Invitation To Bid B15/9886

Size: px
Start display at page:

Download "Invitation To Bid B15/9886"

Transcription

1 Invitation To Bid B15/ East Broadway, D-113 Bid No. B15/9886 Tucson, AZ Requisition No. Telephone (520) Buyer J Posz Date Page 1 Of 4 Bid must be in this office on or before: Date Feb 5, 2015 At 3:00 p.m. (MST) List firm prices on this Invitation to Bid. If you do not desire to bid, please mark this form as NO BID and return to us. Items will be considered on an individual basis, unless specifically indicated as all or none in box below. Bid is submitted on All or None basis. Faxed responses are not acceptable - Return bid in a sealed envelope with the bid number noted on the outside. Item No. Quantity Description Unit Cost Total Cost Pima College seeks to purchase ADEC manufactured equipment for its newly renovated Dental Lab per the following. There will be a mandatory pre-bid meeting January 15, 2015 at 10:00 a.m. Tucson time located at our West Campus 2202 W. Anklam Rd. Tucson, AZ 85745, room SCI K212. Be prepared to spend time verifying field conditions Questions pertaining to this Bid must be communicated in writing and be received via by January 22, 2015 by 3:00 p.m. Tucson time. Questions must be sent to the address below and should include the specified Buyer s name (Jan Posz) and bid number (B15/9886). Questions and answers will be posted on the Pima Community College webpage listed below by January 29, 2015 at 5:00 p.m. Tucson time. Direct questions to: DO-Staff-FO-Procur@pima.edu 1 7 Assistants instrumentation; o clock, Wilsonart solid surface counter top 13 MM $ $ o clock treatment columns; solid surface counter; 5562, 17 depth, 34 width with non-pass through uppers; Wilsonart laminate finish; Wilsonart solid surface counter top 13MM; locks on all cabinets $ $ o clock treatment columns; solid surface counter, 5562, 17 depth, 34 width with pass through uppers; Wilsonart laminate finish; Wilsonart solids surface counter top 13MM; locks on all cabinets $ $ 4 3 Mid-console; 5543-SB; 49 equipment end; Wilsonart laminate finish; Wilsonart solid surface counter top 13MM, locks on all cabinets (2) glove boxes on each side for total of 4 glove boxes per console. Consoles are to be configured at 106 inches. $ $ 5 1 Side cabinet; ; depth 17 inches; Wilsonart laminate finish, Wilsonart solid surface counter top 13MM, locks on all cabinets $ $ 6 1 Side cabinet; ; depth 17 inches; Wilsonart laminate finish, Wilsonart solid surface counter top 13MM, locks on all cabinets $ $ 7 2 Glove/cup upper cabinet; ; depth 9 inches; Wilsonart laminate finish; Wilsonart solid surface counter top 13 MM, locks on all cabinets $ $ Page 1

2 Invitation To Bid B15/ Storage upper cabinet; ; depth 9 inches; Wilsonart laminate finish, Wilsonart solid surface counter top 13 MM, locks on all Cabinets $ $ 9 6 Monitor mount (cabinet mounted) for patient monitor viewing; to be mounted from mid consoles $ $ 10 1 Monitor mount (wall mounted) for patient monitor viewing; to be mounted from wall $ $ Please note: The College expects delivery and installation of equipment to be sometime between June 15, 2015 and July 1, Delivery cost $ (if any) Installation cost $ (if any) Tax Rate (equipment only) % Tax Charge $ Include warranty information All responses must be on this document. Please state the name and contact information for coordination of this effort Name Phone/ The Vendor shall verify and confirm existing field conditions the, utility stub out locations, are acceptable prior to fabricating the dental operatory cabinets. The Vendor shall coordinate the Dental Operatory cabinets structural support requirements with the Architect s structural engineer prior to fabrication. Vendor to provide a detailed drawing of the layout and equipment placement for the college s approval prior to fabrication Are you able to move the existing seven x-ray units and furnish and install if needed new x-ray activation devices? (y/n) If yes, provide total inclusive cost of the x-ray units to include equipment, tax and labor $ There will be a need to coordinate with other dental vendors There will be a need to coordinate with Pima College West IT for the connection of computer equipment The College s General Contractor will be responsible for the final utility hook-ups at the operatory cabinets, the vendor will be responsible to ensure the full function of all operatory equipment. Page 2

3 Invitation To Bid B15/9886 Attachments: 1. Insurance Requirements 2. Federal Debarred List Certification A Notice of Award will be posted on the College s website at: TO: Pima County Community College District If this Bid is awarded to us, we will furnish these materials and/or services in accordance with your specifications and information provided, unless otherwise stated. PCC Terms and Conditions included with this document constitute an integral part of this invitation to bid. Freight Terms: FOB: Destination Ship Point Shipping: Allowed Pre-Paid & Add Invoice Terms: Applicable Sales Tax: % Bid Valid Through: Delivery will be made no later than: Firm Name Address/Zip Phone/Fax Signature Print Name Title Bids must be signed by an officer of the Company authorized to enter into contracts. Page 3

