REQUEST FOR PROPOSALS RFP# , TECHNOLOGY- SCHOOL AUTOMATION SERVICES AND EQUIPMENT

Size: px
Start display at page:

Download "REQUEST FOR PROPOSALS RFP# , TECHNOLOGY- SCHOOL AUTOMATION SERVICES AND EQUIPMENT"

Transcription

1 DATE: November 2, 2016 REQUEST FOR PROPOSALS RFP# , TECHNOLOGY- SCHOOL AUTOMATION SERVICES AND EQUIPMENT Website: CONTACT PERSON: Alan Hagy, at , or Request for Proposal submittals are due on or before MONDAY, NOVEMBER 21, 2016, at 10:30 a.m. All submittals must be signed and ed to Hard copies are not to be submitted. NOTES TO ALL VENDORS: 1. Dallas County Schools ( DCS ) has approximately 15 locations across North Texas, of which include but are not limited to administration buildings, training centers, and service centers. Award(s) may also be used by DCS and related entities per the same terms and conditions and with DCS approval. 2. Vendor must keep Dallas County Schools ( DCS ) advised of any changes in status. 3. This Request for Proposals is not for one particular project. Instead, it is for the awarding of one or more vendors that can supply quotes, without having to go out with a full RFP each time for a Technology need, such as when requested for various equipment repair or products (not systems). 4. Submittals are to show the various technology equipment, brands, etc. that a vendor works on or supplies. A submittal may be only for one particular item that a vendor works on or specialize in, or it may include more products, equipment, and services. Service billable hourly rates per employee, along with other billable products, equipment used, number of employees normally performing on jobs, must also be included. These various types of work are on shown and are to be stated in any submittals, The RFP is not limited to only those examples of products such as those shown on page 6 of this RFP under 6. Scope of Work. 5. The Proposal Sheet at the back of this RFP must be completed and submitted, along with other material you may have. Page 1

2 6. All questions regarding this Request for Proposals must be in writing and be ed only to Alan Hagy, at Questions by phone or ed to anyone else will not be considered and should not take place. 7. All items purchased from this solicitation must meet all applicable local, state, and federal rules and regulations. 8. Proposers must make entire submittal in and attachments to 9. RFP, Addendums, and other specifications will be posted on Award will be good for one (1) year with the option for two (2), one (1) year periods per the same DCS Terms and Conditions. 11. The cost of the required Performance and Payment Bonds is not required for any submittal made by awarded vendor(s) from this RFP, as a particular project is not defined or available. On some projects, the estimated cost is under the threshold of when requirements are made. If required, usually over $100,000 in a project cost, this would need to take place within 3 normal work days after an award is made for future work. 12. Vendors already approved by the Texas Department of Information Resources, or other state awards and procurement cooperatives may also be considered before, during, or after submittals are made. Submission of this proposal shall serve as evidence that the offeror understands and agrees to all conditions of the Request for Proposals. Faxed proposals will not be considered. All offerors must complete all attached forms. Failure to submit all required forms may result in disqualification of your proposal. NAME OF VENDOR PRINTED NAME OF REPRESENTATIVE PHYSICAL ADDRESS MAILING ADDRESS, IF DIFFERENT PHONE, CELL PHONE, & ADDRESS SIGNATURE OF REPRESENTATIVE DATE Page 2

3 1. Contract Documents: INSTRUCTIONS/GENERAL INFORMATION A. DCS expectations with respect to the performance by each Vendor in connection with this purchase are set out in the Contract Documents, which consist of this Request for Proposal ( RFP ), any award letter(s), any purchase order(s), and any final contract to be negotiated by the parties. Vendors who fail to examine the Contract Documents do so at their own risk. 2. Preparation and Submission of Proposals: A. Any explanation desired by a vendor regarding the meaning or interpretation of any portion of the Contract Documents must be requested in writing to the Purchasing Department in a timely manner to allow for a reply to reach vendors before the submission of their proposals. Oral explanations or instructions given before the award of the contract will not be binding. Any information given to one prospective vendor will be furnished to all prospective vendors as a Proposal Addendum, if such information is necessary to vendors in submitting their proposals or if the lack of such information would be prejudicial to an uninformed vendor. B. Proposals may be modified or withdrawn by written or telegraphic (including facsimile) notice received by DCS prior to the exact hour and date specified for receipt of proposals. A proposal may also be withdrawn in person by a vendor or an authorized representative, provided his/her identity is made known and he/she signs a receipt for the proposal, but only if the withdrawal is made prior to the exact hour and date set for the receipt of proposals. 3. Vendor Information: A. Each vendor shall furnish the information required by the Contract Documents. 1) The vendor shall sign the proposal, all addenda, and the proposal sheet. The person signing the proposal must initial erasures or other changes. Proposals signed by an agent must be accompanied by evidence of the agent s authority unless such evidence has been previously furnished to DCS. 2) If the vendor anticipates a price change due to economic conditions, vendor must give thirty (30) days written notice to DCS. Approval from DCS must be obtained before any price change is effective. Page 3

4 3) Proposals submitted on forms other than the DCS forms or with different terms or provisions may be considered as non-responsive proposals. 4) DCS expects that all proposals will remain valid for the term of this proposal. 5) The vendor shall certify that no federal or state suspension or debarment is in place, which would preclude receiving a state or federally funded award. 4. Reservations - DCS expressly reserves the right to: A. Waive minor deviations from the specifications when it is determined that the total cost to DCS of the deviating proposal is lower than the lowest conforming proposal which meets all aspects of the specifications, and the overall function of the goods or services, or both, specified in the deviating proposal is equal to or greater than that of the conforming proposal. 1) Waive any defect, irregularity or informality in any proposal procedure. 2) Reject any or all proposals. 3) Amend a proposal prior to proposal opening date to extend or make changes to specification. 4) Procure any item by other means. 5) Increase or decrease the quantity specified in the proposal, unless the offeror specifies otherwise. 6) Consider and accept an alternate proposal as provided herein when most advantageous to DCS. 5. Evaluation Criteria: A. DCS shall evaluate responsive proposals in accordance with Texas Education Code Section (b) and the following factors: 1) The purchase price. 2) The reputation of the Vendor and of the Vendor s goods and services. 3) The quality of the Vendor s goods or services. 4) The extent to which the goods or services meet the Buyer s needs. 5) The Vendor s past relationship with the Buyer. 6) The impact on the ability of the Buyer to comply with laws and rules relating to Historically Underutilized Businesses. Page 4

