notice no later than five business days to the other party of any changes to the party's Contract Manager or his or her contact information. Such changes will not be deemed Contract amendments. Page 6 of 15

13 Fire Sprinkler System Inspections Florida Department of Management Services Contract No: DMS-14/15-039A 5.3 Diversity Reporting The State of Florida is committed to supporting its diverse business industry and population through ensuring participation by minority, veteran and women owned businesses in the economic life of the State of Florida. The State of Florida Mentor Protégé Program connects minority, veteran and women owned business enterprises with private corporations for business development mentoring. We strongly encourage firms doing business with the State of Florida to consider this initiative. For more information on the Mentor Protégé Program, please contact the Office of Supplier Diversity at (850) or Upon request, the Contractor shall report to the Department, spend with certified and other minority business enterprises. These reports will include the period covered, the name, minority code and Federal Employer Identification Number of each minority vendor utilized during the period, commodities and services provided by the minority business enterprise, and the amount paid to each minority vendor on behalf of each purchasing agency ordering under the terms of this Contract. SECTION 6. COMPLIANCE WITH LAWS 6.1 Compliance The Contractor shall comply with all laws, rules, codes, ordinances and licensing requirements that are applicable to the conduct of its business, including those of Federal, State, and local agencies having jurisdiction and authority. For example, Chapter 287, of the Florida Statutes and Rule 60A of the Florida Administrative Code govern the Contract. The Contractor shall comply with section 274A of the Immigration and Nationality Act, the Americans with Disabilities Act, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran s status. Violation of any laws, rules, codes, ordinances, or licensing requirements shall be grounds for Contract termination or nonrenewal of the Contract. 6.2 Notice of Legal Actions The Contractor shall notify the Department of any legal actions filed against it for a violation of any laws, rules, codes, ordinances or licensing requirements within 30 days of the action being filed. The Contractor shall notify the Department of any legal actions filed against it for a breach of a contract of similar size and scope to this Contract within 30 days of the action being filed. Failure to notify the Department of a legal action within 30 days of the action shall be grounds for termination or nonrenewal of the Contract. 6.3 Public Entity Crime and Discriminatory Vendors Pursuant to sections and , Florida Statutes, the following restrictions are placed on the ability of persons placed on the convicted vendor list or the discriminatory vendor list Public Entity Crime A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor or consultant under a contract with any Page 7 of 15

14 Fire Sprinkler System Inspections Florida Department of Management Services Contract No: DMS-14/15-039A public entity; and may not transact business with any public entity in excess of the threshold amount provided in section , Florida Statutes, for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list Discriminatory Vendors An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid, proposal or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor or consultant under a contract with any public entity; and may not transact business with any public entity. The Contractor shall notify the Department if it or any of its suppliers, subcontractors or consultants have been placed on the convicted vendor list or the discriminatory vendor list during the life of the Contract. SECTION 7. LIABILITY AND WORKER S COMPENSATION INSURANCE This paragraph modifies Section 35, of the PUR During the Contract term, the Contractor at its sole expense shall provide commercial insurance of such a type and with such terms and limits as may be reasonably associated with the Contract, which, at a minimum, shall be as follows: workers compensation and employer s liability insurance per Florida statutory limits (currently $100,000 per accident, $100,000 per person, and $500,000 policy aggregate) covering all employees engaged in any Contract work; commercial general liability coverage on an occurrence basis in the minimum amount of $500,000 (defense cost shall be in excess of the limit of liability), naming the State as an additional insured; and automobile liability insurance covering all vehicles, owned or otherwise, used in the Contract work, with minimum combined limits of $500,000, including hired and non-owned liability, and $5,000 medical payment. Providing and maintaining adequate insurance coverage is a material obligation of the Contractor and is of the essence of the Contract. The Contract shall not limit the types of insurance the Contractor may desire to obtain or be required to obtain by law. The limits of coverage under each policy maintained by the Contractor shall not be interpreted as limiting the Contractor s liability and obligations under the Contract. All insurance policies shall be through insurers authorized to write policies in Florida. The Contractor shall have its insurance carrier note the Department as the Certificate Holder as provided below. Florida Department of Management Services Real Estate Development and Management c/o Departmental Purchasing, Suite Esplanade Way Tallahassee, Florida Page 8 of 15

15 Fire Sprinkler System Inspections Florida Department of Management Services Contract No: DMS-14/15-039A SECTION 8. PUBLIC RECORDS 8.1 Access to Public Records The Department may unilaterally cancel this Contract for refusal by the Contractor to comply with this section by not allowing public access to all documents, papers, letters or other material made or received by the Contractor in conjunction with the Contract, unless the records are exempt from section 24(a) of Article I of the State Constitution and section (1), Florida Statutes. 8.2 Redacted Copies of Confidential Information If the Contractor considers any portion of any documents, data, or records submitted to the Department to be confidential, proprietary, trade secret or otherwise not subject to disclosure pursuant to Chapter 119, Florida Statutes, the Florida Constitution or other authority, the Contractor must simultaneously provide the Department with a separate redacted copy of the information it claims as Confidential and briefly describe in writing the grounds for claiming exemption from the public records law, including the specific statutory citation for such exemption. This Redacted Copy shall contain the Contract name and number, and shall be clearly titled Confidential. The Redacted Copy should only redact those portions of material that the Contractor claims is confidential, proprietary, trade secret or otherwise not subject to disclosure. 8.3 Request for Redacted Information In the event of a public records or other disclosure request pursuant to Chapter 119, Florida Statutes, the Florida Constitution or other authority, to which documents that are marked as Confidential are responsive, the Department will provide the Contractor s redacted copies to the requestor. If a requestor asserts a right to the Confidential Information, the Department will notify the Contractor such an assertion has been made. It is the Contractor s responsibility to assert that the information in question is exempt from disclosure under Chapter 119 or other applicable law. If the Department becomes subject to a demand for discovery or disclosure of the Confidential Information of the Contractor under legal process, the Department shall give the Contractor prompt notice of the demand prior to releasing the information labeled Confidential (unless otherwise prohibited by applicable law). The Contractor shall be responsible for defending its determination that the redacted portions of its response are confidential, proprietary, trade secret or otherwise not subject to disclosure. 8.4 Indemnification The Contractor shall protect, defend and indemnify the Department for any and all claims arising from or relating to the Contractor s determination that the redacted portions of its response are confidential, proprietary, trade secret or otherwise not subject to disclosure. If the Contractor fails to submit a Redacted Copy of information it claims is Confidential, the Department is authorized to produce the entire documents, data or records submitted to the Department in answer to a public records request or other lawful request for these records. 8.5 Contractor as Agent If, under this Contract, the Contractor is providing services and is acting on behalf of the Department as provided under section (2), Florida Statutes, the Contractor, subject to the terms of section (1)(c), Florida Statutes, and any other applicable legal and equitable remedies, shall: Page 9 of 15

16 Fire Sprinkler System Inspections Florida Department of Management Services Contract No: DMS-14/15-039A Keep and maintain public records that ordinarily and necessarily would be required by the Department in order to perform the service Provide the public with access to public records on the same terms and conditions that the Department would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law Meet all requirements for retaining public records and transfer, at no cost, to the Department all public records in possession of the Contractor upon termination of the Contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the Department in a format that is compatible with the information technology systems of the Department. SECTION 9. INTELLECTUAL PROPERTY The Parties do not anticipate that any Intellectual Property will be developed as a result of this Contract. However, any Intellectual Property developed as a result of this Contract will belong to and be the sole property of the State. This provision will survive the termination or expiration of this Contract. SECTION 10. E-VERIFY Pursuant to State of Florida Executive Order Number , the Contractor is required to utilize the U.S. Department of Homeland Security s (DHS) E-Verify system to verify the employment of all new employees hired by the Contractor during the Contract term. Also, the Contractor shall include in related subcontracts a requirement that subcontractors performing work or providing services pursuant to the Contract utilize the E-Verify system to verify employment of all new employees hired by the subcontractor during the Contract term. In order to implement this provision, the Contractor shall provide a copy of its DHS Memorandum of Understanding (MOU) to the Contract Manager within five days of Contract execution. If the Contractor is not enrolled in DHS E-Verify System, it will do so within five days of notice of Contract award, and provide the Contract Manager a copy of its MOU within five days of Contract execution. The link to E-Verify is provided below. Upon each Contractor or subcontractor new hire, the Contractor shall provide a statement within five days to the Contract Manager identifying the new hire with its E-Verify case number. SECTION 11. SCRUTINIZED COMPANY LIST In executing this Contract, the Contractor certifies that it is not listed on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Page 10 of 15