4 Invitation To Bid B15/9886 Attachments Page 4

5 PIMA COUNTY COMMUNITY COLLEGE DISTRICT CONTRACT TERMS INDEMNIFICATION To the fullest extent permitted by law, the Contractor shall defend, indemnify and hold harmless the District, its agents, representatives, officers, directors, officials and employees from and against all claims, damages, losses and expenses (including but not limited to attorney fees, court costs, and the cost of appellate proceedings), relating to, arising out of, or alleged to have resulted from the acts, errors, mistakes, omissions, work or services of the Contractor, its employees, agents, or any tier of subcontractors in the performance of this Contract. Contractor s duty to defend, hold harmless and indemnify the District, its agents, representatives, officers, directors, officials and employees shall arise in connection with any claim, damage, loss or expense that is attributable to bodily injury, sickness, disease, death, or injury to, impairment, or destruction of property including loss of use resulting therefrom, caused by any acts, errors, mistakes, omissions, work or services in the performance of this Contract including any employee of the Contractor or any tier of subcontractor or any other person for whose acts, errors, mistakes, omissions, work or services the Contractor be legally liable. The amount and type of insurance coverage requirements set forth herein will in no way be construed as limiting the scope of the indemnity in this paragraph. INSURANCE REQUIREMENTS The Contractor, at Contractor s own expense, shall purchase and maintain the herein stipulated minimum insurance with companies duly licensed to do business in the State of Arizona with policies and forms satisfactory to the District and possessing a current A.M. Best, Inc. Rating of B++6. All insurance required herein shall be maintained in full force and effect until all work required to be performed under the terms of the Contract is satisfactorily completed and formally accepted; failure to do so may, at the sole direction of the District, constitute a material breach of this Contract. The Contractor s insurance shall be primary insurance, and any insurance or selfinsurance maintained by the District shall not contribute to it. Any failure to comply with the claim reporting provisions of the policies or any breach of an insurance policy warranty shall not affect coverage afforded under the policy to protect the District.

6 All policies, except Workers Compensation, shall contain a waiver of transfer rights of recovery (subrogation) against the District, its agents, representatives, directors, officers, and employees for any claims arising out of the Contractor s work or service. The insurance policies may provide coverage which contains deductibles or self-insured retentions. Such deductible and/or self-insured retentions shall not be applicable with respect to the coverage provided to the District under such policies. The Contractor shall be solely responsible for deductible and/or self-insured retention and the District, at its option, may require the Contractor to secure the payment of such deductible or self-insured retentions by a surety bond or an irrevocable and unconditional letter of credit. The District reserves the right to request and to receive, within 10 working days, certified copies of any or all of the herein required insurance policies and/or endorsements. The District shall not be obligated, however, to review same or to advise Contractor of any deficiencies in such policies and endorsements, and such receipt shall not relieve Contractor from, or be deemed a waiver of the District s right to insist on, strict fulfillment of Contractor s obligations under this Contract. The insurance policies, except Workers Compensation, required by this Contract shall name the District, its agents, representatives, officers, directors, officials, and employees as Additional Insureds. REQUIRED COVERAGE General Liability Contractor shall maintain Commercial General Liability insurance with a limit of not less than $2,000,000 for each occurrence with a $2,000,000 Products and Completed Operations Aggregate and $2,000,000 General Aggregate Limit. The Contractor s policy shall be endorsed to include a separate designated construction project general aggregate limit applicable to this project with a per project limit of $1,000,000 which coverage will be at least as broad as insurance Service Office, Inc. Policy Form CG The policies shall include coverage for bodily injury, broad form property damage, personal injury, products/completed operations and blanket contractual coverage including, but not limited to, the liability assumed under the indemnification provisions of this Contract, which coverage will be at least as broad as Insurance Service Office, Inc. Policy Form CG or any replacement thereof. The coverage shall not exclude X, C, U. Such policies shall contain a severability of interest provision, and shall not contain a sunset provision or commutation clause, or any provision that would serve to limit third party action over claims.

