NIAGARA FRONTIER TRANSPORTATION AUTHORITY CONTRACT BID DOCUMENTS FOR 8D LEAD ACID BATTERIES NFTA BID NO. 4475

Size: px
Start display at page:

Download "NIAGARA FRONTIER TRANSPORTATION AUTHORITY CONTRACT BID DOCUMENTS FOR 8D LEAD ACID BATTERIES NFTA BID NO. 4475"

Transcription

1 NIAGARA FRONTIER TRANSPORTATION AUTHORITY CONTRACT BID DOCUMENTS FOR 8D LEAD ACID BATTERIES NFTA BID NO The following items are to be included with your submitted bid and made part of any agreement entered into pursuant to this Invitation to Bid. SUBMIT 3 HARD COPIES OF PROPOSAL and 1 ELECTRONIC COPY (CD OR FLASH DRIVE). Itemized Proposal Non-Collusive Bidding Certificate Disclosure of Prior Non-Responsibility Determinations Bidder s/proposer s Affirmation and Certification Acknowledgment of Addenda Technical Submittals Refer to Section 11.0 Warranty Information Lead Time BIDDERS MUST REGISTER AND DOWNLOAD THIS BID FROM THE NFTA WEB SITE, IN ORDER TO BE NOTIFIED OF SUBSEQUEST AMENDMENTS TO THIS BID. ONLY REGISTERED SUPPLIERS WILL RECEIVE NOTIFICATION OF NEW BIDS AS THEY BECOME AVAILABLE. THE BID NUMBER MUST BE REFERENCED ON ALL SUBMITTALS AND CORRESPONDENCE.

2 NIAGARA FRONTIER TRANSPORTATION AUTHORITY INVITATION TO BID NO Sealed bids will be received and publicly opened by the undersigned on APRIL 2, 2015 at 11:00 AM Local Time: for 8D LEAD ACID BATTERIES in accordance with the attached bid documents. The Authority reserves the right to reject any or all bids, or to waive any informality in the bid. Bids shall be submitted in a sealed envelope showing Bidder s name and addressed to: NIAGARA FRONTIER TRANSPORTATION AUTHORITY Department of Procurement - Fifth Floor Attention: Cindy Judd 181 Ellicott Street Buffalo, New York phone, fax Cindy_Judd@nfta.com MARK ON LOWER LEFT HAND CORNER OF ENVELOPE: BID NO: 4475 OPENING DATE: APRIL 2, 2015 LOCAL TIME 8D LEAD ACID BATTERIES NAME OF BIDDER: BIDS MUST BE RECEIVED AT 181 ELLICOTT STREET, 5TH FLOOR, PROCUREMENT DEPARTMENT, BEFORE THE TIME DESIGNATED FOR OPENING IN ORDER TO BE CONSIDERED. All correspondence, communications and/or contact with the NFTA in regard to any aspect of this bid shall be with the Procurement Official designated above or her designated representative. Prospective bidders, or their representatives, shall not make contact with or communicate with any representatives of the NFTA, including employees and consultants, other than the designated Procurement Official, in regard to any aspect of this bid. Andrea Herald Manager, Procurement Department 2

3 NFTA BID NO TECHNICAL SPECIFICATIONS For questions regarding these specifications see INSTRUCTIONS TO BIDDERS, 2. EXAMINATIONS AND EXPLANATIONS. 1.0 SCOPE It is the intent of these specifications to provide the minimum acceptable criteria for the procurement, delivery to Buffalo, New York, and warranty of 8D lead acid batteries for buses used in the provision of transit services to the public for the period between 4/10/15 through 4/9/16. Batteries must be delivered no later than 48 hours from the time they are requested. 2.0 BRAND AND NAME OR EQUAL A Brand Name is used to identify the characteristics and level of quality that will satisfy NFTA s requirements. Proposed or equal product must be of the same quality and comply with the manufacturer s requirements and specifications; physical, functional and /or performance characteristics. The bidder shall state the proposed manufacturers name and part number and provide documentation sufficient, in the NFTA s judgment, to permit a determination as to whether the product bid constitutes an or equal 3.0 REQUIREMENTS The batteries shall meet or exceed the listed criteria: Deka 908DFT/T928 ( or approved equal. Battery Council International (BCI) Group 8D 12 volts End mount terminals ½ UNC thread positive terminal, 3/8 UNC thread negative terminal Minimum 1425 CCA (Cold Cranking 0 degrees Fahrenheit Minimum 440A Reserve Capacity Minimum 1730 Ref 32 degrees Fahrenheit (Reference Cranking Amps) Suitable for a heavy duty transit bus application Compatible with existing battery trays, battery hold down arrangements and cables 4.0 ESTIMATED USAGE 3

4 The anticipated annual battery usage is 500 batteries. This quantity is not a guarantee. The quantities listed are based on previous year's usage and will be ordered as needed. This figure is provided for your information only, and in no way represents a commitment from NFTA to purchase that quantity of material. 5.0 PRICING The unit price bid shall include the return of a used, dead battery or core. All shipping costs shall be included in the unit price bid. The intent is to purchase the batteries as needed throughout the term of the contract. Pricing shall be a fixed price for the full term of the contract. 6.0 ENVIRONMENTAL The bidder must specify with the bid, whether the used, dead batteries removed from the NFTA premises are to be recycled or disposed as hazardous waste. Recycling Requirements The paperwork accompanying new batteries when delivered must list the quantities of batteries delivered and batteries removed from the NFTA premises. Disposal Requirements Manifesting documents shall be furnished to the NFTA for all pickups or exchanges. Documentation shall be sent to the NFTA Environmental Engineer at 181 Ellicott St, Buffalo, NY Other Requirements The NFTA reserves the right to audit all transport, storage, disposal, or recycling facilities associated with this contract. Questionnaire The successful bidder must complete the attached TECHNICAL EVALUATION QUESTIONNAIRE for Landfill/Recycling Facilities for lead acid batteries and return it to the NFTA Environmental Engineer at 181 Ellicott Street, Buffalo NY WARRANTY The warranty shall include a minimum 12-month pro-rated period with free replacement during the first 6 months of use. Information about the warranty 4