17 Fire Sprinkler System Inspections Florida Department of Management Services Contract No: DMS-14/15-039A Petroleum Energy Sector List, created pursuant to section , Florida Statutes. Pursuant to section (5), Florida Statutes, the Contractor agrees the Department may immediately terminate this Contract for cause if the Contractor is found to have submitted a false certification or if the Contractor is placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List during the term of the Contract. SECTION 12. GEOGRAPHIC LOCATION OF DATA AND SERVICES The State of Florida requires that all data generated, used or stored by the Contractor pursuant to the Contract will reside and remain in the U.S. and will not be transferred outside of the U.S. The State of Florida also requires that all services provided under the Contract, including call center or other help services, will be performed by persons located in the U.S. SECTION 13. RECORDS RETENTION The Contractor shall retain sufficient documentation to substantiate claims for payment under the Contract and all other records, electronic files, papers and documents that were made in relation to this Contract. The Contractor shall retain all documents related to this Contract in compliance with the rules of the Florida Department of State. SECTION 14. GIFTS The Contractor agrees that it will not offer to give or give any gift to any State of Florida employee. The Contractor will ensure that its subcontractors, if any, will apply with this provision. SECTION 15. VENDOR OMBUDSMAN A Vendor Ombudsman has been established within the Department of Financial Services. The duties of this office are found in section , Florida Statutes, which include disseminating information relative to prompt payment and assisting vendors in receiving their payments in a timely manner from a Customer. The Vendor Ombudsman may be contacted at (850) SECTION 16. MONITORING BY THE DEPARTMENT The Contractor shall permit all persons who are duly authorized by the Department to inspect and copy any records, papers, documents, facilities, goods and services of the Contractor that are relevant to this Contract, and to interview clients, employees and subcontractor employees of the Contractor to assure the Department of satisfactory performance of the terms and conditions of this Contract. Following such review, the Department will deliver to the Contractor a written report of its finding, and may direct the development, by the Contractor, of a corrective action plan. This provision will not limit the Department s termination rights. SECTION 17. AUDITS The Department may conduct or have conducted performance and/or compliance audits of any and all areas of the Contractor and/or subcontractors as determined by the Department. The Department may conduct an audit and review all the Contractor s (and subcontractors ) data and records that directly relate to the Contract services. To the extent necessary to verify the Page 11 of 15

18 Fire Sprinkler System Inspections Florida Department of Management Services Contract No: DMS-14/15-039A Contractor s fees and claims for payment under the Contract, the Contractor s agreements or contracts with subcontractors, partners or agents of the Contractor, pertaining to this Contract, may be inspected by the Department upon 15 days notice, during normal working hours, and in accordance with the Contractor s facility access procedures where facility access is required. Release statements from its subcontractors, partners or agents are not required for the Department or its designee to conduct compliance and performance audits on any of the Contractor s contracts relating to this Contract. The State s Chief Financial Officer and the Office of the Auditor General also have authority to perform audits and inspections. SECTION 18. BACKGROUND SCREENINGS AND WARRANTY OF SECURITY 18.1 Employee and Subcontractor Security Requirements All Contractor employees, subcontractors and agents performing work under the Contract must comply with all security and administrative requirements of the Department Background Screening The Department may require the Contractor to have an FDLE (Florida Department of Law Enforcement) background check performed on each individual that will be working in the facility. The Contractor may access the FDLE site themselves to perform this check online. The Contractor is responsible for payment. The web address for the site is: The Contractor is responsible for fees associated with background checks. If the individual has not been a resident in Florida for 12 months, then a check should be done from the individual s previous residence. Also required is a copy of a Photo ID along with a copy of a Social Security card showing the last four numbers of the card holder. These documents and a copy of the background check must be provided to the Contract Manager for review. The Department reserves the right to reject any proposed personnel based on background check information. In addition to any background screening required by the Contractor as a condition of employment, the Contractor warrants that it will conduct a criminal background screening of, or ensure that such a screening is conducted for, each of its employees, subcontractor personnel, independent contractors, leased employees, volunteers, licensees or other person, hereinafter referred to as Person or Persons, operating under their direction with access to State of Florida data; the look-back period for such background screenings shall be for a minimum of six years where six years of historical information is available. Access means to approach, instruct, communicate with, store data in, retrieve data from, or otherwise make use of any resources of a computer, computer system, or computer network. Data means a representation of information, knowledge, facts, concepts, computer software, computer programs or instructions, whether said information is confidential information or personal health information. Data may be in any form, including but not limited to, in storage media, stored in the memory of the computer, in transit or presented on a display device, or a hard copy. Page 12 of 15

19 Fire Sprinkler System Inspections Florida Department of Management Services Contract No: DMS-14/15-039A The Contractor shall ensure that the background screening is conducted on all Persons directly performing services under the Contract whether or not the Person has access to State of Florida, as well as those persons who are not performing services under the Contract but have access, including indirect access, to State of Florida Data. The minimum background screening process shall include a check of the following databases through a law enforcement agency or a Professional Background Screener accredited by the National Association of Professional Background Screeners or a comparable standard: Social Security Number Trace; and Criminal Records (Federal, State and County criminal felony and misdemeanor, national criminal database for all states which make such data available); The Contractor agrees that each Person will be screened as a prior condition for performing services or having access to State of Florida Data. The Contractor is responsible for any and all costs and expenses in obtaining and maintaining the criminal background screening information for each Person described above. The Contractor shall maintain documentation of the screening in the Person s employment file. The Contractor shall abide by all applicable laws, rules and regulations including, but not limited to the Fair Credit Reporting Act and/or any equal opportunity laws, rules, regulations or ordinances Disqualifying Offenses If at any time it is determined that a Person has a criminal misdemeanor or felony record regardless of adjudication (adjudication withheld, a plea of guilty or nolo contendere, or a guilty verdict) within the last six years from the date of the court s determination for the crimes listed below, or their equivalent in any jurisdiction, the Contractor is required to immediately remove that Person from any position with access to State of Florida Data or directly performing services under the Contract. The disqualifying offenses are crimes where the nature of the criminal activity is such that a reasonable person would agree that their employment would create a risk of injury, loss, or damage to people and/or property of any State of Florida premises. Examples of these types of crimes include, but may not be limited to, the following: Murder/manslaughter Petit Theft Felony theft Burglary/Robbery Aggravated assault Sexual Battery Kidnapping/False imprisonment Computer related or information technology crimes Fraudulent practices, false pretenses and frauds, and credit card crimes Page 13 of 15