5 7) The total long-term cost to the Buyer to acquire the Vendor s goods or services. 8) Vendor s service and delivery capabilities. 9) Warranty and warranty service history. 10) Probability of continuous availability. 11) Any other relevant factor specifically listed in the request for bids or proposals. 12) Other factors that may be considered are: a) Compatibility of goods/products purchased with those already in use by the buyer. 6. Scope of Work: A. In making the submittal, a listing of various products and services need to be provided. B. List should show products and services and would be developed by the submitting vendor. Pricing is also to be included. Things to be submitted would be examples of products such as: 1) Bell and Paging Systems, IP TV Systems, projectors, displays, network projector management, school clock systems, classroom automation systems, digital signage, school safety notification systems, access control, classroom speakers, AV control devices and all related materials to install these systems such as cabling and racks. 2) All brands, models, etc. that may meet needs should also be included in the submittal along with pricing. 3) Warranties and services are also to be stated. C. Labor wages are also to be submitted in crafts that may be utilized in meeting project need. 7. Price Increases: Prices for this type of contract are firm for the term of the negotiated contract. Prices may be decreased at any time after award. Throughout the term of the contract, Page 5

6 charges shall not exceed the contract prices. If prices are affected by statute, regulation, administrative or judicial order, vendors may not include additional costs in billing to the end user. Vendors must first provide DCS written justification for increase and DCS must make a determination of applicability of the increase to the contract. In the event a vendor offers or provides a decrease in rates to its customers or potential customers for the same services provided for DCS pursuant to its contract, the vendor must provide the same decrease in rates for DCS. It is recommended that the vendor provide said rate decreases voluntarily. If DCS learns of a decrease in rates from a source other than the vendor, the vendor shall credit DCS with the difference between DCS' contracted rate and the decreased rate from the date of said decrease or the vendor's contract will be subject to cancellation at the discretion of DCS. Any charges not proposed but required to make this service viable will be considered hidden cost and will be provided by the vendor at no additional cost to DCS for the term of the contract. 8. Pricing: Proposals must include specific unit rates for DCS, price extensions, and specific one-time costs. Pricing provided by a vendor s schedules of services will not be considered as responsible bid. All pricing and any awarded contract under this RFP shall be effective for DCS and any other related entity purchasing through DCS. 9. General Information: Name of company: Address of principal location: Phone: Fax: Form of Business Organization: Responsible contact personnel: Name Phone: Name Phone: Name Phone: How many years has your company been in business in its current capacity?. How many years has your organization been in business under its present name?. Page 6

7 Under what other or former names has your company operated?. Claims and lawsuits (if the answer to any of the questions below is yes, please attach details). Has your company ever failed to complete any work awarded to it?. Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your management or company?. Has your company filed any lawsuits or requested arbitration or mediation with regard to contracts or awards within the last fifteen years?. Within the last fifteen years, has any manager or principal of your company ever been a manager or principal of another organization when it failed to complete a contract or award?. Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your company?. 10. Project Experience: Vendor shall provide list of up to three (3) projects of similar type, size and complexity. State the project (customer) name, description of work, dollar value, public entity, yes or no, and date using the format below. Projects listed must have been performed within the last five (5) years. Please include additional information with proposal if available. 1. Project Name Description of Work Dollar Value Public Entity Yes or No Date 2 3. Reference Names for Projects listed above. 1. Project number from above. and phone number of reference. Page 7

8 1a. 2. 2a. 3. 3a. 11. References: A. Proposal shall provide up to six (6) references from company owners or management personnel from projects listed above. There must be at least one (1) reference for each project listed, otherwise the project will not be considered. Under the Reference Names header, 1a and 1b must correlate with the vendor s project 1; 2a and 2b correlate with the vendor s project 2; and 3a and 3b correlate with the vendor s project 3. B. References must include District name and address, District size (total student population, and contact information: name, title, phone number, address) must also be made available on this form and/ or form included by proposer. C. Vendor to provide only references from customers from within the last five years that provided a similar service and/ or product. 12. Certifications: Employees certifications pertaining to work are to be included in submittals. 13. Minimum Insurance Requirements: 1) Prior to performing any services, vendor shall procure, maintain and provide any applicable insurance certificates, policies and endorsements, in at least the following amounts, to protect vendor and DCS from claims arising out of the performance of the services under this RFP and caused by any error, omission, negligent act or omission, or design defect by vendor, such insurance to be in a form approved by DCS, with an effective date prior to the beginning date of services. Such insurance shall be written on an occurrence basis, if available, and on a claims-made basis, if occurrence basis insurance is not available. Vendor shall maintain its insurance in full force and effect and uninterrupted during the term of the agreement and after the completion of services until the completion of any applicable statute of limitations. Vendor shall furnish to DCS insurance certificates, policies and endorsements upon request at any time. Vendor shall name DCS as an additional insured under his policies for comprehensive general liability and comprehensive automotive liability. Page 8