5 coverage, and any additional warranties offered by manufacturer, shall be included with bid. 8.0 DELIVERY OF GOODS AND SERVICES Only batteries of the type approved by the acceptance of a bid are permitted to be purchased and exchanged as a result of this bid. The batteries shall be delivered in multiples of 6, between the hours of 8:00 am and 3:00 pm, Monday thru Friday, within 24 to 48 hours after notification to the listed locations: NFT Metro Babcock Garage 721New Babcock St. Buffalo, NY NFT Metro Cold Spring Garage 78 East Ferry St. Buffalo, NY NFT Metro Frontier Garage 1000 Military Rd. Buffalo, NY NOTE: If the lead time submitted in the Itemized Proposal Form exceeds 48 hours, or if the time frame is not specified, the bid may be considered nonresponsive. 9.0 PACKAGING AND MARKING The batteries shall be packaged according to industry standards to ensure undamaged delivery. All packages shall be marked with the manufacturer's name, the trade name of the batteries and the quantity contained therein DOCUMENTS/ MANUALS The contractor shall furnish a quantity of 4 manuals to assist the NFTA staff in the installation and maintenance of the batteries TECHNICAL SUBMITTALS The technical information necessary for the NFTA to determine that a proposed battery meets or exceeds the specification must be submitted with the bid. 5

6 The bid must also include the proposed battery manufacturer s name, manufacturer s part number, product name, model number and warranty information EXCEPTIONS/DEVIATIONS Any exceptions, deviations or alternatives to the specifications must be noted and submitted as part of the bid form. 6

7 NFTA BID NO ITEMIZED PROPOSAL 8D LEAD ACID BATTERIES Firm s Name: ITEM# QUANTITY DESCRIPTION MANUF.NAME / MANUF. PART NO./ PRODUCT NAME / MODEL NO D LEAD ACID BATTERIES UNIT TOTAL AMT AMT BID BID $ $ GRAND TOTAL AMOUNT BID $ GRAND TOTAL AMOUNT BID WRITTEN IN WORDS Payment Terms: Lead Time*: * NOTE: If the lead time submitted exceeds 48 hours (refer to Section 8.0), or if time frame is not specified, the bid may be considered non-responsive. EXCEPTIONS Any exceptions, deviations or alternatives to the specifications must be noted and submitted as part of the bid form. ITEM DESCRIPTION OF EXCEPTIONS

8 NFTA BIDNO D LEAD ACID BATTERIES The undersigned submits the following bid, which is in complete conformity with the intent of the bid documents. The bidder agrees that should it be awarded a contract on the basis of this bid through the issuance of a contract or purchase order from the Niagara Frontier Transportation Authority, it will provide the materials, supplies, equipment or services in strict compliance with the contract documents for the compensation stipulated herein. The bidder agrees that its bid shall remain effective for a period of 90 days from the formal bid opening date. Bidders with the submission of this bid certify that they are not on the Comptroller General s List of Ineligible Contractors. Firm Name: Federal ID No.: Contact Person: Address: Authorized Signature: Title: Date: Telephone/Fax No.: address: 8

9 INSTRUCTIONS TO BIDDERS 1. CONTRACT DOCUMENTS The contract documents consist of the Instructions to Bidders, Bid Forms, General Conditions, Technical Specification and any addenda or change orders to the contract. The contract documents shall constitute the entire agreement between the parties. 2. EXAMINATIONS AND EXPLANATIONS Bidders must carefully examine these contract documents. Bidders who seek changes, variances, explanations or clarifications of the contract documents must submit their inquiry in writing via to Cindy Judd no later than March 27, Any response that the Niagara Frontier Transportation Authority (NFTA) may choose to make will be by a written addendum to the contract documents. The NFTA will not be bound by any informal explanation, clarification or interpretation, oral or written, by whomsoever made, that is not incorporated into an addendum to the contract documents. 3. ITEMIZED PROPOSAL Bidders must submit a proposal on the form furnished herewith in ink or typewritten without alteration or addition of any kind. Except for catalogs or other descriptive literature specified or requested, any letters or other papers attached to proposals or submitted under separate cover containing contingency clauses or modifications hereto will not be accepted. Any deviation or minor points of variance shall be specifically shown and stated in the space provided on the itemized proposal and only those deviations or minor variations contemplated or acceptable will be considered. No person, partnership or corporation shall submit more than one proposal, either directly or by agent. Each bidder shall sign said proposal with his/her full name, in his/her own handwriting and, if a partnership, each partner must sign; if a corporation, the corporate name shall be signed, and signed and acknowledged by a duly authorized officer thereof. The Bidder shall submit 3 hard copies of their bid and 1 electronic copy. The electronic copy of the bid must be included with the hard copies. The electronic copy may be submitted in the form of a CD or flash drive. An ed copy of the electronic version will not be accepted. 4. REJECTION OR DISQUALIFICATION Bidders are cautioned that failure to submit any of the required bid forms, the bid security, if required, or bid on all necessary items listed may result in rejection of the bid. If required to do so, a bidder shall submit documentation that it has sufficient experience and the technical and financial capabilities to perform the work. 5. PRICING INSTRUCTIONS The bid price must clearly indicate the unit price of the complete unit offered including a clear indication of the cost of each optional equipment item necessary to meet this specification delivered F.O.B. Destination. 6. BID PROTEST PROCEDURES 9