20 Fire Sprinkler System Inspections Florida Department of Management Services Contract No: DMS-14/15-039A Forgery and counterfeiting Violations involving checks and drafts Misuse of medical or personnel records If the Contractor finds a Disqualifying Offense for a Person within the last six years, where six years of historical information is available, from the date of the court s disposition, it may obtain information regarding the incident and determine whether that Person should continue providing services under the Contract or have access to State of Florida premises. The Contractor shall consider the following factors only in making the determination: i.) nature and gravity of the offense, ii.) the amount of time that lapsed since the offense, iii.) the rehabilitation efforts of the person, and iv.) relevancy of the offense to the job duties of the Person. During the process of collecting the information and making a decision, the Contractor shall not allow the Person to perform services or have access to State of Florida premises. If the Contractor determines that the Person should be allowed access to State of Florida premises, then the Contractor shall maintain all criminal background screening information and the rationale for such access in the Person s employment file Refresh Screening The Contractor will ensure that all background screening will be refreshed every five years from the time initially performed for each Person during the Term of the Contract Monthly Reporting The Contractor is required to submit a written report to the Department s Contract Manager within 15 days from the end of each month listing those Persons who have been screened, those Persons with a Criminal Finding who have been removed from performing services or having access to State of Florida Data, and those Persons with a Criminal Finding that the Contractor has allowed to continue providing services or allowed access to State of Florida Data through the process described above. The monthly report by the Contractor shall at a minimum include the name of the Person, the title of the Person s position, a description of the job, and a description and date of the Criminal Finding and, where applicable, an updated status of the court proceeding or ultimate disposition. SECTION 19. PERFORMANCE BOND The Department will not require the Contractor to furnish a performance bond or other form of security for the faithful performance of work under this Contract. SECTION 20. SPECIFIC APPROPRIATION Conference Report on House Bill 5001; Line Special Categories Contracted Services. Page 14 of 15

21

22 4050 Esplanade Way Tallahassee, Florida Tel: Fax: Rick Scott, Governor Chad Poppell, Agency Secretary ATTACHMENT A - STATEMENT OF WORK FOR FIRE SPRINKLER SYSTEM INSPECTIONS DMS-14/15-039A THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES TABLE OF CONTENTS SECTION 1. STATEMENT OF WORK... 2 SECTION 2. CONTRACTOR DELIVERABLES... 2 SECTION 3. CONTRACT ADMINISTRATION...10 SECTION 4. PERFORMANCE MEASURES...10 SECTION 5. FINANCIAL CONSEQUENCES FOR NONPERFORMANCE...10 SECTION 6. SUBCONTRACTORS...10 SECTION 7. ADDITIONS/DELETIONS...10 SECTION 8. TRANSITION PLAN...11 SECTION 9. WARRANTIES...11 Page 1 of 12

23 Fire Sprinkler System Inspections Florida Department of Management Services Contract No: DMS-14/15-039A SECTION 1. STATEMENT OF WORK The Contractor shall furnish all labor, materials and equipment required for the performance of complete inspections, testing and maintenance services on the water-based fire protection systems as required by the Florida Fire Prevention Code and the National Fire Protection Association (NFPA) 25, at the Department s facilities identified in ATTACHMENT C FACILITY LIST. SECTION 2. CONTRACTOR DELIVERABLES 2.1 General Description of Services to be Provided The Contractor shall perform inspections, testing and maintenance services on the water-based fire protection systems as required by the currently adopted edition of the NFPA 25 Standard for the Inspection, Testing and Maintenance of Water-Based Fire Protection Systems as referenced by Rule 69A , Florida Administrative Code. The currently adopted edition of the NFPA 25 is the 2011 edition and may be subject to change during this Contract term. Upon adoption, the new edition of the NFPA 25 shall be deemed part of this Contract The Contractor shall complete all inspections, tests and maintenance required every three or five years according to Attachment I Test and Inspection Schedule and then every three or five years afterwards as required by the NFPA 25 for the remainder of the Contract term. The Contractor shall provide the Contract Manager and the Facility Manager with electronic copies of typed inspection, testing and maintenance reports on forms approved by the Contract Manager within two weeks after the inspection date. The Contractor shall provide the sample form(s) within 10 days of Contract execution for review and approval by the Contract Manager. 2.2 Rules and Regulations that Govern Services to be Provided Safety Requirements The Contractor shall comply with applicable requirements of the Occupational Safety and Health Act (OSHA) and any standard thereunder National Fire Protection Association, Codes 72 and National Fire Protection Association, Standards 13, 14, 20, 22, 24 and Chapter 633, Florida Statutes Rule 69A, Florida Administrative Code. Page 2 of 12

24 Fire Sprinkler System Inspections Florida Department of Management Services Contract No: DMS-14/15-039A 2.3 Facilities Service Times All services, unless otherwise coordinated and approved by the Contract Manager or Facility Manager, shall be provided by the Contractor between the hours of 7:00 a.m. and 5:00 p.m. local time, Monday through Friday, excluding State holidays (section , Florida Statutes). All calls between these hours shall be considered regular working hours and not as defined in Section 2.9, Emergency, After Hour and Force Majeure Repairs. The Contractor shall respond to the Contract Manager or Facility Manager to establish the estimated time of arrival for required repairs. 2.4 General Facility Site Procedures For each visit to a site to perform work under this Contract, the Contractor's staff shall: Check in and out with the Facility Manager or designee at each visit Perform all work without unnecessary interference to facility occupants. The Contractor shall confine operations at the site to areas permitted by law, ordinances, permits and the Contract documents, and shall not unreasonably encumber the site with any materials or equipment Protect existing facilities from damage and repair or replace, at the Contractor s expense, any damage to property caused by its employees or suppliers Keep premises free from accumulation of waste materials or rubbish caused by operations and from leaks and spillage from equipment. Upon completion of the work, the Contractor s staff shall remove all waste materials and rubbish from and about the installation area, as well as all tools, equipment, machinery and surplus materials, and shall clean all facility surfaces leaving the work area clean. 2.5 Special Conditions During overnight projects, the Contractor s staff shall clean and remove all debris, tools, equipment, machinery and surplus materials from tenant access areas prior to 7:30 a.m. of the next work day Year One Contractor Requirements All inspections, tests and maintenance required every three or five years shall be performed according to Attachment I Test and Inspection Schedule and then every three or five years afterwards as required by the NFPA 25 for the remainder of the Contract term Gauges not accurate to within three percent of the full scale shall be recalibrated or replaced by the Contractor at no cost to the Department. This shall be performed during the five year test and inspections. Page 3 of 12

25 Fire Sprinkler System Inspections Florida Department of Management Services Contract No: DMS-14/15-039A The Contractor shall review all signage and labeling. Any required signage or labeling found to be improper or missing shall be reported to the Facility Manager in writing within 10 days Sprinklers using fast-response elements that have been in service more than 20 years shall be tested per the NFPA 25, Chapter and Dry Sprinklers in service for more than 10 years shall be tested according to the NFPA 25, Chapter and Maintenance Service Inspect, test and service all air compressors for sprinkler systems; which includes, checking belts, oil, draining condensation in tanks, etc. This shall be performed on all visits Routine maintenance of sprinkler heads, including cleaning and dusting as required Maintenance shall include lubricating, adjusting and cleaning of internal components as required in the NFPA 25 along with the following: Adjustment of all water flow switches as required for proper operation. Adjustments shall be performed immediately upon finding the device is not operating properly Adjustment of all tamper switches as required for proper operation. Adjustments shall be performed immediately upon finding the device is not operating properly Adjustment of all air pressure regulators as required for proper operation. Adjustments shall be performed immediately upon finding the device is not operating properly Adjust all pressure relief valves as required for proper operation. Adjustments shall be performed immediately upon finding the device is not operating properly Lubricating valves as required by the NFPA Cleaning of internal components of system valves as required by the NFPA Cleaning of strainers and filters as required by the NFPA Repairs and/or replacement of components shall not be part of this Contract unless specifically stated in Section 2.6. Page 4 of 12