7 The Commercial General Liability additional insured endorsement shall be at least as broad as the Insurance Service Office, Inc s, Additional Insured, Form B CG , and shall include coverage for Contractor s operations and products and completed operations. CERTIFICATES OF INSURANCE Prior to commencing Services under this Contract, Contractor shall furnish the District with Certificates of Insurance, or formal endorsements as required by the Contract, issued by Contractor s insurer(s), as evidence that policies providing the required coverages, conditions and limits required by this Contract are in full force and effect. In the event any insurance policy(ies) required by this contract is(are) written on a claims made basis, coverage shall extend for two years past completion and acceptance of the contractor s work or services and as evidenced by annual Certificates of Insurance. If a policy does expire during the life of the contract, a renewal certificate must be sent to the District thirty (30) days prior to the expiration date. All Certificates of Insurance required by this Contract shall be identified with a bid serial number and title. CANCELLATION AND EXPIRATION NOTICE Insurance evidenced by these certificates shall not expire, be canceled, or materially changed without thirty (30) days prior written notice to the District. Automobile Liability Contractor shall maintain and cause any subcontractors to maintain Commercial/Business Automotive Liability insurance with a combined single limit for bodily injury and property damage of not less than $1,000,000 each occurrence with respect to the Contractor s owned, hired, and non-owned vehicles assigned to or used in performance of the Contractor s work. Coverage will be at least as broad as coverage code 1, any auto, (Insurance Service Office, Inc. Policy Form CA , or any replacements thereof). Such insurance shall include coverage for loading and off loading hazards. If hazardous substances, materials or wastes are to be transported, MCS 90 endorsement shall be included and $5,000,000 per accident limits for bodily injury and property damage shall apply. Workers Compensation This Contractor shall carry Workers Compensation insurance to cover obligations imposed by federal and state statutes having jurisdiction of Contractor s employees engaged in the performance of the work; and, Employer s Liability insurance of not less

8 than $2,000,000 for each accident, $1,000,000 disease for each employee, and $1,000,000 disease policy limit. In case any work is subcontracted, the Contractor will require the Subcontractor to provide Workers Compensation and Employer s Liability to at least the same extent as required of the Contractor.

9 FEDERAL DEBARRED LIST CERTIFICATION Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters (Dec 2001) (Date) District Finance Office Purchasing Pima Community College 4905 E Broadway Blvd. Tucson, AZ In accordance with the Federal Acquisition Regulation, : (a) (1) The Offeror certifies, to the best of its knowledge and belief, that- (i) The Offeror and/or any of its Principals- (A) (check one) Are ( ) or are not ( ) presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (The debarred list (List of Parties Excluded from Federal Procurement and Nonprocurement Programs) is at on the Web) (B) (check one) Have ( ) or have not ( ), within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract, violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion; or receiving stolen property; and (C) (check one) Are ( ) or are not ( ) presently indicted for, or otherwise criminally or civily charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(b) of this provision. (ii) The Offeror (check one) has ( ) or (has not ( ), within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency. (2) Principals, for the purposes of this certification, means officers; directors owners partners and, persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager, head of a subsidiary, division, or business segment, and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code.

10 (a) The Offeror shall provide immediate written notice to the Contracting Officer, if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (b) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror s responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible. (c) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (d) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. (Firm) ( address) (Signature) (Print Name) (Mailing Address) (Phone) (Fax) (Federal Taxpayer ID Number) (Print Title)

Faxed & ed responses are not acceptable - Return bid form in a sealed envelope with the bid number noted on the outside.

Faxed &  ed responses are not acceptable - Return bid form in a sealed envelope with the bid number noted on the outside. 4905 East Broadway, D-232 Bid No. B15/9903 Tucson, AZ 85709-1420 Requisition No. R0054391 Telephone (520) 206-4759 Buyer Philip Quintanilla Date 4/22/15 Page 1 Of 4 Bid must be in this office on or before:

More information

for all items bid, to review

for all items bid, to review 490D East Broadway, D-232 Tucson, AZ 8709-1420 Telephone (20) 206-479 Bid must be in this office on or before: Date Nov. 9, 201 At 3:000 PM (MST) Bid No. B169920 Requisition No. Buyer Date Philip Quintanilla

More information

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS The offeror represents and certifies as part of the offer that: (Check or complete all applicable boxes or blocks.) 1. TYPE

More information

Solicitation Liberator II Headsets with Tactical PTT and Accessories. Bid designation: Public. Maricopa County

Solicitation Liberator II Headsets with Tactical PTT and Accessories. Bid designation: Public. Maricopa County 5 Solicitation 1507-003 Liberator II Headsets with Tactical PTT and Accessories Bid designation: Public 7/18/2014 3:14 PM p. 1 6 Liberator II Headsets with Tactical PTT and Accessories 5 Bid Number 1507-003

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

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

Housing Authority of the Cherokee Nation   REQUEST FOR BIDS Housing Authority of the Cherokee Nation www.cherokee.org REQUEST FOR BIDS Solicitation #2015-001-060 Auction Services Bid Due Date: Thursday May 7th, 2015 at 10:00 A.M. Housing Authority of the Cherokee

More information

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

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

More information

Housing Authority of the Cherokee Nation REQUEST FOR BIDS HANDICAP RENOVATION

Housing Authority of the Cherokee Nation  REQUEST FOR BIDS HANDICAP RENOVATION Housing Authority of the Cherokee Nation www.cherokee.org REQUEST FOR BIDS HANDICAP RENOVATION Kenneth Henson / Cherokee County Solicitation # 2015-001- 051 Bid Due Date: April 16th, 2015 at 10:00 A.M.