10 6.1 Pre-Bid Opening Protests. If a bidder can demonstrate that the contract documents issued by the NFTA are unduly exclusionary and restrictive or that federal, state or local laws or regulations have been violated during the course of the procurement, then the bidder may seek a review by the Executive Director or his appointed representative, at 181 Ellicott Street, Buffalo, New York Protests shall be clearly identified as Protests and submitted in writing as early as possible but no later than five (5) business days before bid opening. Within four (4) business days after receipt of a pre-bid protest, the Executive Director shall make one of the determinations listed in paragraph Post-Bid Opening Protests. A protest to the acceptance or rejection of any or all offers or bids to a contract, or to the award thereof, or to any such action proposed or intended by the NFTA must be received in writing by the Executive Director no later than five (5) business days after the protesting party first learned, or reasonably ought to have learned, of the action or the proposed or intended action to which he/she protests. 6.3 In the event the protestor alleges that the Executive Director or the representative appointed by the Executive Director to serve as Decision-Maker for the particular protest, engaged in improper conduct during the subject procurement, the General Counsel shall serve as the Decision-Maker. In the event it has been alleged that the General Counsel has engaged in improper conduct during the subject procurement, either the Executive Director or the General Manager of Engineering shall serve as the Decision-Maker. 6.4 Rulings on Protests. Within four (4) business days, the Executive Director shall render one of the following determinations: (a) Protest is overruled. (b) Protest is substantiated. Executive Director shall issue instructions to remedy issues relating to the protest. (c) Procurement activity is suspended until written notification by the Executive Director. The determination shall be in writing and shall provide at a minimum a general response to each material issue raised in the protest. All documents submitted by the protestor and/or NFTA Staff and reviewed by the Decision-Maker in the reaching of a determination shall form and be retained by the NFTA as the formal record of the dispute resolution process. The issuance of the foregoing determination is the NFTA's final decision of the dispute. All interested parties shall be notified of any protests that are filed. The NFTA shall refrain from awarding a contract within five (5) business days of the date of a decision rendered by the Executive Director regarding a protest, unless the NFTA determines that: (a) The items to be procured are urgently required. (b) Delivery or performance will be unduly delayed by failure to make a prompt award. 10

11 (c) Failure to make a prompt award will otherwise cause undue harm to the NFTA or the federal government. 6.5 Protestor's Appeal to Federal or State Agencies. In the event that the NFTA fails to have written protest procedures or fails to abide by the protest procedures set forth above, and federal or state funds are participating in the procurement, then the protestor may seek a review by the appropriate funding agency. Protestors shall file such a protest in accordance with the requirements set forth below, not later than five (5) business days after a final decision is rendered under the NFTA's protest procedure. In instances where the protestor alleges that the NFTA failed to make a final determination on the protest, protestors shall file a protest with the appropriate agency not later than five (5) business days after the protestor knew or should have known of the Authority's failure to render a final determination on the protest. 7. EVALUATION AND AWARD Each bid timely received and in the NFTA's hands at the time set for the bid opening shall constitute an offer to perform the work in strict accordance with the terms and conditions found in these contract documents. The NFTA will evaluate each bid pursuant to the NFTA Procurement Guidelines. If a contract is awarded, it will be awarded to the lowest responsive responsible bidder. If a contract is awarded, the NFTA will award through issuance of a purchase order or require the execution of an agreement. The bidder will not be allowed to take advantage of any errors or omissions. The NFTA reserves the right to reject any and all bids and to waive any informality. 8. TAXES The NFTA is exempt from payment of New York State and local taxes. Neither the itemized proposal or any requests for payment pursuant to this Agreement to the NFTA shall include any federal, state or local tax unless such a tax is specifically required to be imposed upon said itemized proposal or payment by the laws and/or regulations of the federal government or any state government. The NFTA will furnish the necessary exemption certificates. 9. MATERIALS Unless otherwise specifically provided, all equipment, material, and articles supplied or incorporated in the work covered by these contract documents shall be new and of the most suitable grade for the purpose intended. Unless otherwise specifically indicated, reference to any equipment, material, article or patented process, by trade name, make or catalog number shall be regarded as establishing a standard of quality and shall not be construed as limiting competition and the Contractor may, at its option, use any equipment, material, article or process which is equivalent to that named. The NFTA shall be the sole judge of the quality and suitability of any proposed alternative equipment, material, article or process. The burden of proving the quality and suitability of an alternative shall be upon the Contractor. Any information required by the NFTA in judging an alternative will be supplied by the Contractor at no expense to the NFTA. 10. SINGLE BID SITUATIONS In the event a single bid is received, a price and/or cost analysis will be made before the award of a contract. A price analysis is the process of examining the bid and evaluating 11