26 Fire Sprinkler System Inspections Florida Department of Management Services Contract No: DMS-14/15-039A Inspect all areas covered by the automatic sprinkler systems to determine if these areas and their contents are properly protected. Any deficiencies noted should be provided in writing to the Facility Manager s attention Inspect and test all alarms for proper operation. Record the time it takes for water flow alarms to come in. This information shall be included in the reports Inspect and test for proper operation the control valves, water supplies, tanks, pumps and fire department connections, and proper labeling of same. Any deficiencies noted should be provided in writing to the Facility Manager s attention All dry systems shall be trip tested after March 15 and before September 15 of each year Winterization of all dry pipe systems shall be performed between October and November of each year. 2.6 Required Repair Services The following items shall be repaired under this Contract at no cost to the Department: Reset dry systems if they trip within 72 hours of being tested by the Contractor Reset all preaction systems if they trip within 72 hours of being tested by the Contractor Gauges not accurate to within three percent of the full scale shall be recalibrated or replaced by the Contractor at no cost to the Department All labor, materials and equipment required for the above items shall be included as part of this Contract. 2.7 Excluded Services Weekly and monthly inspections as required by the NFPA Any repair services not included in Section 2.6, Required Repair Services (Noncovered services. 2.8 Scheduling Frequency of Test/Inspection Facilities shall be tested/inspected according to the schedule in ATTACHMENT I TEST AND INSPECTION SCHEDULE. This includes quarterly, semiannual Page 5 of 12

27 Fire Sprinkler System Inspections Florida Department of Management Services Contract No: DMS-14/15-039A and annual test/inspections as well as any other test/inspections required by the NFPA codes series 1, 13, 14, 20, 22, 24, 25, 72 and 101 as they relate to waterbased fire protection systems. The Contractor shall also furnish copies of the inspection and testing report forms it plans to use. These report forms shall be furnished to the Contract Manager within 10 working days upon Contract execution for the Contract Manager s review and approval. Upon each on-site test/inspection, the Contractor shall furnish a complete itemized report, within two weeks, to the Contract Manager and Facility Manager. All deficiencies must be itemized as a faulty component or a code violation, site the specific code(s) violated, and give the exact locations of the deficiencies. The report shall be type written on forms approved by the Contract Manager. Winterization of all dry pipe systems shall be performed between October and November of each year Test/Inspection Scheduling The Contractor shall notify the Contract Manager and Facility Manager at least one week ahead of the time of each quarterly test/inspection date so the Facility Manager can accompany the Contractor's Inspector on the inspection tour. This notice is required to make necessary arrangements to flow water and to minimize tenant disruption and liability. 2.9 Emergency and Non-Covered Services The Contractor shall stand ready and be available to perform emergency and noncovered services (see Section 2.7.2), as deemed necessary by the Contract Manager during and outside of normal working hours defined as 7:00 a.m. 5:00 p.m., Monday Friday, excluding State holidays. Services shall include, but not be limited to, the following: Service shall be provided by qualified service personnel Travel time to and from a job site shall be non-billable The Contractor shall respond to an emergency service call within a maximum of one hour from the time the request is made by the Facility Manager or designee. An emergency service call shall be at the discretion of the Facility Manager or his designee Billable hours charged to the Department shall commence upon checking in and out with the Facility Manager or designee The Contractor shall charge the hourly rate for emergency and Non-covered services as noted in the ATTACHMENT E PRICE SHEETS as submitted by the Contractor. Covered services beyond regular work hours, Non-covered services beyond regular work hours, and Non-covered services during regular work hours. Page 6 of 12

28 Fire Sprinkler System Inspections Florida Department of Management Services Contract No: DMS-14/15-039A All emergency repairs shall be initiated and authorized by the Facility Manager or designee. All parts installed shall be in accordance with Section 9.3, Parts and Parts Warranty In the event weekend or holiday work is required to complete a task, prior approval shall be obtained from the Facility Manager The Contractor shall have a service ticket on each emergency service call and shall obtain the Facility Manager or designee's signature at the facility being serviced. A copy of the service ticket shall be left with the Facility Manager or designee. Electronic service tickets shall be electronically delivered to the Facility Manager the date service is rendered Tripped dry system(s) or preaction system shall require immediate service to drain and reset the systems back to normal condition Contractor Staff Requirements The Contractor shall assign service personnel to perform testing, inspections, and maintenance or service repairs as specified herein, and shall have backup personnel who are qualified to assume the responsibilities in the event of sickness or other causes of absence of the assigned service personnel All tests and inspections shall be performed by the Contractor s staff. The Department shall assist the Contractor s staff by assigning a Department employee to remain at the facility fire alarm panel to acknowledge the fire alarm panel and verify the tested devices report to the panel The Contractor s staff shall be qualified and experienced with a minimum of three years in the inspection, testing and maintenance of water-based fire protection systems The Contractor s staff shall carry identification as prepared by the Contractor. Identification information shall include the employee's full name, photograph (portrait) and company name The Contractor s Inspectors shall be certified by the National Institute for Certification in Engineering Technologies (NICET) with a level II or higher certification for Inspection and Testing of Water-Based-Systems and per FAC 96A An individual employed by a Fire Protection System Contractor I or II who will be inspecting water based fire protection systems must be issued a permit by the State Fire Marshal in accordance with Section , F.S., to conduct such work Criminal Records Check Within 10 days of Contract execution, the Contractor shall verify staff members who will be performing services at the Department s facilities in order to undergo Page 7 of 12

29 Fire Sprinkler System Inspections Florida Department of Management Services Contract No: DMS-14/15-039A a security check as required in Section 18 of the Contract. Annual re-certification shall be required Reporting Requirements The Contractor shall keep and maintain complete and accurate records of all testing, inspections, maintenance and service repairs (including trouble calls) and parts installed. Copies of these records shall be provided to the Contract Manager and the Facility Manager at each visit and as indicted as follows: Logbook The Contractor shall furnish all logbooks required by CODE to the Facility Manager at each site within 30 days of the Contract execution. The Contractor shall update the logbook with each visit that work is performed, in detail, including but not be limited to, date, time and other relevant comments Service Ticket The Contractor's staff shall prepare a service ticket at each site visit to show: Facility name Date, time of arrival, departure and time spent Brief description of conditions found and work performed in written detail Name and signature of Contractor s staff Signature of the Facility Manager or designee. (Service tickets without authorized signature shall not be accepted as a valid site visit) A copy of the signed service ticket shall be left with the Facility Manager or his/her designee Scanned copies of the signed service tickets shall be ed to the Contract Manager or designee within two weeks of service being performed Utilization of any electronic device to document a service call or service ticket shall automatically send a copy of the document to the Facility Manager and the Contract Manager by means of upon completion. Electronic signature for verification of work completed shall be obtained Inspection/Testing Reports Within two weeks after each inspection, an electronic copy of the typed written report, on forms approved by the Contract Manager, shall be ed to the Contract Manager and Facility Manager. The report shall list all code violations found, site the specific code(s) violated and any general recommendations the Contractor may suggest. At the time of inspection, the Contractor shall update all logbooks. The Contractor shall also provide a written, itemized quote for the repair and/or correction of violations noted on the reports. The condition reports Page 8 of 12

30 Fire Sprinkler System Inspections Florida Department of Management Services Contract No: DMS-14/15-039A shall inform the Facility Manager of the current condition of the equipment and make recommendations regarding the need for repairs, alterations and/or modification to the equipment. The Contractor shall adhere to ATTACHMENT I TEST AND INSPECTION SCHEDULE, for all test and inspections required to be performed Certification Letter Annually Annually, the Contractor shall submit to the Contract Manager copies of each Inspector s certifications Asbestos-Containing Materials Asbestos-containing materials may exist in the facility. Asbestos-containing materials shall not be disturbed. If any of these materials are encountered and need to be disturbed, the Contractor shall stop work and contact the Facility Manager immediately. The Facility Manager shall contact the Department s Environmental Specialist for direction Department Responsibilities Provide the Contractor with access to the equipment to be tested, inspected and maintained Provide the Contractor written notice of any accident, alteration or change affecting the equipment Inform the Contractor of known asbestos-containing materials that exist in areas where the Contractor will be working Service Exceptions The Contractor shall not be required to make any replacements or repairs necessitated by negligence, abuse, misuse or vandalism of the equipment or by any other cause beyond the Contractor ' s control except ordinary wear and tear The Contractor shall not make any alterations to the equipment without prior written approval from the Facility Manager or designee The Contractor shall not be responsible for cleaning any equipment caused by reasons beyond the Contractor s reasonable control, or as a result of improper janitorial or building maintenance functions Workmanship All work shall be under the Contractor s general direction, but subject to inspection by the Facility Manager or designee who may require the Contractor to correct defective workmanship and parts without cost to the Department, if it is found to be the Page 9 of 12