9 Insurance shall be obtained from companies licensed to do business in the State of Texas by the Texas Department of Insurance. The policies shall include a waiver of subrogation in favor of DCS. Any deviation from these requirements can only be approved by DCS. Any nonconformity may be grounds for termination or modification of the agreement. To the extent that vendor is unable to procure the insurance designated herein because the insurance is not reasonably available or is cost-prohibitive, then vendor shall provide written notice to DCS. Said lack of insurance may then be grounds for termination or modification of this agreement. 2) Worker s Compensation Statutory Limits. 3) Employer s Liability $ 1 Million 4) Comprehensive General Liability Bodily Injury Property damage $ 1 Million each occurrence $ 2 Million aggregate $ 1 Million each occurrence 5) Automobile Liability Bodily injury $100,000 per person $300,000 per occurrence 6) Property Damage $100,000 per occurrence 7) Errors and Omissions Insurance $ 1 Million 8) Umbrella Excess Liability Coverage Policy $ 1 Million per occurrence B. Texas Workers Compensation Insurance: If vendor will be performing services on-site, a copy of a certificate of insurance, a certificate of authority to self-insure issued by the Texas Department of Insurance (TDI), or a coverage agreement (DWC-81, DWC-82, DWC-83, or DWC-84), showing statutory workers compensation insurance coverage for the vendor or his employees providing services on the project is required for the duration of the project. Page 9

10 STANDARD TERMS AND CONDITIONS These standard terms and conditions are requirements that are binding upon the Vendor awarded the proposal and form a part of all contract documents and/or purchase orders for items included in the specifications and proposal forms issued herewith. They communicate Dallas County Schools ( DCS or Buyer ) expectations in regards to the Vendor s performance in connection with any DCS purchase. To the extent any terms and conditions in this Request for Proposal conflict with DCS Policy Chapter 21 - Purchasing and Acquisition, or state or federal law, including but not limited to Texas Education Code Chapter 44, DCS Policy Chapter 21 and state and federal law supersedes these terms and conditions. In accordance with Texas Education Code and DCS Policy Chapter 21, all authority of the Board of Trustees with respect to procurement matters is delegated to the Superintendent or his designee. 1. CONTRACT/INVOICES A. Final Contract: The final terms and conditions for a project may be set forth in a contract signed by the Vendor and the DCS Superintendent. Any such contract expressly incorporates all terms and conditions set forth in this RFP. Any deviations from this must be in writing signed by the DCS Superintendent. B. Invoices and Payments: 1) Successful responsive bidder shall submit invoices, in duplicate, as specified in the final contract. Invoices shall not be due before thirty (30) days. 2) Mail to: Dallas County Schools, Attn: Accounts Payable, P.O. Box , Dallas, Texas Payment shall not be due until the above instruments are submitted after delivery. Suppliers should keep the Purchasing Department advised of any changes in remittance address. 3) Do not include Federal Excise, State or City Sales Tax. Buyer shall furnish tax exemption certificate, if required. If it is determined that tax is included in Proposal, it will disqualify the Vendor. 2. PROPOSALS, PRICING & VENDOR REQUIREMENTS A. Special Tools and Test Equipment: If the price stated on the face hereof includes the cost of any special tooling or special test equipment fabricated or required by Vendor for the purpose of fulfilling this contract, such special tooling equipment and any process sheets related thereto shall become the Page 10

11 property of the Buyer and to the extent feasible shall be identified by the Vendor as such. B. Material Safety Data Sheets (MSDS): Buyer requires product verification in the form of MSDS reports (where applicable and available) submitted at the time of the Proposal opening and on any product offered by a Vendor as an alternate to the specifications. C. Warranty Price: 1) Please include written explanation of warranty terms. This must include any and all time lengths, any extension at no-charge, when the warranty period begins and ends. Please include any programs advantageous for Buyer. 2) The price to be paid by the Buyer shall be that contained in Vendor's proposal. The Vendor warrants to be no higher than Vendor's current prices on orders by others for products and services of the kind and specification covered by this agreement for similar quantities under similar or like conditions and methods of purchase. In the event Vendor breaches this warranty, others shall reduce the prices of the items to the Vendor s current prices on orders, or in the alternative, Buyer may cancel this contract without liability to Vendor for breach or Vendor's actual expense. 3) The Vendor warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for commission, percentage, brokerage, or contingent fee excepting bona fide employees of bona fide established commercial or selling agencies maintained by the Vendor for the purpose of securing business. For breach or violation of this warranty, the Buyer shall have the right in addition to any other right or rights to cancel this contract without liability and to deduct from the contract price, or otherwise recover the full amount of such commission, percentage, and brokerage or contingent fee. D. Warranty Products: 1) Vendor warrants that the goods furnished will conform to the specifications, drawings and descriptions listed in the Request for Proposal and to the sample(s) furnished by Vendor, if any. In the event of a conflict between the specifications, drawings and/or descriptions, the specifications shall govern. VENDOR SHALL NOT LIMIT OR EXCLUDE ANY IMPLIED WARRANTIES AND ANY ATTEMPT TO DO SO SHALL RENDER THIS CONTRACT VOID AT THE OPTION OF THE BUYER. Page 11

12 2) Safety Warranty: Vendor warrants that any products sold to Buyer shall conform to the standards promulgated by the U.S. Department of Labor under the Occupational Safety and Health Act (OSHA) of In the event a product does not conform to OSHA standards, Buyer may return the product for correction or replacement at the Vendor's expense. In the event Vendor fails to make the appropriate correction within five (5) business days, correction made by Buyer will be at Vendor's expense. 3) Warranty Against Infringements: As part of this contract, Vendor agrees to ascertain whether goods manufactured in accordance with the specifications attached to this agreement will give rise to the rightful claim of any third person by way of infringement or the like. Buyer makes no warranty that the production of goods according to the specifications will not give rise to such a claim, and in no event shall Buyer be liable to Vendor for indemnification in the event that Vendor is sued on the grounds of infringement or the like. If Vendor is of the opinion that an infringement or the like will result, the Vendor shall immediately notify Buyer to this effect in writing. If Buyer is subsequently held liable for the infringement or the like, Vendor will indemnify and hold Buyer harmless. 4) Right of Inspection: Buyer shall have the right to inspect the materials at delivery before accepting them and/or prior to payment of any invoice. Buyer s inspection of any materials does not waive Vendor s responsibility to comply with all terms and conditions of this Request for Proposal and any final contract. E. Advertising: Vendor shall not advertise or publish, without Buyer's prior written consent, the fact that Buyer has entered into this contract, except to the extent necessary to comply with proper requests for information from an authorized representative of the federal, state or local government. Written requests from Vendor must be sent to the Purchasing Department for approval or disapproval. F. Insurance: Vendor shall maintain insurance in the types and amounts set forth above, as applicable. Buyer shall be listed as an additional insured under each such policy, and Vendor shall forward to Buyer a certificate of insurance verifying such insurance upon request. G. No Liens: The parties agree that no architect, engineer, mechanic, contractor, materialman, artisan, laborer or subcontractor, whether skilled or unskilled, shall ever, in any manner have, claim or acquire any lien upon this project of whatever nature or kind so erected or to be erected by virtue of this agreement, nor upon any of the land upon which said improvements are so erected, built, or situated, such property being public property belonging to a political subdivision of the State of Texas, or upon any funds of Owner. Page 12