12 the price without evaluating separate cost elements. A price analysis, by comparing the bid to other similar procurements, will be based on an established or competitive price of the bid items used in the comparison. This comparison will be made to a purchase of similar quantity and involving similar specification and where a difference exists, a detailed analysis will be made of this difference and the costs thereof. 11. EXECUTORY CLAUSE The Contractor specifically agrees that this contract shall be deemed executory only to the extent of monies available and no liability shall be incurred by the NFTA beyond the monies available for this contract. 12. PERMITS AND COMPLIANCE WITH LAWS The NFTA, in the construction, installation and operation of transportation facilities, is not required to obtain licenses or permits from any municipal or political subdivision of the State of New York. The Contractor, therefore, will not be required to obtain licenses or permits from any county, city, town or village agency or department. The Contractor shall, however, secure and pay for all permits, fees and licenses necessary to comply with applicable federal or state laws. Except as provided above, the Contractor shall comply with all federal, state, county and municipal laws, codes and regulations in connection with the prosecution of the work. The Contractor shall protect, indemnify and hold harmless the NFTA and the Engineer and all of their officers, agents and employees against any and all claims and liabilities arising from or based on the violation of any such requirement or law whether by the Contractor, its employees, agents or subcontractors. 13. DISADVANTAGED BUSINESS ENTERPRISE POLICY STATEMENT In accordance with the requirements of 49 CFR, Part 26, dated March 4, 1999 entitled, Participation by Disadvantaged Business Enterprises in Department of Transportation Programs, the Niagara Frontier Transportation Authority (NFTA), is committed to the development and implementation of an effective Disadvantaged Business Enterprise (DBE) Program. The NFTA has received Federal financial assistance from the Department of Transportation, and as a condition of receiving this assistance, the NFTA has signed an assurance that it will comply with 49 CFR Part 26. It is the policy of the NFTA to ensure that DBEs, as defined in Part 26, have an equal opportunity to receive and participate in DOT-assisted contracts. It is also the policy of the NFTA: 1. To ensure nondiscrimination in the award and administration of DOT-assisted contracts; 2. To create a level playing field on which DBEs can compete fairly for DOT assisted contracts; 3. To ensure that the DBE Program is narrowly tailored in accordance with applicable law; 4. To ensure that only firms that fully meet 49 CFR, Part 26 eligibility standards are permitted to participate as DBEs; 5. To help remove barriers to the participation of DBEs in DOT-assisted contracts; and 12

13 6. To assist the development of firms that can compete successfully in the market place outside the DBE program. The Director of Equal Opportunity/Diversity Development has been delegated as the DBE Liaison Officer. In that capacity, the Director of Equal Opportunity/Diversity Development is responsible for implementing all aspects of the DBE Program. Implementation of the DBE program is accorded the same priority as compliance with all other legal obligations incurred by the NFTA in its financial assistance agreements with the Department of Transportation. The NFTA has disseminated this policy statement to the Board of Commissioners and all the components of our organization. We have distributed this statement to DBE and non-dbe business communities that perform work for the NFTA on DOT-assisted contracts by inclusion in bid specifications, Requests for Qualifications and Requests for Proposals. 14. NEW YORK STATE SUBCONTRACTORS AND SUPPLIERS It is the policy of New York State to maximize opportunities for the participation of New York State business enterprises, including minority and women-owned business enterprises as bidders, subcontractors and suppliers on its procurement contracts. Information on the availability of New York State subcontractors and suppliers is available from Empire State Development, Procurement Assistance Unit, Phone: (518) , or to A directory of certified minority and women-owned business enterprises is available from Empire State Development, Minority and Women's Business Development Div., 30 South Pearl St., Albany, NY 12245, Phone: (518) , Fax: (518) Bidders located in foreign countries are hereby notified that New York State may seek to obtain and assign or otherwise transfer offset credits created by this procurement contract to third parties located in New York State. The successful contractor shall agree to cooperate with the State in efforts to get foreign countries to recognize offset credits created by the procurement contract. The Omnibus Procurement Act requires that by signing this bid proposal, contractors certify that whenever the total bid amount is greater than $1 million: 1. The successful contractor shall document efforts to encourage the participation of New York State Business Enterprises as suppliers and subcontractors on this project, and has retained the documentation of these efforts to be provided upon request to the State. 2. Documented efforts by a successful contractor shall consist of and be limited to showing that such contractor has: a. Solicited bids, in a timely and adequate manner, from New York State business enterprises including certified minority and women-owned businesses, or b. Contacted Empire State Development to obtain listings of New York State business enterprises, or c. Placed notices for subcontractors and suppliers in newspapers, journals and other trade publications distributed in New York State, or 13

14 d. Participated in bidder outreach conferences. e. If the Contractor determines that New York State business enterprises are not available to participate on the contract as subcontractors or suppliers, the Contractor shall provide a statement indicating the method by which such determination was made. f. If the Contractor does not intend to use subcontractors on the contract, the Contractor shall provide a statement verifying such intent. 3. The Contractor has complied with the Federal Equal Opportunity Act of 1972 (P.L ) as amended; 4. The Contractor agrees to make reasonable efforts to provide notification to New York State residents of employment opportunities on this project through listing any such positions with the Community Services Division of the New York State Department of Labor, or providing such notification in such manner as is consistent with existing collective bargaining contracts or agreements. The Contractor agrees to document these efforts and to provide said documentation to the State upon request. 15. CONTRACTOR REQUIREMENTS AND PROCEDURES FOR BUSINESS PARTICIPATION OPPORTUNITIES FOR NEW YORK STATE CERTIFIED MINORITY- AND WOMEN-OWNED BUSINESS ENTERPRISES AND EQUAL EMPLOYMENT OPPORTUNITIES FOR MINORITY GROUP MEMBERS AND WOMEN New York State Law. Pursuant to New York State Executive Law Article 15-A and 5 NYCRR the NFTA recognizes its obligation under the law to promote opportunities for maximum feasible participation of certified minority- and women-owned business enterprises and the employment of minority group members and women in the performance of NFTA contracts. In 2006, the State of New York commissioned a disparity study to evaluate whether minority and women-owned business enterprises had a full and fair opportunity to participate in state contracting. The findings of the study were published on April 29, 2010, under the title The State of Minority and Women-Owned Business Enterprises: Evidence from New York ( Disparity Study ). The report found evidence of statistically significant disparities between the level of participation of minority- and womenowned business enterprises in state procurement contracting versus the number of minorityand women-owned business enterprises that were ready, willing and able to participate in state procurements. As a result of these findings, the Disparity Study made recommendations concerning the implementation and operation of the statewide certified minority- and women-owned business enterprises program. The recommendations from the Disparity Study culminated in the enactment and the implementation of New York State Executive Law Article 15-A, which requires, among other things, that the NFTA establish goals for maximum feasible participation of New York State Certified minority- and womenowned business enterprises ( MWBE ) and the employment of minority groups members and women in the performance of New York State contracts. Business Participation Opportunities for MWBEs. For purposes of this solicitation, the NFTA hereby establishes an overall goal of 30% for Minority and Women-Owned Business Enterprises ( MWBE ) participation, 15% New York State certified minority-owned business enterprises ( MBE ) participation and 15% for New York State certified women-owned 14