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS FLOORING PROJECT JAY FOOD DISTRIBUTION STORE AND WAREHOUSE JAY, OK Bid Due Date: August 31, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918)

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS Membrane Roof and Skylights Bid Due Date: April 27, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION BID REQUEST

More information

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS Acquisition Management On behalf of Health Services CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 REQUEST FOR PROPOSAL

More information

TOWN OF PRESCOTT VALLEY Public Works 7501 E. Civic Cr. Prescott Valley, AZ Solicitation Number: RFP 12/13

TOWN OF PRESCOTT VALLEY Public Works 7501 E. Civic Cr. Prescott Valley, AZ Solicitation Number: RFP 12/13 2.0 TERMS AND CONDITIONS SECTION TWO TERMS AND CONDITIONS 2.1 SUBMITTAL OF PROPOSALS Five complete sets of the proposal package shall be submitted and marked Original, and shall include the name of Proposer,

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS Kitchen Remodel Tahlequah, Ok Bid Due Date: June 25, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION BID REQUEST

More information

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

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

More information

SECTION IV CONTRACT BID NUMBER

SECTION IV CONTRACT BID NUMBER SECTION IV CONTRACT BID NUMBER 171006 THIS AGREEMENT made and entered into this day of, 2017, between PUBLIC UTILITY DISTRICT NO. 1 OF CLALLAM COUNTY (hereinafter called the "District") and, located at

More information

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC SRR-PPS-2009-00012, Rev 2 SECTION A, APPLICABLE TO ALL OFFERS... 2 1. Certification and Agreement... 2 2. Authorized Negotiators... 2 3.

More information

REQUEST FOR BIDS RENOVATION

REQUEST FOR BIDS RENOVATION REQUEST FOR BIDS RENOVATION NATASHA KIRK UNIT ADAIR COUNTY Bids Due: November 7th, 2017 @ 10:00 a.m. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 1 (918) 456-5482 Housing

More information

Request for Proposal Grant Evaluators

Request for Proposal Grant Evaluators Request for Proposal Grant Evaluators Pima County Community College District ( College or District ) is seeking proposals from qualified firms for on call grant evaluators. The deadline for receipt of

More information

REQUEST FOR BIDS MINOR REPAIRS

REQUEST FOR BIDS MINOR REPAIRS REQUEST FOR BIDS MINOR REPAIRS SOLICITATION #A10-01-17-3415 SEQUOYAH COUNTY Bids Due: February 16, 2017 @ 5:00 P.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 (918) 456-5482

More information

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

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

More information

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED. ARTICLE 5 - Bonds and Insurance 5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED. For the purposes of this Article, the terms Terrebonne Parish Consolidated Government, TPCG, and OWNER shall include,

More information

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS THE FOLLOWING TERMS AND CONDITIONS APPLY TO ALL PURCHASES OF SERVICES BY OR ON BEHALF OF THE CITY OF NAPERVILLE UNLESS SPECIFICALLY PROVIDED OTHERWISE

More information

Page of 5 PURCHASE AGREEMENT

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

More information

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County REQUEST FOR BIDS RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County Bid Solicitation: #2018-001-063 Bids Due: July 2, 2018 at 5:00 P.M. Housing

More information

APPENDIX G REPRESENTATIONS & CERTIFICATIONS

APPENDIX G REPRESENTATIONS & CERTIFICATIONS APPENDIX G REPRESENTATIONS & CERTIFICATIONS ORGANIZATION: ADDRESS PHONE: MOBILE: EMAIL: WEB ADDRESS: The Offeror represents and certifies, by completing this form, that the following information is current,

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

REQUEST FOR BIDS MINOR REPAIRS

REQUEST FOR BIDS MINOR REPAIRS REQUEST FOR BIDS MINOR REPAIRS SOLICITATION #A10-10-17-3755 ROGERS COUNTY Bids Due: November 7, 2017 @ 5:00 P.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 (918) 456-5482

More information

REQUEST FOR BIDS. Installation of 6 Chain Link Fence & Gates. Bids Due: December 12th, 2016 at 10:00 A.M.