13 H. Indemnity: The Vendor shall, in connection with any contract awarded under this Request for Proposal and all purchases thereunder, hold harmless and indemnify Buyer, its Board of Trustee officers, employees, and agents from and against any and all claims, liabilities, losses, judgments, expenses, and/or damages resulting from or attributable to any act or omission of the Vendor and its agents and employees, including for any acts constituting negligence. I. Compliance with Law: Vendor shall, and shall cause its representatives and agents to, follow and abide by all applicable federal, state and local ordinances and laws relating to or regulating the goods and services to be provided under this Request for Proposal. J. Right to Audit: Vendor shall establish a reasonable accounting system, which enables ready identification of Vendor s cost of goods and use of funds. Buyer may audit Vendor s records anytime throughout the term of this contract and for a period of three years after final payment to verify Buyer s payment obligation and use of Buyer s funds. Buyer also has the right to examine the books and records of the Vendor to assure that the Vendor has complied with the contract and that no employee of the Buyer received any funds either directly or indirectly. This right to audit shall include subcontractors in which goods or services are subcontracted by Vendor. Vendor shall insure Buyer has these rights with subcontractor(s). Vendor warrants that no gifts or gratuities were or will be given to any of Buyer s employees either directly or indirectly to obtain this contract. K. Vendor Qualifications: Vendors not on DCS current vendor list, shall be required to prove their qualifications concerning the following criteria: 1) Financial capabilities. 2) Bonding status. 3) Ability to fulfill and abide by the terms and specifications. 4) Quality and stability of product and sources. 5) Vendor must provide copies of current certification and/or licenses, when applicable with proposal. L. Proposal Evaluations: Proposals shall be evaluated in accordance with Texas Education Code (b) and the factors set forth above. M. Proposal Forms: Page 13

14 1) Proposals included in this packet must be completed in their entirety and submitted along with any and all other information requested. 2) Proposals must show the full name and address of the Vendor. Failure to manually sign proposal will disqualify it. N. TERMINATION & DEFAULT 1) Gratuities: The Buyer may, by written notice to the Vendor, cancel this contract without liability to Vendor if it is determined by Buyer that gratuities, in the form of entertainment, gifts, economic opportunity, future employment, loan, gratuity, special discount, trip, favor, service or otherwise, were offered or given by the Vendor, or any agent, or representative of the Vendor, to any officer or employee of Buyer with a view toward securing a contract or securing favorable treatment with respect to the awarding or amending or the making or any determinations with respect to the performing of such a contract. In the event Buyer cancels this contract pursuant to this provision, Buyer shall be entitled, in addition to any other rights and remedies, to recover or withhold the amount of the cost incurred by Vendor in providing such gratuities. 2) Cancellation: Buyer shall have the right to cancel for default, all or any part of the undelivered portion of the contract if Vendor breaches any of the terms hereof, including warranties of Vendor or if the Vendor becomes insolvent or commits acts of bankruptcy. Such right of cancellation is in addition to and not in lieu of any other remedies, which Buyer may have in law or equity. 3) Termination: The performance of work under this contract may be terminated in whole or in part by the Buyer for any reason upon thirty (30) days advance notice. Termination of work hereunder shall be effected by the delivery to the Vendor of a "Notice of Termination" specifying the extent to which performance of work under the contract is terminated and the date upon which such termination becomes effective. Such right of termination is in addition to and not in lieu of Buyer s other rights of cancellation set forth herein. 4) Force Majeure: Neither party shall be deemed in violation of the contract if either is prevented from performing any of the obligations hereunder by reason of, for or through strikes, stoppage of labor, riot, flood, storm, invasion, insurrection, accident, order of court, judge or civil authority, government regulation, an act of God, or any cause reasonably beyond the party s control and not attributable to its neglect. In the event of such an occurrence, the time for performance of such obligations or duty shall be suspended until such time that such disability to perform, for which the party is not responsible or circumstance beyond its control, shall be Page 14

15 removed. The party claiming the suspension shall give written notice of such impediment or delay in performance to the other party within ten (10) days of the knowledge of such occurrence. Each party shall make all reasonable efforts to mitigate the effects of any suspension. 5) Right to Assurance: Whenever one party to this contract in good faith has reason to question the other party's intent to perform he/she may demand that the other party give written assurance of his/her business intent to perform. In the event that a demand is made and no assurance is given within five (5) business days, the demanding party may treat this failure as an anticipatory repudiation of the contract. 6) Penalties for Non-Performance: If, at any time, the Vendor fails to fulfill or abide by the terms, conditions, or specifications of the contract, Buyer reserves the right to: a) Purchase on the open market and charge the Vendor the difference between contract and actual purchase price; b) Deduct such charges from existing invoice totals due at the time; c) Cancel the contract within thirty (30) days written notification of intent; or re-propose the contract due to price increase(s) or any variation from specifications. O. MISCELLANEOUS CONTRACT TERMS 1) Assignment & Binding Effect: No right or interest in this contract shall be assigned or delegation of any obligation made by Vendor without the written permission of the Buyer. Any attempted assignment or delegation by Vendor shall be wholly void and totally ineffective for all purposes unless made in conformity with this paragraph. Vendor understands and agrees that in the event that all or substantially all of its assets are acquired by another entity, that it or its successor in interest will remain obligated to fulfill the terms and conditions of this agreement. 2) Waiver: No claim or right arising out of a breach of this contract can be discharged in whole or in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in writing signed by the aggrieved. 3) Modifications: This contract can be modified or rescinded only by a writing signed by both parties to the contract or their duly authorized agents. Any and/or all contract changes must be made through the Purchasing Department and signed by the DCS Superintendent. Page 15