31 Fire Sprinkler System Inspections Florida Department of Management Services Contract No: DMS-14/15-039A Contractor s responsibility. SECTION 3. CONTRACTOR S CONTRACT ADMINISTRATION The Contractor shall designate a staff member to oversee all activities under the resulting Contract including, but not limited to, scheduled services, scheduled tests, unscheduled services, reporting, record keeping and billing. The Contractor shall provide this information to the Contract Manager upon Contract execution. SECTION 4. PERFORMANCE MEASURES See ATTACHMENT J - PERFORMANCE STANDARDS AND GUARANTEES. SECTION 5. FINANCIAL CONSEQUENCES FOR NONPERFORMANCE 5.1 Withholding Payment In addition to the specific consequences explained in this Statement of Work, the State reserves the right to withhold payment or implement other appropriate remedies, such as Contract termination or nonrenewal, when the Contractor has failed to perform/comply with provisions of this Contract. These consequences for non-performance shall not be considered penalties. 5.2 Specific Consequences See ATTACHMENT J - PERFORMANCE STANDARDS AND GUARANTEES. SECTION 6. SUBCONTRACTORS 6.1 The Bidder shall be fully responsible for all work performed under the resultant Contract of this solicitation. The Bidder shall use only those subcontractors identified in FORM 7 TOTAL CURRENT AND PLANNED SUBCONTRACTORS AND SUBCONTRACTOR CHECKLIST, as submitted by the Contractor. 6.2 Subcontractors must have the same credentials as the prime. Should the Contractor need to subcontract any services to a subcontractor after Contract execution, the Contractor shall submit a written request to the Department s Contract Manager identified in Section 5.2 of the Contract. The written request shall include, but is not limited to, the following: The name, address and other information identifying the subcontractor; Component / type of services to be performed by the subcontractor; Time of performance of the identified services; How the Contractor plans to monitor the subcontractor s performance of the identified services; Page 10 of 12

32 Fire Sprinkler System Inspections Florida Department of Management Services Contract No: DMS-14/15-039A Certification that the subcontractor has all licenses and county authority, as applicable, and/or has satisfied all legal requirements to provide the services to the Department. Also, the Contractor shall certify that the subcontractor is approved by the Florida Department of State to transact business in the State of Florida. If the subcontractor is an out-of-state company, it must have a Florida Certificate of Authority from the Department of State, Division of Corporations, to transact business in the State of Florida. Website: A copy of the written subcontract agreement; and Acknowledgement from the subcontractor of the Contractor s contractual obligation to the Department and that the subcontractor agrees to comply with all terms and conditions of the resulting Contract. 6.3 The Contractor acknowledges that it shall not be released of its contractual obligation to the Department because of any subcontract. The Contractor is solely responsible for ensuring the subcontractor maintains the insurance as required. The Department shall treat the Contractor s use of a subcontractor not contained herein and/or approved by the Department as a breach of this Contract. SECTION 7. ADDITIONS/DELETIONS During the term of the Contract, the Department shall have the right to add and/or delete facilities covered by the Contract as it deems appropriate with advance written notice to the Contractor. To add a facility, the Contract Manager shall obtain a price quote utilizing ATTACHMENT M USER QUOTE, from the Contractor based on the Contract price for similar sized and equipped facilities covered under the Contract. Deletions shall result in a price reduction equal to the amount set forth in the Contract pricing. Addition and/or deletion of other facilities shall be upon written mutual agreement of both Parties through a Contract amendment. SECTION 8. TRANSITION PLAN Within 10 working days after Contract execution, the Contract Manager shall conduct a preservice meeting or conference call with the Contractor to discuss the Statement of Work and to determine the services needed. SECTION 9. WARRANTIES 9.1 The Contractor warrants that all parts furnished under the Contract shall be free of defective material and workmanship for the life of the Contract, including renewals. 9.2 Warranty repairs shall be completed within the time specified in this Contract. If the time for repairs will exceed the specified time, the Contractor shall provide equivalent loaner equipment upon request. Loaner equipment shall be provided at no cost, including shipment to the Department s location and return of loan equipment to the Contractor. Page 11 of 12

33 Fire Sprinkler System Inspections Florida Department of Management Services Contract No: DMS-14/15-039A 9.3 Parts and Parts Warranty All installed parts must be new and in the original factory containers, unless refurbished equipment/parts for a specific repair is/are approved by the Contract Manager or Facility Manager in advance. The service ticket shall have a notation indicating the use of new or refurbished equipment/parts. The Contractor shall provide the Facility Manager or designee with a copy of the manufacturer s invoice All parts shall be warrantied per this section. When refurbished equipment/parts are used, it must be noted on the work order as refurbished The Contractor shall maintain a minimal inventory of parts sufficient for maintenance and repair of equipment at each facility The Contractor shall have and maintain all required service repair tools. THIS SPACE INTENTIONALLY LEFT BLANK. Page 12 of 12

34 ATTACHMENT C - FACILITY LIST DMS-14/15-039A - INTERNATIONAL FIRE PROTECTION, INC. FIRE SPRINKLER SYSTEM INSPECTIONS REGION 1 County Facility Address Facility Manager Contact Number (Cell) Escambia James (1- Fire Pump) 160 Governmental Center, Pensacola, FL Tom Long (850) Leon Bob Martinez Center (1 - Fire Pump) 2600 Blairstone Road, Tallahassee, FL Ben Spivey (850) Leon Capital Circle Office Center, 2540 (Public Service Commission) Shumard Oak Boulevard, Tallahassee, FL Brian Fienemann (850) Leon Capital Circle Office Center, 2555 Shumard Oak Boulevard, Tallahassee, FL Brian Fienemann (850) Leon Capital Circle Office Center, 2575 (Emergency Operations Center) Shumard Oak Boulevard, Tallahassee, FL Brian Fienemann (850) Leon Capital Circle Office Center, 2585 (Department of Health) Merchants Row Boulevard, Tallahassee, FL Brian Fienemann (850) Leon Capital Circle Office Center, 2585 (Shared Resource Center) Shumard Oak Boulevard, Tallahassee, FL Brian Fienemann (850) Leon Capital Circle Office Center, 4025 (Department of Health) Esplanade Way, Tallahassee, FL Brian Fienemann (850) Leon Capital Circle Office Center, 4030 Esplanade Way, Tallahassee, FL Brian Fienemann (850) Leon Capital Circle Office Center, 4040 Esplanade Way, Tallahassee, FL Brian Fienemann (850) Leon Capital Circle Office Center, 4042 (Department of Health) Bald Cypress Way, Tallahassee, FL Brian Fienemann (850) Leon Capital Circle Office Center, 4050 Esplanade Way, Tallahassee, FL Brian Fienemann (850) Leon Capital Circle Office Center, 4052 (Department of Health) Bald Cypress Way, Tallahassee, FL Brian Fienemann (850) Leon Capital Circle Office Center, 4055 (Café) Esplanade Way, Tallahassee, FL Brian Fienemann (850) Leon Capital Circle Office Center, 4070 Esplanade Way, Tallahassee, FL Brian Fienemann (850) Leon Capital Circle Office Center, 4075 (Betty Easley Center) Esplanade Way, Tallahassee, FL Brian Fienemann (850) Leon Capital Circle Office Center, DOR - Building Shumard Oak Blvd., Building 1, Tallahassee, FL George Rance Grubbs (850) Leon Capital Circle Office Center, DOR - Building Shumard Oak Blvd., Building 1, Tallahassee, FL George Rance Grubbs (850) Leon Capital Circle Office Center, DOR - Building Shumard Oak Blvd., Building 1-3, Tallahassee, FL George Rance Grubbs (850) Leon Capitol Building ( 4 -Fire Pumps, 3-Electric, 1- diesel) and Garages 400 South Monroe Street, Tallahassee, FL Bob McLaughlin (850) Leon Carlton 501 South Calhoun Street, Tallahassee, FL Chris Thomas (850) Page 1 of 2