REQUEST FOR BIDS. Installation of 6 Chain Link Fence & Gates. Bids Due: December 12th, 2016 at 10:00 A.M. REQUEST FOR BIDS Installation of 6 Chain Link Fence & Gates Bids Due: December 12th, 2016 at 10:00 A.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 (918) 456-5482 Housing

More information

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS, REQUIRED INSURANCE and CALIFORNIA LABOR CODE REQUIREMENTS for PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

More information

REQUEST FOR BIDS MODERNIZATION

REQUEST FOR BIDS MODERNIZATION REQUEST FOR BIDS MODERNIZATION 3 MODERNIZATION UNITS LOCATED IN SEQUOYAH COUNTY Bids Due: January 15th, 2019 @ 10:00 a.m. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 1 (918)

More information

Request for Qualifications General Contractor Northwest Campus New Building Expansion

Request for Qualifications General Contractor Northwest Campus New Building Expansion Request for Qualifications General Contractor Northwest Campus New Building Expansion Request for Qualifications No. P12/9780 Pima County Community College District ( College or District ) is seeking proposals

More information

Solicitation Smith & Wesson M&P Handguns and Accessories. Bid designation: Public. Maricopa County

Solicitation Smith & Wesson M&P Handguns and Accessories. Bid designation: Public. Maricopa County Solicitation 1411-002 Smith & Wesson M&P Handguns and Accessories Bid designation: Public 11/15/2013 1:55 PM p. 1 Smith & Wesson M&P Handguns and Accessories Bid Number 1411-002 Bid Title Smith & Wesson

More information

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS ARTICLE 5- Bonds and Insurance 5.1 PERFORMANCE AND OTHER BONDS: 5.1.1 CONTRACTOR shall furnish performance and payment Bonds,

More information

W I T N E S S E T H:

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

More information

EXHIBIT G. Insurance Requirements. [with CCIP]

EXHIBIT G. Insurance Requirements. [with CCIP] SECTION 1 GENERAL INSURANCE REQUIREMENTS EXHIBIT G Insurance Requirements [with CCIP] A. CCIP. Contractor has implemented a Contractor Controlled Insurance Program ( CCIP ) to furnish certain insurance

More information

REQUEST FOR BIDS MAJOR REPAIR REPLACEMENT MOBILE HOME

REQUEST FOR BIDS MAJOR REPAIR REPLACEMENT MOBILE HOME REQUEST FOR BIDS MAJOR REPAIR REPLACEMENT MOBILE HOME SOLICITATION #A10-03-17-3483 TULSA COUNTY Bid Due Date: May 17, 2017 @ 5:00 P.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah,

More information

This form will be made a part of any resultant purchase order or subcontract SECTION I

This form will be made a part of any resultant purchase order or subcontract SECTION I Procurement of material, services and supplies for a United States Government contract requires that prime contractors, subcontractors and suppliers comply with socioeconomic programs enacted into public

More information

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

ENERGY EFFICIENCY CONTRACTOR AGREEMENT ENERGY EFFICIENCY CONTRACTOR AGREEMENT 2208 Rev. 2/1/13 THIS IS AN AGREEMENT by and between PUBLIC UTILITY DISTRICT NO. 1 OF SNOHOMISH COUNTY (the District ) and a contractor registered with the State

More information

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES PROPOSALS MUST BE SUBMITTED BY 4:00 PM DECEMBER 29, 2016 TO: MR. TONY LENTYCH EXECUTIVE DIRECTOR TRAVERSE CITY

More information

North Carolina Department of Health and Human Services Women's and Children's Health Nutrition Services Branch Special Nutrition Programs

North Carolina Department of Health and Human Services Women's and Children's Health Nutrition Services Branch Special Nutrition Programs North Carolina Department of Health and Human Services Women's and Children's Health Branch Special Nutrition Programs AGREEMENT BETWEEN SPONSORING ORGANIZATION AND DAY CARE HOME (DCH) PROVIDER Instructions:

More information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

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

More information

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

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

More information

USAID GHSC PSM. Annex 2: Required Certifications

USAID GHSC PSM. Annex 2: Required Certifications Annex 2: Required Certifications The following Representations and Certifications must be completed and submitted with the proposal Part 2 along with the detailed requirements for Part 2 indicated in the

More information

BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS

BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS INVITATION TO BID from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233 BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS Sealed

More information

Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES)

Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES) Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES) This CONTRACT, made this day of August 2014, by and among Crussin Explorer Transportation Inc. d.b.a. Cline Tours, Inc. (the Contractor.) and The City

More information

LOCKHEED MARTIN CORPORATION CORPDOC 2B

LOCKHEED MARTIN CORPORATION CORPDOC 2B LOCKHEED MARTIN CORPORATION CORPDOC 2B FEDERAL ACQUISITION REGULATION (FAR) AND NATIONAL AERONAUTICS AND SPACE ADMINISTRATION FAR SUPPLEMENT (NASA FARS) FLOWDOWN PROVISIONS FOR SUBCONTRACTS/PURCHASE ORDERS