15 business enterprises ( WBE ) participation based on the current availability of qualified MBEs and WBEs. A Contractor on this Agreement must document its good faith efforts to provide meaningful participation by MWBEs as subcontractors or suppliers in the performance of this Agreement and the Contractor agrees that the NFTA may withhold payment pending receipt of the required MWBE documentation. The directory of MWBEs can be viewed at the following internet address: For guidance on how the NFTA will determine a Contractor s good faith efforts, refer to 5 NYCRR section In accordance with 5 NYCRR section , the Contractor acknowledges that if it is found to have willfully and intentionally failed to comply with the MWBE participation goals set forth in the Agreement, such finding constitutes a breach of this Agreement and the NFTA may withhold payment from the contractor as liquidated damages. Such liquidated damages shall be calculated as an amount equaling the difference between: (1) all sums identified for payment to MWBEs had the Contractor achieved the contractual MWBE goals; and (2) all sums actually paid to MWBEs for work performed or materials supplied under this Agreement. By submitting a bid, a bidder on this Agreement agrees to demonstrate its good faith efforts to achieve its goals for the utilization of MWBEs by submitting evidence thereof through the New York State Contract System ( NYSCS ), which can be viewed at Equal Employment Opportunity (EEO). The Contractor agrees to be bound by the provisions of Article 15-A and the MWBE Regulations promulgated by the Division of Minority and Women s Business Development of the Department of Economic Development. If any of these terms or provisions conflict with applicable law or regulations, such laws and regulations shall supersede these requirements. The Contractor shall comply with the following provisions of Article 15-A: 1. Contractor and subcontractor performing work on this Agreement shall undertake or continue existing EEO programs to ensure that minority group members and women are afforded equal employment opportunities without discrimination because of race, creed, color, national origin, sex, age, disability or marital status. For these purposes, EEO shall apply in the areas of recruitment, employment, job assignment, promotion, upgrading, demotion, transfer, layoff, or termination and rates or pay or other forms of compensation. 2. The Contractor shall submit an EEO policy statement to the NFTA within 72 hours after the date of notice by the NFTA of intent to award the Agreement. 3. If the Contractor or Subcontractor does not have an existing EEO policy statement, the NFTA will provide the Contractor or Subcontractor with a model statement. 4. The Contractor s EEO policy statement shall include the following language: a. The Contractor will not discriminate against any employee or applicant for employment because of race, creed, color, national origin, sex, age disability or marital status, will undertake or continue existing EEO programs to ensure that minority group members and women are afforded equal employment opportunities without discrimination, and shall make and document its conscientious and active efforts to employ and utilize minority group members and women in its work force. b. The Contractor shall state in all solicitations or advertisements for employees that, in the performance of this Agreement, all qualified applicants will be afforded equal employment opportunities without discrimination because of race, creed, color, national origin, sex, age, disability or marital status. 15

16 c. The Contractor shall request each employment agency, labor union, or authorized representative of workers with which it has a collective bargaining or other agreement or understanding, to furnish a written statement that such employment agency, labor union, or representative will not discriminate on the basis of race, creed, color, national origin, sex, age, disability or marital status and that such union or representative will affirmatively cooperate in the implementation of the Contractor s obligations herein. d. The Contractor will include the provisions of subdivisions (a)-(c) and the clause entitled Human Rights Law in every subcontract in such a manner that the requirements will be binding upon each Subcontractor as to work in connection with this Agreement. In the event this Agreement is for an amount in excess of $250,000, the Contractor shall submit a staffing plan to document the composition of the proposed workforce to be utilized in the performance of this Agreement by the specified categories listed, including ethnic background, gender, and Federal occupational categories. The Contractor shall complete the staffing plan form and submit it as part of their bid or within a reasonable time, but no later than the time of award of this Agreement. Human Rights Law. The Contractor shall comply with the provisions of the Human Rights Law, all other State and Federal statutory and constitutional non-discrimination provisions. The Contractor and Subcontractors shall not discriminate against any employee or applicant for employment because of race, creed (religion), color, sex, national origin, sexual status or domestic violence victim status, and shall also follow the requirements of the Human Rights Law with regard to non-discrimination on the basis of prior criminal conviction and prior arrest. MWBE Utilization Plan. The Contractor represents and warrants that Contractor has submitted an MWBE Utilization Plan, by submitting evidence thereof through the New York State Contract System ( NYSCS ), which can be viewed at provided, however, that the Contractor may arrange to provide such evidence via a non-electronic method to the NFTA, either prior to, or at the time of, execution of this Agreement. The Contractor agrees to use such MWBE Utilization Plan for the performance of MWBEs on this Agreement pursuant to the prescribed MWBE goals set forth above. The Contractor further agrees that a failure to submit and/or use such MWBE Utilization Plan shall constitute a material breach of the terms of this Agreement. Upon the occurrence of such a material breach, the NFTA shall be entitled to any remedy provided herein, including but not limited to a finding of the Contractor non-responsiveness. Waivers. For Waiver Requests the Contractor should use the NYSCS, provided, however, that the Contractor may arrange to provide such evidence via a non-electronic method to the NFTA. If the Contractor, after making good faith efforts, is unable to comply with MWBE goals, the Contractor may submit a Request for Waiver documenting good faith efforts by the Contractor to meet such goals. If the documentation included with the waiver request is complete, the NFTA shall evaluate the request and issue a written notice of acceptance or denial within twenty days of receipt. If the NFTA, upon review of the MWBE Utilization Plan and updated Quarterly MWBE Contractor Compliance Reports determines that the Contractor is failing or refusing to comply with the MWBE Contract Goals and no waiver has been issued in regards to such noncompliance, the NFTA may issue a notice of deficiency to the Contractor. The 16