35 ATTACHMENT C - FACILITY LIST DMS-14/15-039A - INTERNATIONAL FIRE PROTECTION, INC. FIRE SPRINKLER SYSTEM INSPECTIONS Leon Carr 3800 Commonwealth Blvd., Tallahassee, FL Billy Harrison (850) Leon Collins (1- Fire Pump) 107 West Gaines Street, Tallahassee, FL Travis Jones (850) Leon DEP Lab (1- Fire Pump) 2600 Blair Stone Road, Tallahassee, FL Jeremy Tharpe (850) Leon Douglas (1- Fire Pump) 3900 Commonwealth Boulevard, Tallahassee, FL Billy Harrison (850) Leon FDLE - Tallahassee (1- Fire Pump) and Garages 2331 Phillips Road, Tallahassee, FL Aron King (850) Leon First District Court of Appeal and Garages 2000 Drayton Drive, Tallahassee, FL Rafael Gonzalez (850) Leon Fletcher (1- Fire Pump) 101 East Gaines Street, Tallahassee, FL Travis Jones (850) Leon Florida Records Center and Warehouse 4319 Shelfer Road, Tallahassee, FL Chris Thomas (850) Leon Gray (1- Fire Pump) 500 South Bronough Street, Tallahassee, FL Felipe Caquimbo (850) Leon Historic Capitol (1- Fire Pump) 400 South Monroe Street, Tallahassee, FL Bob McLaughlin (850) Leon Holland 600 South Calhoun Street, Tallahassee, FL Chris Thomas (850) Leon House Office (1- Fire Pump) and Garages 400 South Monroe Street, Tallahassee, FL Bob McLaughlin (850) Leon Knott (1- Fire Pump) 100 W. St. Augustine Road, Tallahassee, FL Bob McLaughlin (850) Leon Larson (1- Fire Pump) and Garages 200 East Gaines Street, Tallahassee, FL Travis Jones (850) Leon Pepper (1- Fire Pump) and Garages 111 West Madison Street, Tallahassee, FL Chris Thomas (850) Leon Senate Office (1- Fire Pump) and Garages 400 South Monroe Street, Tallahassee, FL Bob McLaughlin (850) Leon Turlington (1- Fire Pump) and Garages 325 West Gaines Street, Tallahassee, FL Felipe Caquimbo (850) Leon Warehouse 910 South Monroe Street, Tallahassee, FL Carla Forman (850) Region 1: The Department's facilities listed above in Region 1 for Escambia and Leon Counties are included in this ITB; however, other facilities within Escambia and Leon Counties and in the following counties could be added at a future date: Bay, Calhoun, Franklin, Gadsden, Gulf, Holmes, Jackson, Jefferson, Liberty, Madison, Okaloosa, Santa Rosa, Taylor, Wakulla, Walton and Washington. Page 2 of 2

36

37

38

39

40

41

ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB NO.: DMS-14/15-004

ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB NO.: DMS-14/15-004 4050 Esplanade Way Tallahassee, Florida 32399-0950 Tel: 850.488.2786 Fax: 850. 922.6149 Rick Scott, Governor Craig J. Nichols, Agency Secretary ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR FIRE

More information

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

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

More information

ITB No W Attachment B DRAFT Contract No: Accidental Death & Dismemberment Statutory Death Benefits

ITB No W Attachment B DRAFT Contract No: Accidental Death & Dismemberment Statutory Death Benefits ITB No. 2-84131600-W Attachment B DRAFT Contract No: 84131600-18-1 Accidental Death & Dismemberment Statutory Death Benefits This Contract is between the State of Florida, Department of Management Services

More information

Exhibit A GENERAL CONTRACT CONDITIONS

Exhibit A GENERAL CONTRACT CONDITIONS Exhibit A GENERAL CONTRACT CONDITIONS Table of Contents SECTION 1. DEFINITIONS.... 1 SECTION 2. CONTRACT TERM AND TERMINATION.... 1 SECTION 3. PAYMENT AND FEES.... 2 SECTION 4. CONTRACT MANAGEMENT....

More information

Attachment A DRAFT CONTRACT. FOR GROUP DENTAL INSURANCE DMS 16/ BETWEEN STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES AND [Contractor]

Attachment A DRAFT CONTRACT. FOR GROUP DENTAL INSURANCE DMS 16/ BETWEEN STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES AND [Contractor] 4050 Esplanade Way Tallahassee, Florida 32399-0950 Tel: 850.488.2786 Fax: 850. 922.6149 Rick Scott, Governor Chad Poppell, Secretary Attachment A DRAFT CONTRACT FOR GROUP DENTAL INSURANCE DMS 16/17-016

More information

State Term Contract No For Microsoft Premier Support and Consulting Services

State Term Contract No For Microsoft Premier Support and Consulting Services DocuSign Envelope ID: 00F9D2EC-E0D3-4284-BB21-B87AF14C0AB3 State Term Contract For Microsoft Premier Support and Consulting Services This Contract is between the State of Florida, Department of Management

More information

RELM Wireless (hereinafter Contractor )

RELM Wireless (hereinafter Contractor ) NASPO ValuePoint PARTICIPATING ADDENDUM Public Safety Communication Equipment- Phase One #06913 Lead by the State of Washington (hereinafter Lead State ) Participating Addendum No: 43190000-18-NASPO-ACS-1

More information

Attachment A DRAFT PROPOSED CONTRACT FOR HEALTHCARE TRANSPARENCY SERVICES ENTITY

Attachment A DRAFT PROPOSED CONTRACT FOR HEALTHCARE TRANSPARENCY SERVICES ENTITY Attachment A DRAFT PROPOSED CONTRACT FOR HEALTHCARE TRANSPARENCY SERVICES ENTITY DMS-17/18-024 BETWEEN STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES AND [Vendor] Contract No.: DMS-17/18-024 Page 1

More information

CONTRACT FOR SELF-INSURED HEALTH PLAN SERVICES DMS 16/17-018D BETWEEN STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES AND UNITED HEALTHCARE, INC.

CONTRACT FOR SELF-INSURED HEALTH PLAN SERVICES DMS 16/17-018D BETWEEN STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES AND UNITED HEALTHCARE, INC. 4050 Esplanade Way Tallahassee, FL 32399-0950 Tel: 850-488-2786 Fax: 850-922-6149 Rick Scott, Governor Erin Rock, Secretary CONTRACT FOR SELF-INSURED HEALTH PLAN SERVICES DMS 16/17-018D BETWEEN STATE OF

More information

NASPO ValuePoint PARTICIPATING ADDENDUM

NASPO ValuePoint PARTICIPATING ADDENDUM NASPO ValuePoint PARTICIPATING ADDENDUM Public Safety Communication Equipment- Phase One #06913 Lead by the State of Washington (hereinafter Lead State ) Participating Addendum No: 43190000-18-NASPO-ACS-1

More information

Contract No For Accident and Sickness (CAMP) Insurance

Contract No For Accident and Sickness (CAMP) Insurance Contract No. 84131600-17-1 For Accident and Sickness (CAMP) Insurance This Contract is between the State of Florida, Department of Management Services (Department), an agency of the State of Florida, on

More information

Attachment G - SSI Contract

Attachment G - SSI Contract Attachment G - SSI Contract Technology System Contract General Terms and Conditions The Department of Financial Services and ITN # DFS FL PALM ITN 1617-07 Page 1 of 87 TABLE OF CONTENTS

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

NAME CHANGE AGREEMENT

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

More information

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

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

More information

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

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 Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN

Request for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN Request for Proposal Municipal Facility Space Needs Assessment City of Burnsville, MN The City of Burnsville is seeking proposals from qualified architectural/engineering firms to perform a Municipal Facilities

More information

INVITATION TO NEGOTIATE REGISTRATION

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

More information

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

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders.