16 4) Interpretation Parole Evidence: This writing is intended by the parties as a final expression of their agreement and is intended also as a complete and exclusive statement of the terms of their agreement. No course of prior dealings between the parties and no usage of the trade shall be relevant to supplement or explain any term used in this agreement. Acceptance or acquiescence in a course of performance rendered under this agreement shall not be relevant to determine the meaning of this agreement even though the accepting or acquiescing party has knowledge of the performance and opportunity for objection. Whenever a term defined by the Uniform Commercial Code is used in this agreement, the definition contained in the Code is to control. 5) Applicable Law: This agreement shall be governed by Texas law and any applicable provisions of the Uniform Commercial Code. Wherever the term "Uniform Commercial Code" is used, it shall be construed as meaning the Uniform Commercial Code as adopted in the State of Texas, effective and in force on the date of this agreement. 6) Venue: Both parties agree that venue for any litigation arising from this contract shall lie in a state or federal court in Dallas County, Texas. 7) Prohibition Against Personal Interest in Contracts: Vendors and applicable DCS officials and employees shall comply with Texas Local Government Code Chapters 171 and 176, as applicable. 8) Governmental Immunity: This Agreement and all purchases are expressly made subject to Buyer s governmental immunity under the Texas Civil Practice and Remedies Code and all applicable state and federal law. The parties hereto expressly agree that no provision of this Agreement is in any way intended to constitute a waiver of any immunities from suit or from liability that Buyer has by operation of law. 9) Fiscal Funding: Notwithstanding any provision contained herein to the contrary, the obligations of the Buyer under this agreement are expressly contingent upon the availability of funding for each item and obligation contained herein. The Buyer shall make any payments required under this agreement from current revenue available to the Buyer. The Vendor shall not have a right of action against the Buyer in the event Buyer is unable to fulfill its obligations under this agreement as a result of lack of sufficient funding to pay for its obligations hereunder from any source utilized to fund this agreement or from failure to budget or authorize for this agreement during the current or any future fiscal year. In the event Buyer is unable to fulfill its obligations under this agreement as a result of lack of sufficient funding, or if funds become unavailable, Buyer, at its sole discretion, may provide funds from a separate source or may otherwise terminate this agreement by written notice to the Vendor at the earliest Page 16

17 possible time prior to the end of the fiscal year; provided, however, Buyer shall be required to pay any expenses already incurred pursuant to this agreement as of the time Buyer provides such notice. In the event that Buyer is unable to fulfill its obligations under this agreement as a result of lack of sufficient funding, Vendor may immediately terminate this Agreement. 10) Prompt Payment Act: Vendor agrees that a temporary delay by the Buyer in making payments under this agreement due to the Buyer s accounting disbursement procedures shall not place the Buyer in default of this agreement and shall not render the Buyer liable for interest or penalties, provided such delay does not exceed thirty (30) days after receipt of an invoice. Any undisputed payment not made by the Buyer within thirty (30) days after receipt of the invoice shall bear interest in accordance with Chapter 2251 of the Texas Government Code, as amended. Page 17

18 NO PROPOSAL FORM (TO BE RETURNED TO DCS IF APPLICABLE) No Proposal Acknowledgement Form: The undersigned affirms that they are an authorized representative of the company, corporation, firm or partnership stated below and wishes not to submit a proposal at this time, but wishes to remain on the potential vendors list: Vendor Street Address City, State, ZIP Phone Fax Number Signature of Company Official Authorizing This No Proposal Name of Company Official (Please Print) Title Date Area(s) of Interest Note: This form must be submitted by the due date for this Request for Proposal. Page 18

19 PROPOSAL FORMS MUST BE RETURNED TO DCS WITH PROPOSAL TO BE CONSIDERED. PROPOSALS SUBMITTED WITHOUT THIS FORM WILL BE CONSIDERED NULL AND VOID, AND THEREFORE UNACCEPTABLE PROPOSAL ACKNOWLEDGMENT FORM: "The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this proposal in collusion with any other vendor, and that the contents of this proposal as to prices, terms or conditions of said proposal have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of business prior to the official opening of this proposal." Vendor Street Address City, State, ZIP Phone Fax Number Signature of Company Official Authorizing This Proposal Name of Company Official (Please Print) Title Date Page 19

20 MUST BE RETURNED TO DCS WITH PROPOSAL TO BE CONSIDERED. PROPOSALS SUBMITTED WITHOUT THIS FORM WILL BE CONSIDERED NULL AND VOID AND THEREFORE UNACCEPTABLE. Felony Conviction Notification State of Texas Legislative Senate Bill No. 1, Section , Notification of Criminal History, Subsection (a), states a person or business entity that enters into a contract with a school district must give advance notice to the district if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony. Subsection (b) states a school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract. This Notice Is Not Required of a Publicly Held Corporation I, the undersigned agent for the firm named below, certify that the information concerning notification of felony convictions has been reviewed by me and the following information furnished is true to the best of my knowledge. Vendor s Name Authorized Company Official s Name (Printed) Signature of Company Official Select One: My firm is a publicly held corporation; therefore, this reporting requirement is not applicable. My firm is not owned or operated by anyone who has been convicted of a felony. Page 20