More information

OCIP Contract Language

OCIP Contract Language Page 1 of 12 7. Insurance Requirements OCIP Contract Language 7.1 COUNTY Provided Insurance. COUNTY will provide an Owner Controlled Insurance Program ( OCIP ) for the Project. The OCIP will be administered

More information

CCIP ADDENDUM. Blasting or any blasting operations;

CCIP ADDENDUM. Blasting or any blasting operations; CCIP ADDENDUM 1. Overview. The Contractor has arranged with Aon Risk Services South, Inc., (the CCIP Administrator ) to be insured under its Contractor Controlled Insurance Program ( CCIP ). The CCIP is

More information

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE REQUEST FOR PROPOSALS Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE Issued by the: Economic Development Corporation of the City of Detroit

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

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Submission deadline: 4:00 p.m. Wednesday, December 7, 2011 I. General Center Township Butler County,

More information

SAMPLE SUBCONTRACTOR AGREEMENT

SAMPLE SUBCONTRACTOR AGREEMENT SAMPLE SUBCONTRACTOR AGREEMENT This Agreement, as negotiated herein, is entered into by and between, Subcontractor and, Contractor on this day of, 20. Subcontractor,, agrees to provide the following described

More information

CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for

CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for SMALL CONSTRUCTION CONTRACT Typical CLWA services that would use Small Contracts with

More information

ARTICLE V Indemnification; Insurance

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

More information

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time) ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB

More information

CHEROKEE NATION REQUEST FOR SEALED PROPOSAL DATA BASE SOFTWARE, TRAINING & CONSULTATION

CHEROKEE NATION REQUEST FOR SEALED PROPOSAL DATA BASE SOFTWARE, TRAINING & CONSULTATION CHEROKEE NATION REQUEST FOR SEALED PROPOSAL DATA BASE SOFTWARE, TRAINING & CONSULTATION Acquisition Management On behalf of Career Services CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000

More information

IRFQ #R15-04: FRIDAY NIGHT LIVE

IRFQ #R15-04: FRIDAY NIGHT LIVE IRFQ #R15-04: FRIDAY NIGHT LIVE INSTRUCTIONS: The Fillable Forms Template must be submitted in total with all required ATTACHMENTS and documents. Bidders that do not comply with the requirements, and/or

More information

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project # PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #00-00-0000 Page 1 Contract # THIS AGREEMENT, made and entered into this day of, 2014, by and between SPOKANE AIRPORT, by and through its

More information

SUBCONTRACT. by and between. to perform the Work identified in Article 2 in accordance with the Projects Contract documents.

SUBCONTRACT. by and between. to perform the Work identified in Article 2 in accordance with the Projects Contract documents. Phone 800 555-5555 Fax 999 555-5551 TO: 4320 Eucalyptus Way Santa Rosa CA 95401 SUBCONTRACT PROJECT: 186 Williams Post Office 19420 Williams Rd. Monte Rio CA 95462 This agreement entered into this day

More information

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS These Insurance & Indemnification Terms & Conditions ( Terms ) are hereby incorporated in and made a part of each and every written

More information

SUBCONTRACT (SHORT FORM)

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

More information

ITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT. 1. TERM: This Agreement is effective from (insert dates for a three year period).

ITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT. 1. TERM: This Agreement is effective from (insert dates for a three year period). ITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT This Master Agreement is hereby entered into between Ithaca College, a state of New York educational institution in Ithaca, New York, hereafter referred

More information

JOLIET JUNIOR COLLEGE REQUEST FOR QUOTATION DIVERSITY & INCLUSION CLIMATE ASSESSMENT

JOLIET JUNIOR COLLEGE REQUEST FOR QUOTATION DIVERSITY & INCLUSION CLIMATE ASSESSMENT You are invited to submit a quote for. Please include delivery charges in your pricing. The College is exempt from all sales tax. Quotes are due by 10:00 am on September 4, 2018. Joliet Junior College

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

Contract for TEMPORARY STAFFING AND RELATED SERVICES. DATE OF LAST REVISION: February 03, 2016 CONTRACT END DATE: March 31, 2018

Contract for TEMPORARY STAFFING AND RELATED SERVICES. DATE OF LAST REVISION: February 03, 2016 CONTRACT END DATE: March 31, 2018 SERIAL 11143 RFP TEMPORARY STAFFING AND RELATED SERVICES DATE OF LAST REVISION: February 03, 2016 CONTRACT END DATE: March 31, 2018 CONTRACT PERIOD THROUGH MARCH 31, 2015 2017 2018 TO: FROM: SUBJECT: All