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders. CITY OF LACEY, WASHINGTON REQUEST FOR STATEMENTS OF QUALIFICATIONS # AG-16.0370 GRAPHIC DESIGN, BRANDING, AND USER INTERFACE DESIGN SERVICES March 1, 2018 OVERVIEW The City of Lacey, Washington, is accepting

More information

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

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

More information

INVITATION TO BID (ITB)

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

More information

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 ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM PUR960 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HVAC System Maintenance and Repair MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM The City of Rock Hill, South Carolina is seeking

More information

PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN

PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN 1. CONTRACT: This contract is entered into by and between Spokane Regional Clean Air Agency (SRCAA) and (CONTRACTOR) to provide certain services to SRCAA.

More information

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

COMPLETE AND RETURN THIS FORM

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

More information

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of January, 2016, by and between the CITY OF TUMWATER, a Washington municipal

More information

EXHIBIT A ONE-TIME-ACQUISITION STATEMENT OF WORK. IT General Provisions

EXHIBIT A ONE-TIME-ACQUISITION STATEMENT OF WORK. IT General Provisions EXHIBIT A ONE-TIME-ACQUISITION STATEMENT OF WORK IT General Provisions This Statement of Work ( Agreement ) reflects the change to General Provisions, GSPD-401- IT Commodities, as required for the California

More information

TENANT BROKER AND REAL ESTATE CONSULTING SERVICES

TENANT BROKER AND REAL ESTATE CONSULTING SERVICES TENANT BROKER AND REAL ESTATE CONSULTING SERVICES Contract By and Between Vertical Integration, Inc. And the State of Florida Acting Through the Department Of Management Services DMS 12/13-007B PAGE 1

More information

APPENDIX A TECHNICAL SPECIFICATIONS RFQ PLUMBING SERVICES

APPENDIX A TECHNICAL SPECIFICATIONS RFQ PLUMBING SERVICES SCOPE OF WORK This contract is executed between JEA and the Contractor to perform services including, but not limited to: labor, supervision, materials, tools and equipment, as necessary to perform plumbing

More information

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS Except as otherwise provided on the face of this Purchase Order or Supply Contract (the Order ) which is attached hereto, the parties agree

More information

FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF AGENT AND AGENCY SERVICES

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

More information

INVITATION TO BID U Directional Boring Utility Department

INVITATION TO BID U Directional Boring Utility Department INVITATION TO BID U-06-06 Directional Boring Utility Department Purpose: The City of Palm Coast, Utility Department is soliciting proposals from qualified contractors to perform directional drilling to

More information

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# 2018-19 Issued By: Baker County Board of County Commissioners 55 North 3 rd Street

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

CONTRACT AGREEMENT between Tow Company ) Contract No.: 06-FSP-01 Street Address ) City, State ZIP Code ) ) (hereinafter "Contractor") ) ) ) ) ) and )

CONTRACT AGREEMENT between Tow Company ) Contract No.: 06-FSP-01 Street Address ) City, State ZIP Code ) ) (hereinafter Contractor) ) ) ) ) ) and ) CONTRACT AGREEMENT between Tow Company Contract No.: 06-FSP-01 Street Address City, State ZIP Code (hereinafter "Contractor" and Sacramento Transportation Authority Term: Dec. 1, 2006 Nov. 30, 2009 901

More information

Real Estate Management Agreement

Real Estate Management Agreement Real Estate Management Agreement (hereinafter referred to as "Owner") and Interchange Property Management (IPM) (hereinafter referred to as "Manager"), agree as follows: 1. The Owner hereby employs and

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

INDEPENDENT CONTRACTOR AGREEMENT

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

More information

INDEPENDENT CONTRACTOR AGREEMENT AND SERVICE PROVIDER TERMS OF SERVICE

INDEPENDENT CONTRACTOR AGREEMENT AND SERVICE PROVIDER TERMS OF SERVICE INDEPENDENT CONTRACTOR AGREEMENT AND SERVICE PROVIDER TERMS OF SERVICE This INDEPENDENT CONTRACTOR AGREEMENT AND SERVICE PROVIDER TERMS OF SERVICE, entered into as of this date (the Agreement ), is by

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

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park Issued By: Town Manager 3150 Southwest 52 nd Avenue Pembroke Park,

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

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE FACILITIES PROFESSIONAL OR TECHNICAL CONSULTANT MASTER CONTRACT FOR ARCHITECTURAL, OWNER REPRESENTATIVE, REAL ESTATE, AND OTHER

More information

FORM 1 RESPONDENT S CONTACT INFORMATION. The Respondent shall identify the contact information as described below.

FORM 1 RESPONDENT S CONTACT INFORMATION. The Respondent shall identify the contact information as described below. FORM 1 RESPONDENT S CONTACT INFORMATION The Respondent shall identify the contact information as described below. For solicitation purposes, the Respondent s contact person shall be: For contractual purposes,

More information

GEORGIA LOTTERY CORPORATION

GEORGIA LOTTERY CORPORATION GEORGIA LOTTERY CORPORATION REQUEST FOR PROPOSAL FOR EVENING/NIGHT LOTTERY DRAW AUDIT SERVICES (SUNDAY - SATURDAY) We propose to furnish and deliver any and all of the deliverables and services named in

More information

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

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

More information

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

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

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

ATTACHMENT B SALE # CGS4 GENERAL PURPOSE. PowerGyp70 CGS SALES AGREEMENT By and Between SOUTH CAROLINA PUBLIC SERVICE AUTHORITY And

ATTACHMENT B SALE # CGS4 GENERAL PURPOSE. PowerGyp70 CGS SALES AGREEMENT By and Between SOUTH CAROLINA PUBLIC SERVICE AUTHORITY And ATTACHMENT B SALE # CGS4 GENERAL PURPOSE PowerGyp70 CGS SALES AGREEMENT By and Between SOUTH CAROLINA PUBLIC SERVICE AUTHORITY And THIS POWERGYP70-CGS SALES AGREEMENT (the Agreement ) is entered into as

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

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding PUR413 May 22, 2013 MANDATORY PRE-BID MEETING JUNE 06, 2013 VEGETATION Center Grinding Time: We are pleased to invite your company to a mandatory pre-bid meeting on June 06, 2013 @ 10:00 A.M. SHARP! Late

More information

CITY OF TITUSVILLE, FLORIDA

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

More information

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

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

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,

More information

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

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

More information

FIXTURING/INSTALLATION AGREEMENT

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

More information

Supplier Application PART 1 of 3

Supplier Application PART 1 of 3 Supplier Application PART 1 of 3 Daytona State College must have accurate and complete supplier information on file in order to generate a purchase order and facilitate prompt payment. Please complete

More information

TOWN OF EATONVILLE CRA SOLICITATION FOR CONTINUING SERVICES CS # Enhanced Code Enforcement Officer

TOWN OF EATONVILLE CRA SOLICITATION FOR CONTINUING SERVICES CS # Enhanced Code Enforcement Officer TOWN OF EATONVILLE CRA SOLICITATION FOR CONTINUING SERVICES CS # 17-002 Enhanced Code Enforcement Officer INTRODUCTION Town of Eatonville, a municipality of the State of Florida, seeks the submittal of