17 Contractor must respond to the notice of deficiency within 7 business days of receipt. Such response may include a request for partial or total waiver of MWBE Contract Goals. Quarterly MWBE Contractor Compliance Report. The Contractor is required to submit a Quarterly MWBE Contractor Compliance Report through the NYSCS, provided, however, that the Contractor may arrange to provide such evidence via a non-electronic method to the NFTA by the 10 th day following each end of quarter over the term of this Agreement documenting the progress made towards achievement of the MWBE goals of this Agreement. Liquidated Damages MWBE Participation. Where the NFTA determines that the Contractor is not in compliance with the requirements of this Agreement and the Contractor refuses to comply with such requirements, or if the Contractor is found to have willfully and intentionally failed to comply with the MWBE participation goals, the Contractor shall be obligated to pay the NFTA liquidated damages. Such liquidated damages shall be calculated as an amount equaling the difference between: (1) all sums identified for payment to MWBEs had the Contractor achieved the contractual MWBE goals; and (2) all sums actually paid to MWBEs for work performed or materials supplied under this Agreement. In the event a determination has been made which requires the payment of liquidated damages and such identified sums have not been withheld by the NFTA, the Contractor shall pay such liquidated damages to the NFTA within 60 days after they are assessed by the NFTA unless prior to the expiration of such sixtieth day, the Contractor has filed a complaint with the Director of the Division of Minority and Woman Business Development pursuant to section 313 (8) of the Executive Law in which event liquidated damages shall be payable if the Director renders a decision in favor of the NFTA. 17

18 1. INDEMNITY CLAUSE GENERAL CONDITIONS Contractor shall indemnify, defend and hold the NFTA harmless from and against all liability for injuries to persons or damage to property caused by Contractor, its agents, representatives, subcontractors or subcontractor's agents, or representatives. The NFTA shall give the Contractor prompt and timely notice of any claim made or suit instituted which in any way, directly or indirectly, contingently, or otherwise, affects or might affect the Contractor in the furtherance of the work to be done or goods to be delivered under the terms of this contract. 2. NON-ASSIGNMENT The Contractor agrees not to assign, transfer, convey, sublet or otherwise dispose of this contract or any part thereof, or of its right, title or interest therein or its power to enter into this contract to any person, company or corporation without the previous consent in writing of NFTA. 3. CONTRACTUAL RELATIONSHIP No contractual relationship shall exist under this contract other than the contractual relationship between NFTA and the Contractor. The Federal Government shall have no obligation or liabilities to the Contractor. 4. TERMINATION FOR CONVENIENCE The NFTA may terminate this contract for its convenience at any time in whole or in part as to any undelivered goods and any unperformed work in which event the NFTA and the Contractor will negotiate an equitable settlement payment for the terminated portion consisting of the Contractor's cost to date of termination plus a reasonable profit thereon, and taking into consideration such changes attendant to delays of other customer orders and clearing of assembly lines, less any value to the Contractor. 5. TERMINATION FOR DEFAULT If the Contractor fails to deliver any part of the goods or to complete the work within the time specified herein, or otherwise defaults in performance hereunder, the NFTA may, by written notice to the Contractor, terminate this contract in whole or in part. 6. WARRANTY The materials, supplies and equipment furnished shall be guaranteed for not less than one year, except where longer periods of warranty are set forth in the Technical Specifications, from the date of acceptance, against any defect in workmanship, material or design. Such defects shall be promptly rectified and defective parts replaced without any cost to the NFTA. 7. INSTRUCTION If requested in the Technical Specifications, the Contractor must provide instruction classes in the operation and maintenance of any mechanical components to the NFTA's maintenance or operations personnel. 18

19 8. WORKMANSHIP All work under this contract shall be performed in a skillful and workmanlike manner. The Contractor is required to remove any employee the NFTA deems incompetent, careless or otherwise objectionable. 9. NEW YORK STATE BUY AMERICA PROVISIONS All purchase contracts for supplies, material or equipment involving an estimated expenditure in excess of fifty thousand dollars shall require with respect to materials, supplies and equipment made of, fabricated from, or containing steel components, that such steel components be produced or made in whole or substantial part in the United States, its territories or possessions. The provisions of this paragraph shall not apply to motor vehicles and automobile equipment assembled in Canada in conformity with the United States - Canadian trade agreements known as the "Automotive Products Trade Act of 1965," or any amendments thereto. 10. INDIVIDUALS WITH DISABILITIES The Contractor shall comply with all applicable requirements of the Americans with Disabilities Act of 1990, 42 U.S.C et. seq.; Section 504 of the Rehabilitation Act of 1973, 29 U.S.C. 794; Section 16 of the Federal Transit Act, 49 U.S.C. appl and the following: 49 C.F.R. Subpart ; 29 C.F.R. Part 1630 and 47 C.F.R. Part FEDERAL AND STATE LABOR LAW REQUIREMENTS Each laborer, workman or mechanic employed by the Contractor or subcontractor about or upon the work to be performed under this Agreement, shall be paid not less than once a week and not less than the prevailing minimum wages required by the U.S. Department of Labor for federally and federally-assisted construction. Prevailing wage rates for laborers, workmen and mechanics have also been determined by the New York State Department of Labor. See the Prevailing Wage Rates set forth herein. In the event of difference between federal and state wage rates, the Contractor will be required to pay laborers, workmen and mechanics not less than the highest applicable rate established by either the U.S. Department of Labor or the Department of Labor of the State of New York. The Contractor shall comply with all federal laws, rules and regulations in regard to its employment of laborers, workmen and mechanics, including but not limited to the Davis-Bacon Act, the Copeland Act, the Copeland Regulations of the Secretary of Labor (29 CFR, Part 3), the Contract Work Hours and Safety Standards Act and 29 CFR Parts 5 and The Authority is obligated to report all disputes concerning payment of prevailing wage rates or classifications promptly to the Department of Transportation for its referral to the Department of Labor. 12. ENERGY EFFICIENCY Energy using products must comply with New York State Executive Order 111. A copy of the Executive Order may be obtained from the New York State Energy Research and Development Authority toll free at NYSERDA or on the web at 19