More information

2013 ANNUAL REPRESENTATIONS AND CERTIFICATIONS SUBMITTED TO NAVISTAR DEFENSE, LLC

2013 ANNUAL REPRESENTATIONS AND CERTIFICATIONS SUBMITTED TO NAVISTAR DEFENSE, LLC 2013 ANNUAL REPRESENTATIONS AND CERTIFICATIONS SUBMITTED TO NAVISTAR DEFENSE, LLC The company / individual below represents and certifies to Navistar Defense, LLC, and its subsidiaries and affiliates (hereinafter,

More information

*Audio Video Design-Build Group Cypress, CA

*Audio Video Design-Build Group Cypress, CA EXHIBIT A Page 1 of 1 BID NO. 311 AUDIO VISUAL EQUIPMENT AND INSTALLATION IRVINE VALLEY COLLEGE MARCH 30, 2015 CONTRACTORS AMOUNT *Audio Video Design-Build Group Cypress, CA Digital Networks Group, Inc.

More information

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM PALM BEACH COUNTY DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM NOTICE TO GENERAL CONTRACTORS Sealed bids will be received until 3:00 P.M on May 2, 2019,

More information

CONSTRUCTION AGREEMENT

CONSTRUCTION AGREEMENT CONSTRUCTION AGREEMENT THIS AGREEMENT, made and entered into this First (1 st ) day of January, 2017 until December 31, 2017 by and between HABITAT FOR HUMANITY OF PINELLAS COUNTY, INC., hereinafter called

More information

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

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

More information

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

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

More information

Insurance Requirements

Insurance Requirements SECTION A. CONTRACTOR shall procure, pay for and maintain the following insurance written by companies approved by the State of Texas and acceptable to CITY. The insurance shall be evidenced by delivery

More information

OGC-S Owner-Contractor Construction Agreement

OGC-S Owner-Contractor Construction Agreement Owner-Contractor Construction Agreement This agreement is entered into as of ( Effective Date ) between Lone Star College (the "College"), a public junior college pursuant to Section 130.004 of the Texas

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

ROCHESTER SCHOOLS MODERNIZATION PROJECT PHASE 2b School Without Walls Commencement Academy INSURANCE REQUIREMENTS

ROCHESTER SCHOOLS MODERNIZATION PROJECT PHASE 2b School Without Walls Commencement Academy INSURANCE REQUIREMENTS INSURANCE REQUIREMENTS 00 73 16-1 SECTION 00 73 16 - INSURANCE REQUIREMENTS Contractor shall obtain at its own cost and expense all the insurance described below (the Required Insurance ) that will protect

More information

REQUEST TO APPROVE AWARD OF CONTRACT FOR NATC METAL CLASSROOM DESIGN-BUILD PROJECT

REQUEST TO APPROVE AWARD OF CONTRACT FOR NATC METAL CLASSROOM DESIGN-BUILD PROJECT Regular Meeting Agenda Item 8B January 21, 2014 Action REQUEST TO APPROVE AWARD OF CONTRACT FOR NATC METAL CLASSROOM DESIGN-BUILD PROJECT Recommendation: Staff will make a recommendation to award a contract

More information

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL LIQUID CALCIUM CHLORIDE Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

ANNUAL SUPPLIER REPRESENTATIONS AND CERTIFICATIONS

ANNUAL SUPPLIER REPRESENTATIONS AND CERTIFICATIONS Page: 1 of 10 Date: 12AP16 ANNUAL SUPPLIER REPRESENTATIONS AND CERTIFICATIONS If Offeror has completed the annual representations and certifications electronically, via the System for Award Management

More information

The Term "Offer" Means Your "Bid" or "Proposal". See "Submitting Your Offer" provision LOCATION: N/A

The Term Offer Means Your Bid or Proposal. See Submitting Your Offer provision LOCATION: N/A DESCRIPTION Moving Services Request for Written Quotes Solicitation Number Date Issued Procurement Officer Phone E-Mail Address The Term "Offer" Means Your "Bid" or "Proposal". TCTC-19-Moving 10/03/18

More information

Exhibit. Owner Controlled Insurance Program. Insurance Requirements

Exhibit. Owner Controlled Insurance Program. Insurance Requirements Exhibit Owner Controlled Insurance Program Insurance Requirements 1. Owner Controlled Insurance Program. OWNER shall implement an Owner Controlled Insurance Program ( OCIP ) for the Project. The OCIP is

More information

Request for Bid/Proposal

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

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 February 7, 2017 TO: Prospective Quoters RE: Request for Quotation (RFQ) 17-02 Graphics Material for Buses The Greater Dayton

More information

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

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

More information

BUILDING SERVICES AGREEMENT

BUILDING SERVICES AGREEMENT BUILDING SERVICES AGREEMENT THIS BUILDING SERVICES AGREEMENT (the Agreement ) is made this day of, 2015, by and between the City of Panama City, a municipality of the State of Florida (the City ) and E.