21 My firm is owned or operated by the following individual(s) who has/have been convicted of a felony: Name of Felon(s): Details of Conviction(s): (additional sheets may be attached) Signature of Company Official: Page 21

22 SUSPENSION OR DEBARMENT CERTIFICATE Non-Federal entitles are prohibited from contracting with or making sub-awards under covered transaction to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement for goods or services equal to or in excess of $100,000. Vendors receiving individual awards for $100,000 or more and all sub-recipients must certify that the organization and its principals are not suspended or debarred. By submitting this offer and signing this certificate, this vendor: Certifies that they are not debarred or suspended, or otherwise excluded from or ineligible for participation in Federal assistance programs under Executive Order See OMB Circular A-102. NON-COLLUSION DISCLOSURE I am an authorized agent or officer of the vendor submitting this proposal, and I have full knowledge of the relations of the vendor with the other firms in this same line of business, and the vendor is not a member of any trust, pool, or combination to control the price of supplies, materials and/or services bid on, or to influence any person to bid or not to bid thereon. I further affirm that the vendor has not given, offered to give, nor intends to give at any time hereafter any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor, or service to a public servant in connection with the submitted proposal. Vendor s Name Authorized Company Official s Name and Title (Printed) Signature of Company Official Date: Page 22

23 Page 23

24 Page 24

25 Page 25

26 Page 26

27 Page 27

28 Page 28

29 Page 29

30 Page 30

31 PROPOSAL SHEET RFP# , TECHNOLOGY- SCHOOL AUTOMATION SERVICES AND EQUIPMENT 1. Commodities, services, equipment, products available from vendor: 2. Specialty that vendor is known for; projects, equipment, sales, for boilers, lights, water meters, etc.?): 3. Employee levels and billable pay rate (to include all fees in regard to 1 employee working): a. b. c. d. 4. Normal number per crew in working projects, including supervision and along with billable pay rates for each employee level: a. b. c. 5. Equipment used by vendor (list all equipment and their billable cost if used on a job.) a. Page 31

32 b. c. d. 6. Discount % on all equipment, products, services, etc., while also considering that these stated discounted amounts can be lowered down when quotes for current needs are requested:. 7. Markup % on all equipment, parts, etc.:. Vendor Name: Vendor Physical Location: Vendor Representative and Title (print): Vendor Representative s telephone number: Vendor Representative s address: Vendor Representative s signature: Date: Page 32

N O T I C E T O B I D D E R S

N O T I C E T O B I D D E R S N O T I C E T O B I D D E R S The Grand Prairie Independent School District will receive bids until: Date of Award until August 31, 2015 FOR: Teaching Aids, Instruction & Curriculum Materials & Supplies

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

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

VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS

VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS These Standard Purchase Order Terms & Conditions, as set forth herein, are applicable to Purchase Orders issued by Valdosta State

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

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520) REQUEST FOR PROPOSALS Energy Performance Contracting Services INTRODUCTION The City of Coolidge will accept competitive sealed proposals for energy performance contracting services at the address or physical

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

ACA UNIFORM TERMS AND CONDITIONS

ACA UNIFORM TERMS AND CONDITIONS ACA UNIFORM TERMS AND CONDITIONS ARIZONA COMMERCE AUTHORITY (ACA) UNIFORM TERMS AND CONDITIONS 1. Definition of Terms As used in this Solicitation and any resulting Contract, the terms listed below are

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

Hallsville Independent School District REQUEST FOR PROPOSALS. RFP# Waste Disposal and Cardboard Recycling Services

Hallsville Independent School District REQUEST FOR PROPOSALS. RFP# Waste Disposal and Cardboard Recycling Services Hallsville Independent School District REQUEST FOR PROPOSALS RFP# 2018-02 Waste Disposal and Cardboard Recycling Services Hallsville Independent School District is soliciting proposals for Waste Disposal

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

United Silicon Carbide, inc. Standard Terms and Conditions of Sale

United Silicon Carbide, inc. Standard Terms and Conditions of Sale United Silicon Carbide, inc. Standard Terms and Conditions of Sale 1. APPLICABILITY. These terms and conditions (these Terms and Conditions ) shall apply to all sales by United Silicon Carbide, inc. (

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B16-05 Toilet Paper Date: September 18, 2015 To: All Bidders

More information

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA

More information

Deluxe Corporation Purchase Terms and Conditions

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

More information

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

RESPONDENT S PRICING AND DELIVERY PROPOSAL AND EXECUTION OF OFFER

RESPONDENT S PRICING AND DELIVERY PROPOSAL AND EXECUTION OF OFFER RESPONDENT S PRICING AND DELIVERY PROPOSAL AND EXECUTION OF OFFER MD Anderson RFP No. MD Anderson Project Name: 150545/ME Renovation of Pharmacies P2 & R10 MD Anderson Project No.: 15-0545 From: Respondent

More information

General Purchase Order Terms and Conditions (Pro-buyer)

General Purchase Order Terms and Conditions (Pro-buyer) 1. Applicability. General Purchase Order Terms and Conditions (Pro-buyer) (a) This purchase order is an offer by GT Exhaust, Inc. (the "Buyer") for the purchase of the goods specified on the face of this

More information

TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT

TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT This CONSULTING SERVICES AGREEMENT (this Agreement ) is entered into effective as of, by and between Trinity University, an agency and institution of higher

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

PURCHASING DEPARTMENT

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

More information

N O T I C E T O B I D D E R S

N O T I C E T O B I D D E R S N O T I C E T O B I D D E R S The Grand Prairie Independent School District will receive bids until: Tuesday, June 23, 2015 at 10:00 AM CST FOR: Fresh Apple Slices for Food Service RFP #15-02 Prospective

More information

NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217

NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217 NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217 Request for Competitive Sealed Proposals will be received in the Office of the Executive Director of Procurement & ecommerce