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PUR939 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CONSTRUCTION OF THREE NEW HOMES AT VILLAGE AT ARCADE MILL MANDATORY PRE-BID MEETING: 8:30 A.M. MAY 31, 2018 The City of Rock Hill, South Carolina

More information

SCHOOL BOARD OF OKALOOSA COUNTY, FLORIDA ANNUAL AGREEMENT FOR CHARTER BUS SERVICES

SCHOOL BOARD OF OKALOOSA COUNTY, FLORIDA ANNUAL AGREEMENT FOR CHARTER BUS SERVICES SCHOOL BOARD OF OKALOOSA COUNTY, FLORIDA ANNUAL AGREEMENT FOR CHARTER BUS SERVICES THIS AGREEMENT FOR CONTRACT SERVICES (hereinafter referred to as the Agreement ) is made and entered into by and between

More information

Standard Contract Definitions

Standard Contract Definitions Standard Contract Definitions Acceptance Written approval by the Department of deliverables to authorize payment for work performed under the contract, subject to subsequent verification of the provider

More information

Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS

Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS 1. PURCHASE ORDER DEFINED: The term "purchase order" as used in these terms and conditions means the document entitled "Purchase

More information

El Dorado County Fire Safe Council

El Dorado County Fire Safe Council El Dorado County Fire Safe Council Website: edcfiresafe.org P.O. Box 1011 Diamond Springs, CA 95619 Phone: (530) 647-1700 Email: board@edcfiresafe.org "Public and Private Partners Working Together to Protect

More information

We Serve Those Who Serve Florida

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

More information

PREQUALIFICATION PACKAGE FOR

PREQUALIFICATION PACKAGE FOR PREQUALIFICATION PACKAGE FOR THERMAL ENERGY STORAGE TANK REHABILITATION (REVISED) PROJECT 17-59 Due Date and Location for Submittal: 2:00 pm on Monday, December 18, 2017 City Clerk City of Beverly Hills

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

State of Florida Department of Financial Services

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

More information

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

SUPPLEMENTAL STAFFING AGREEMENT

SUPPLEMENTAL STAFFING AGREEMENT SUPPLEMENTAL STAFFING AGREEMENT This Agreement is entered into this 17 th day of June 2016, by and between Carroll County School Corporation referred to in this Agreement as "FACILITY," and All Kids Can

More information

REQUEST FOR QUOTATION Sprinkler Repair Services SPECIFICATIONS

REQUEST FOR QUOTATION Sprinkler Repair Services SPECIFICATIONS SPECIFICATIONS 1. PURPOSE AND SCOPE: The Kanawha County Schools Purchasing Department is soliciting bids to establish an Open End Service Contract for Sprinkler Repair Services at various Facilities throughout

More information

NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS

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

More information

Request for Quote # NAEYC Accreditation for Providers Released: Friday, December 15, 2017

Request for Quote # NAEYC Accreditation for Providers Released: Friday, December 15, 2017 Request for Quote #2017-28 NAEYC Accreditation for Providers Released: Friday, December 15, 2017 1. General Information The Early Learning Coalition of Miami-Dade/Monroe ( the Coalition ), a Florida not-for-profit

More information

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018, CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION THIS AGREEMENT, made this day of, 2018, signed between Nampa & Meridian Irrigation District, hereafter referred to as "NMID" and, of (address), hereinafter

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID The City of Fernandina Beach, Florida is accepting competitive sealed bids for 2500 PSI & 3000 PSI CONCRETE The City will receive sealed bids at the

More information

ACCENTURE LLP PURCHASE ORDER TERMS AND CONDITIONS

ACCENTURE LLP PURCHASE ORDER TERMS AND CONDITIONS ACCENTURE LLP PURCHASE ORDER TERMS AND CONDITIONS 1. The Vendor-furnished products (including, without limitation, software, hardware, equipment and any parts, components and accessories) ( Products )

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

St. George CCSD #258

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

More information

Glenwood/Bell Street Well Pump and Piping Construction

Glenwood/Bell Street Well Pump and Piping Construction SPECIFICATIONS BID 1-16 Glenwood/Bell Street Well Pump and Piping Construction THE CITY OF AVON PARK FLORIDA December 21 th, 2015 NOTICE TO BIDDERS INVITATION TO BID -- BID # 1-16 The City of Avon Park

More information

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

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

More information

Alternate Contract Source (ACS) No ACS For IT Research and Advisory Services

Alternate Contract Source (ACS) No ACS For IT Research and Advisory Services Alternate Contract Source (ACS) No. 81141902-18-ACS For IT Research and Advisory Services This Contract is between the State of Florida, Department of Management Services (Department), an agency of the

More information

BIDS WILL BE OPENED: NOVEMBER 15, 2:00 P.M. and may not be withdrawn within 90 days after such date and time.

BIDS WILL BE OPENED: NOVEMBER 15, 2:00 P.M. and may not be withdrawn within 90 days after such date and time. SALE OF PROPERTY INVITATION TO BID Bidder Acknowledgment Form ADAM H. PUTNAM COMMISSIONER BID SALE NO.: SOP/FFS-13/14-03 REBID Agency Mailing Date: October 11, 2013 Page 1 of 11 Pages SUBMIT BIDS TO: Reason

More information

Standard Contract Definitions. All defined terms will be initial capped throughout this section for ease of reference.

Standard Contract Definitions. All defined terms will be initial capped throughout this section for ease of reference. Standard Contract Definitions All defined terms will be initial capped throughout this section for ease of reference. Acceptance Written approval by the Department of deliverables to authorize payment

More information

Leavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048

Leavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048 Leavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048 Michael Spickelmier, Director of Public Works Trevor Huhn, Buildings & Grounds On-Call Boiler/Chiller Repair

More information

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

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

More information

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1 CAO Contract Log # COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2015 - Edition 1 THIS CONTRACT is made and entered into this day of, 20, by and between the COUNTY OF MARIN, hereinafter referred to as

More information

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

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

More information

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

THE GENERAL ASSEMBLY OF PENNSYLVANIA HOUSE BILL

THE GENERAL ASSEMBLY OF PENNSYLVANIA HOUSE BILL PRINTER'S NO. 1 THE GENERAL ASSEMBLY OF PENNSYLVANIA HOUSE BILL No. Session of 01 INTRODUCED BY TAYLOR, W. KELLER, PASHINSKI, KOTIK, KORTZ, ROZZI, K. BOYLE, D. COSTA, DAVIS, NEILSON, CARROLL, MICOZZIE,

More information

Spanish Language Market Advertising Services

Spanish Language Market Advertising Services Issue Date: November 20, 2013 Spanish Language Market Advertising Services Project Number: 03-13/14 Submissions Due: January 2, 2014 Florida Lottery Procurement Management 250 Marriott Drive Tallahassee,

More information

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above.

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above. AGREEMENT BETWEEN DEPARTMENT AND CONTRACTOR STATE PROJECT NO.: STATE MINORITY VENDOR DESIGNATION DRAWINGS: FDACS PROJECT NAME AND LOCATION: SPECIFICATIONS: THIS AGREEMENT made this day of in the year.

More information

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: Fayetteville School District Business Office ATTN: Lisa Morstad 1000 W, Stone Street Fayetteville, AR 72701 THIS IS NOT A COMPETITIVE BID. The request

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

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Page 1 of 5 Bid No.: Date Released: September 25, 2017 SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Bid subject to the Standard Terms and Conditions provided. Bid must be received by: Date/Time:

More information

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

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO REQUEST FOR PROPOSAL For 21c Roof Replacement PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO PPLD RFP # 490-18-05 The Pikes Peak Library District (PPLD) invites qualified Roofing Contractors (The Company

More information

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

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

More information