More information

Sacramento Regional Solid Waste Authority (SWA)

Sacramento Regional Solid Waste Authority (SWA) SACRAMENTO REGIONAL SOLID WASTE AUTHORITY Sacramento Regional Solid Waste Authority (SWA) APPLICATION for CERTIFICATION or ANNUAL RECERTIFICATION as a C&D SORTING FACILITY SECTION A: Applicant Information

More information

Champaign Park District: Request for Bids for Playground Surfacing Mulch

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

More information

Sample. Sub-Contractor Insurance & Indemnification Agreement

Sample. Sub-Contractor Insurance & Indemnification Agreement Sample Sub-Contractor Insurance & Indemnification Agreement This Agreement, as negotiated herein, is entered into by and between Subcontractor and Parish/School. For good and valuable consideration, the

More information

REPRESENTATIONS AND CERTIFICATIONS

REPRESENTATIONS AND CERTIFICATIONS REPRESENTATIONS AND CERTIFICATIONS The Offeror identified below certifies to the following facts. The full text of the representations and certifications made below (and referenced to the right of each

More information

PRIME CONTRACTOR PREQUALIFICATION APPLICATION

PRIME CONTRACTOR PREQUALIFICATION APPLICATION PRIME CONTRACTOR PREQUALIFICATION APPLICATION Director of Purchasing Services 3401 Walnut Street Suite 421 A Philadelphia, Pennsylvania 19104-6228 Issue Date 01/01/99 Revision 7 01/07/05 INSTRUCTIONS ON

More information

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

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

More information

Contract Attachment 2 Federal Required Assurances CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE

Contract Attachment 2 Federal Required Assurances CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE Department of Health and Human Services Division of Mental Health, Developmental Disabilities and Substance Abuse Services Certification for Contracts,

More information

GRAYBAR ATTACHMENT A SPECIAL TERMS & CONDITIONS CONTRACT NO: MA-IS

GRAYBAR ATTACHMENT A SPECIAL TERMS & CONDITIONS CONTRACT NO: MA-IS GRAYBAR ATTACHMENT A SPECIAL TERMS & CONDITIONS CONTRACT NO: 1. THE PRICES, TERMS AND CONDITIONS OF THIS AGREEMENT #, ATTACHMENT A SPECIAL TERMS AND CONDITIONS, ATTACHMENT A_1 SECURITY, EXHIBIT 1 MANUFACTURER

More information

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services City of Jeffersontown Request for Qualifications ON-CALL Electrical Services Table of Contents Request of Qualifications I. Invitation and Instructions to Interested Firms II. III. IV. General Provisions

More information

SHORT FORM STANDARD SUBCONTRACT. This Agreement is made this day of, 20, between

SHORT FORM STANDARD SUBCONTRACT. This Agreement is made this day of, 20, between SHORT FORM STANDARD SUBCONTRACT This Agreement is made this day of, 20, between (Contractor) and (Subcontractor). The work described in Section I below shall be performed in accordance with the prime contract

More information

INVITATION TO BID OFFICE RENOVATION AT FILLMORE STREET

INVITATION TO BID OFFICE RENOVATION AT FILLMORE STREET Fiscal Services Department Purchasing Phone 616-738-4855 12220 Fillmore Street - Room 331 - West Olive, Michigan 49460 Fax 616-738-4897 E-mail: purchasing.rfp@miottawa.org To: All Bidders INVITATION TO

More information

UNIVERSITY OF ARIZONA - STANDARD FORM AGREEMENT BETWEEN OWNER AND DESIGN PROFESSIONAL (ANNUAL REQUEST FOR QUALIFICATIONS EDITION)

UNIVERSITY OF ARIZONA - STANDARD FORM AGREEMENT BETWEEN OWNER AND DESIGN PROFESSIONAL (ANNUAL REQUEST FOR QUALIFICATIONS EDITION) UNIVERSITY OF ARIZONA - STANDARD FORM AGREEMENT BETWEEN OWNER AND DESIGN PROFESSIONAL (ANNUAL REQUEST FOR QUALIFICATIONS EDITION) January 1, 2017 Edition Standard Form Agreement Between Owner and Design

More information

Standard Form of Agreement Between Contractor and Subcontractor

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

More information

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services ADVERTISEMENT FOR BIDS Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services until 11:00 a.m. on Thursday, December 11, 2015, at City Hall, One Municipal Plaza,

More information

ANNEX A Standard Special Conditions For The Salvation Army

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

More information

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) MAIL BIDS TO: FLORIDA KEYS AQUEDUCT AUTHORITY 7000 Front St. (Stock Island) KEY WEST, FLORIDA 33040 (No

More information