More information

N O T I C E T O B I D D E R S

N O T I C E T O B I D D E R S N O T I C E T O B I D D E R S The Grand Prairie Independent School District will receive bids on a continual basis: Until 4:30 p.m. (CST) Tuesday, May 31, 2016 FOR: Fundraiser Services BID #15-01 Prospective

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

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

More information

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

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

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

REQUEST FOR PROPOSAL E-RATE RFP INTERNET ACCESS RC Website:

REQUEST FOR PROPOSAL E-RATE RFP INTERNET ACCESS RC Website: DATE: December 16, 2016 REQUEST FOR PROPOSAL E-RATE RFP INTERNET ACCESS 2-12-16 RC Website: http://www.dcschools.com CONTACT PERSON: Rick Coulter, at 214-655-8062, or rcoulter@dcschools.com RFP submittals

More information

Consultant Agreement Between the University of West Florida Board of Trustees, A public body corporate ( University ) and ( Consultant )

Consultant Agreement Between the University of West Florida Board of Trustees, A public body corporate ( University ) and ( Consultant ) Consultant Agreement Between the University of West Florida Board of Trustees, A public body corporate ( University ) and ( Consultant ) This Agreement is made as of the latest date signed below, between

More information

Subcontract Agreement

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

More information

Bidders shall execute the following forms and return the signed original with their proposal.

Bidders shall execute the following forms and return the signed original with their proposal. Required Forms Bidders shall execute the following forms and return the signed original with their proposal. Bid Certification Bidder certifies that they have not offered any pecuniary benefit or thing

More information

Atlantis Industries Corporation Terms and Conditions

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

More information

REQUEST FOR PROPOSAL E-RATE RFP CIRCUITS RC Website:

REQUEST FOR PROPOSAL E-RATE RFP CIRCUITS RC Website: DATE: December 16, 2016 REQUEST FOR PROPOSAL E-RATE RFP CIRCUITS 1-12-16 RC Website: http://www.dcschools.com CONTACT PERSON: Rick Coulter, at 214-655-8062, or rcoulter@dcschools.com RFP submittals are

More information

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

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

More information

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

ACA UNIFORM TERMS AND CONDITIONS

ACA UNIFORM TERMS AND CONDITIONS ACA UNIFORM TERMS AND CONDITIONS 1. Definition of Terms As used in this Solicitation and any resulting Contract, the terms listed below are defined as follows: 1.1. ACA means the Arizona Commerce Authority.

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

RFP # Wireless Network Equipment

RFP # Wireless Network Equipment VAIL UNIFIED SCHOOL DISTRICT NO. 20 VERIFICATION OF RECEIPT OF SOLICITATION RFP #18-007-19 Wireless Network Equipment NOTICE Complete and return this page immediately to verify receipt of solicitation

More information

AIA Document A201 TM 1997

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

More information

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

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

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

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

More information

Independent Contractor Agreement Form

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

More information

PINE TREE INDEPENDENT SCHOOL DISTRICT CONSULTING AGREEMENT

PINE TREE INDEPENDENT SCHOOL DISTRICT CONSULTING AGREEMENT PINE TREE INDEPENDENT SCHOOL DISTRICT CONSULTING AGREEMENT Campus/Dept Purchase Order # In order to be considered an independent contractor, you must not be an employee of the District, which includes

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B12-01 Hand Soap & Sanitizer Date: June 22, 2011 To: All

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us RFP P18-03 ADDITIONAL WIDE AREA NETWORK (WAN) February

More information

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

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

More information

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

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

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

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

More information

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

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

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

FEDERAL RESOURCES SUPPLY COMPANY GENERAL TERMS AND CONDITIONS FOR THE PROVISION OF SERVICES

FEDERAL RESOURCES SUPPLY COMPANY GENERAL TERMS AND CONDITIONS FOR THE PROVISION OF SERVICES 1. Applicability. FEDERAL RESOURCES SUPPLY COMPANY GENERAL TERMS AND CONDITIONS FOR THE PROVISION OF SERVICES These terms and conditions for services (these Terms ) are the only terms and conditions which

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

AGREEMENT FOR SERVICES

AGREEMENT FOR SERVICES AGREEMENT FOR SERVICES This AGREEMENT FOR SERVICES (the Agreement ) made as of the date stated below, between the Village of South Lebanon, Ohio, 10 N. High Street, South Lebanon, OH 45065 (the Village

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

Scofield Ridge Homeowners Association

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

More information

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed

More information

Cboe Global Markets Subscriber Agreement

Cboe Global Markets Subscriber Agreement Cboe Global Markets Subscriber Agreement Vendor may not modify or waive any term of this Agreement. Any attempt to modify this Agreement, except by Cboe Data Services, LLC ( CDS ) or its affiliates, is

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

Eanes Independent School District - Purchasing Department 601 Camp Craft Road, Austin TX X20502

Eanes Independent School District - Purchasing Department 601 Camp Craft Road, Austin TX X20502 Eanes Independent School District - Purchasing Department 601 Camp Craft Road, Austin TX 78746 512.732.9036-512.732.9000 X20502 REQUEST FOR PROPOSALS (RFP) Fresh Baked Bagels RFP # 201718-002 The Eanes

More information

VENDOR PROGRAM. Vendors must complete the Vendor Screening and Disclosure Form as follows: *must be completed prior to any signed purchase order

VENDOR PROGRAM. Vendors must complete the Vendor Screening and Disclosure Form as follows: *must be completed prior to any signed purchase order VENDOR PROGRAM 1. PURPOSE The purpose of this policy is to outline the standards that the Hospital utilizes in evaluating which vendors to contract with, the standards for contracting, and the code of

More information

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

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

More information

DEVELOPER EXTENSION AGREEMENT

DEVELOPER EXTENSION AGREEMENT DEVELOPER EXTENSION AGREEMENT SILVER LAKE WATER DISTRICT APPLICATION AND AGREEMENT TO CONSTRUCT EXTENSION TO DISTRICT SYSTEM Project: Developer: The undersigned, Developer (also referred to as Owner )