20 13. PATENT INFRINGEMENT The Contractor warrants that the sale of any item hereunder does not infringe any patent, copyright or trademark. The Contractor agrees to defend, indemnify and save the NFTA harmless from any loss, damage or expense, which may result from patent, copyright or trademark infringement through the aforesaid sale or use. 14. PROMPT PAYMENT RULES AND REGULATIONS The following prompt payment rules and regulations set forth provisions which are intended to improve relationships between the Authority and its contractors, vendors and all those providing services or supplies through contractual relationship with the Authority. These rules and regulations are promulgated consistent with directives set forth in the Public Authorities Law Section Definitions. As used in these rules and regulations, the following terms shall have the following meanings unless the context shall indicate other or different meaning: (a) "Authority" means Niagara Frontier Transportation Authority and its subsidiary corporations. (b) "Contract" means an enforceable agreement entered into between the Authority and a contractor. (c) "Contractor" means any person, partnership, private corporation or association: (i) selling materials, equipment or supplies, or leasing property or equipment to the Authority; (ii) constructing, reconstructing, rehabilitating or repairing buildings, highways or other improvements for or on behalf of the Authority; or (iii) rendering or providing services to the Authority pursuant to a contract. (d) "Designated payment office" means the office designated by the Authority to which a proper invoice is to be submitted by a contractor. (e) "Prompt payment" means payment of a debt due and owing by the Authority before interest accrues thereon pursuant to these regulations. (f) "Proper invoice" means a written request for a contract payment that is submitted by a contractor setting forth the description, price and quantity of goods, property, or services delivered or rendered, in such form and supported by such other substantiating documentation as the Authority may reasonably require. (g) "Receipt of an invoice" means (i) the date on which a proper invoice is actually received in the designated payment office, or (ii) the date on which the Authority receives the purchased goods, property, or services covered by the proper invoice, whichever is later. (h) "Set-off" means the reduction by the Authority of a payment due to a contractor by an amount equal to the amount of an unpaid legally enforceable debt owed by the contractor to the Authority. (i) "Statement" means the rules and regulations adopted herein by the Authority 2. Payment Request Procedure. The contractor shall submit a proper invoice to the Authority's designated payment office. Said invoice shall be date stamped with the date the invoice is received. 20

21 3. Interest Eligibility and Computation (a) In order for the Authority not to be liable for the payment of interest, contract payment must be made within thirty calendar days, excluding legal holidays, after the receipt of an invoice for the amount of the contract payment due; except when the contract payment is of the type where the facts and conditions are as defined pursuant to Sections 5 and 6 of these rules and regulations. Any time taken to satisfy or rectify any of the facts or conditions described in Section 5 shall extend the date by which contract payment must be made in order for the Authority not to become liable for interest payments by an equal period of time. (b) Notwithstanding any other provision of law to the contrary, interest shall be computed at the rate equal to the rate set by the State Tax Commission for corporate taxes pursuant to paragraph one of subsection (e) of section one thousand ninety-six of the Tax Law. (c) Payments shall be made only when the interest amount for the transaction exceeds ten dollars ($10). Each invoice or payment on a voucher is a transaction. 4. Sources of Funds. All interest due and payable to contractors under these regulations will be paid from available revenue sources including the Authority general funds. 5. Extensions. The facts and conditions which will reasonably justify extension of the date by which contract payment must be made in order for the Authority not to become liable for interest payments are as follows: (a) In accordance with specific statutory or contractual provisions, if payment must be preceded by an inspection period or by an audit to determine the resources applied or used by the contractor in fulfilling the terms of the contract. (b) If the necessary state government appropriation required to authorize payment has not been enacted, or when statutory, contractual or grant agreement provisions provide for prior federal review before the use of federal funds for payment. (c) If payments must be processed through the State Department of Audit and Control, the State Department of Taxation and Finance, or some other entity not under the Authority's control. (d) If the date by which contract payment must be made is modified in accordance with Section 6 herein. (e) If the contract provides that the contractor will be paid at predetermined intervals. 6. Defects or Improprieties. The Authority shall have fifteen calendar days after receipt of an invoice by the Authority at its designated payment office to notify the contractor of: (a) defects in the delivery goods, property, or services, (b) defects in the invoice, or (c) suspected improprieties of any kind; and the existence of such defects or improprieties shall prevent the commencement of the time period specified in Section 3. When the Authority fails to notify a contractor of such defects or suspected improprieties within fifteen calendar days of receiving the invoice, the number of days allowed for payment of the corrected proper invoice will be reduced by the number of days between the fifteenth day and the day that notification was transmitted to the contractor. If the Authority in such situations, 21