More information

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES THIS AGREEMENT ( Agreement ) is made and entered into by and between the City of Snohomish, Washington,

More information

TUBA CITY UNIFIED SCHOOL DISTRICT NO. 15 of COCONINO COUNTY

TUBA CITY UNIFIED SCHOOL DISTRICT NO. 15 of COCONINO COUNTY TUBA CITY UNIFIED SCHOOL DISTRICT NO. 15 of COCONINO COUNTY NOTICE OF INVITATION FOR BID INVITATION FOR BID (IFB) NUMBER: 2017-007 MATERIAL AND/OR SERVICE: Technology Equipment BID DUE DATE: June 29, 2017

More information

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

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

More information

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

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY STREET DAVENPORT, IOWA REQUEST FOR BID

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY STREET DAVENPORT, IOWA REQUEST FOR BID DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY STREET DAVENPORT, IOWA 52803 REQUEST FOR BID BID NUMBER 706 The Davenport Community School District ( District ) invites written sealed bids for South Ticket

More information

Washington University in St. Louis

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

More information

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 a REPLACEMENT STEPS FOR WILLIAM CHRISMAN RFP# 2019-PUR-038 PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 Please mark your sealed envelope RFP #2019-PUR-038 Proposal and deliver

More information

West Ridge Park Ballfield Light Pole Structural Assessment

West Ridge Park Ballfield Light Pole Structural Assessment Request for Proposal Professional Services October 3, 2017 West Ridge Park Ballfield Light Pole Structural Assessment West Ridge Park 636 Ridge Rd. Highland Park, IL 60035 Submission Deadline: Tuesday,

More information

MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL

MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL 200 W. MAPLE AVE. MUNDELEIN, IL 60060 Issued for Bid: June 30, 2017 NOTICE OF INVITATION TO BID RE: MUNDELEIN

More information

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

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

More information

RICE UNIVERSITY SHORT FORM CONTRACT

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

More information

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

SERVICE CONTRACT BETWEEN KIPP, Inc. AND <<Service Provider s Legal Name>>

SERVICE CONTRACT BETWEEN KIPP, Inc. AND <<Service Provider s Legal Name>> SERVICE CONTRACT BETWEEN KIPP, Inc. AND This Services Contract ( Contract ) is made and entered into by and between the KIPP, Inc. ( KIPP ), 10711 KIPP Way, Houston, Texas

More information

3. Authorized Exceptions to Appendix A, Standard Terms and Conditions for Product and Related Services Contracts, version 09/24/2015.

3. Authorized Exceptions to Appendix A, Standard Terms and Conditions for Product and Related Services Contracts, version 09/24/2015. Amendment Number 3 to Contract Number DIR-TSO-2542 between State of Texas, acting by and through the Department of Information Resources and Cisco Systems, Inc. This Amendment Number 3 to Contract Number

More information

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

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

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 BID B11-16 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 Gym www.forsyth.k12.ga.us Floor Work April 10, 2018 To: All Bidders

More information

PLYMOUTH TUBE COMPANY ( PLYMOUTH ) ORDER ACKNOWLEDGEMENT / INVOICE TERMS AND CONDITIONS Effective 07/01/2014

PLYMOUTH TUBE COMPANY ( PLYMOUTH ) ORDER ACKNOWLEDGEMENT / INVOICE TERMS AND CONDITIONS Effective 07/01/2014 PLYMOUTH TUBE COMPANY ( PLYMOUTH ) ORDER ACKNOWLEDGEMENT / INVOICE TERMS AND CONDITIONS Effective 07/01/2014 1. ACCEPTANCE THE TERMS AND CONDITIONS AS HEREIN SET FORTH ARE INCORPORATED INTO PLYMOUTH S

More information

Document A133 TM. AGREEMENT made as of the day of in the year 20 (In words, indicate day, month and year.)

Document A133 TM. AGREEMENT made as of the day of in the year 20 (In words, indicate day, month and year.) Document A133 TM 2009 Standard Form of Agreement Between Owner and Construction Manager as Constructor where the basis of payment is the Cost of the Work Plus a Fee with a Guaranteed Maximum Price AGREEMENT

More information

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES This is an agreement ( Agreement ) by and between the Ventura County Transportation Commission, hereinafter

More information

PINE TREE INDEPENDENT SCHOOL DISTRICT CONSULTING AGREEMENT

PINE TREE INDEPENDENT SCHOOL DISTRICT CONSULTING AGREEMENT PINE TREE INDEPENDENT SCHOOL DISTRICT CONSULTING AGREEMENT Campus/Dept Purchase Order Number In order to be considered an independent contractor, you must not be an employee of the District, which includes

More information

AERSALE, INC. ( AerSale ) STANDARD TERMS AND CONDITIONS OF SALE Effective August 4, 2014

AERSALE, INC. ( AerSale ) STANDARD TERMS AND CONDITIONS OF SALE Effective August 4, 2014 AERSALE, INC. ( AerSale ) STANDARD TERMS AND CONDITIONS OF SALE Effective August 4, 2014 1. Acceptance & Agreement. This Agreement is entered into between AerSale and Customer for the sale of aircraft

More information

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660 CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile

More information

PURCHASE ORDER ACKNOWLEDGEMENT

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

More information

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

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

More information

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

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

More information

AUTOTOOL, INC. TERMS AND CONDITIONS OF SALE

AUTOTOOL, INC. TERMS AND CONDITIONS OF SALE AUTOTOOL, INC. TERMS AND CONDITIONS OF SALE The following terms and conditions of sale as they appear at www.autotoolinc.com at the time of sale (the Terms and Conditions ) govern the sale of all materials,

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

TERMS AND CONDITIONS

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

More information

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

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

CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS.

CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS. CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS. AGREEMENT made as of the day of, 201. BETWEEN the Owner:

More information

MASTER SUBCONTRACT AGREEMENT

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

More information

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

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

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

More information