22 fails to provide reasonable grounds for its contention that a defect or impropriety exists, the date by which contract payment must be made in order for the Authority not to become liable for interest payments shall be calculated from the date of receipt of an invoice. 7. Public Service Law. Notwithstanding any provision of the public service law or any tariffs promulgated pursuant to the law to the contrary, the provisions of this section shall provide the sole basis for determining and making interest payments on invoices submitted by public utilities. 8. Public Access. There shall be public access as follows: (a) Copies of these rules and regulations and the annual report shall be available as public record. (b) Each contractor doing business with the Authority shall be given a copy of these rules and regulations. 9. Inapplicability of section. The provisions of this section shall not apply to payments due and owing: (a) under the eminent domain procedure law; (b) as interest allowed on judgments rendered by a court pursuant to any provision of law other than those contained in this section; (c) to the federal government; to any state agency or its instrumentalities; to any duly constituted unit of local government including, but not limited to, counties, cities, towns, villages, school districts, special districts, or any of their related instrumentalities; to any other public authority or public benefit corporation; or to its employees when acting in, or incidental to, their public employment capacity; (d) in situations where the Authority exercises a legally authorized set-off against all or part of the payment due. 10. Court Action. The liability to make interest payments pursuant to these rules and regulations, shall not extend beyond the date of notice of intention to file a claim, the date of notice of claim, or the date commencing a legal action for the payment of such interest, whichever come first. 11. Incorporation. These rules and regulations shall be incorporated into and made a part of all contracts. 15. NEW YORK STATE STANDARD CLAUSES Executory clause. In accordance with section 41 of the State Finance Law, the State shall have no liability under this contract to the Contractor or to anyone else beyond funds appropriated and available for this contract. Non-assignment Clause. In accordance with section 138 of the State Finance Law, this contract may not be assigned by the Contractor or its right, title or interest therein assigned, transferred, conveyed, sublet or otherwise disposed of without the previous consent, in writing, of the State and any attempts to assign the contract without the State s written consent are null and void. The Contractor may, however, assign its right to receive payment without the State s prior written consent unless this contract concerns Certificates of Participation pursuant to Article 5-A of the State Finance Law. 22

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT This MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT

More information

CITY UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR PROCUREMENT CONTRACTS (as amended through June 23, 2016)

CITY UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR PROCUREMENT CONTRACTS (as amended through June 23, 2016) CITY UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR PROCUREMENT CONTRACTS (as amended through June 23, 2016) Section A. Introduction These Guidelines set forth the operative policy and instructions of the

More information

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT This MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT

More information

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS September, 2004 TABLE OF CONTENTS 1. Executory Clause 2. Non-Assignment Clause 3. Comptroller s Approval 4. Workers Compensation Benefits 5. Non-Discrimination

More information

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS TABLE OF CONTENTS 1. Executory Clause 3 2. Non-Assignment Clause 3 3. Comptroller s Approval 3 4. Workers Compensation Benefits 3 5. Non-Discrimination

More information

NIAGARA FRONTIER TRANSPORTATION AUTHORITY REQUEST FOR PROPOSAL FOR SAFETY FOOTWEAR NFTA RFP 4374

NIAGARA FRONTIER TRANSPORTATION AUTHORITY REQUEST FOR PROPOSAL FOR SAFETY FOOTWEAR NFTA RFP 4374 NIAGARA FRONTIER TRANSPORTATION AUTHORITY REQUEST FOR PROPOSAL FOR SAFETY FOOTWEAR NFTA RFP 4374 The following items are to be included with the proposal and made part of any agreement entered into pursuant

More information

NIAGARA FRONTIER TRANSPORTATION AUTHORITY REQUEST FOR PROPOSAL FOR HEALTH BENEFITS CONSULTING SERVICES NFTA RFP NO. 4597

NIAGARA FRONTIER TRANSPORTATION AUTHORITY REQUEST FOR PROPOSAL FOR HEALTH BENEFITS CONSULTING SERVICES NFTA RFP NO. 4597 NIAGARA FRONTIER TRANSPORTATION AUTHORITY REQUEST FOR PROPOSAL FOR HEALTH BENEFITS CONSULTING SERVICES NFTA RFP NO. 4597 SUBMIT 5 HARD COPIES OF PROPOSAL and 1 ELECTRONIC COPY (A CD OR FLASH DRIVE). The

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

ADDENDUM 1 RFP Workers' Compensation Actuarial Services NIAGARA FRONTIER TRANSPORTATION AUTHORITY

ADDENDUM 1 RFP Workers' Compensation Actuarial Services NIAGARA FRONTIER TRANSPORTATION AUTHORITY ADDENDUM 1 RFP 4351 Workers' Compensation Actuarial Services NIAGARA FRONTIER TRANSPORTATION AUTHORITY November 8, 2013 TO ALL CONCERNED: The original contract document for Workers' Comp Actuarial Services

More information

STANDARD CLAUSES FOR NYS CONTRACTS

STANDARD CLAUSES FOR NYS CONTRACTS STANDARD CLAUSES FOR NYS CONTRACTS The parties to the attached contract, license, lease, amendment or other agreement of any kind (hereinafter, "the contract" or "this contract") agree to be bound by the

More information

REQUEST FOR PROPOSAL RFP # Hand Hygiene Monitoring System

REQUEST FOR PROPOSAL RFP # Hand Hygiene Monitoring System Roswell Park Cancer Institute Page 1 of 14 REQUEST FOR PROPOSAL RFP #16-03 Hand Hygiene Monitoring System Bids, as stated below, will be received by the Purchasing Department in accordance with the attached

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

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

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.

More information

TJC Purchase Order Terms and Conditions

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

More information

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

ATTACHMENT I - TELEDYNE BROWN

ATTACHMENT I - TELEDYNE BROWN Sheet 1 of 5 ATTACHMENT I - TELEDYNE BROWN ENGINEERING, INC. TERMS AND CONDITIONS - COMMERCIAL PROCUREMENTS FEBRUARY 2011 GENERAL Acknowledgment, shipment, or performance of any part of this purchase order

More information

PLEASANTVILLE HOUSING AUTHORITY

PLEASANTVILLE HOUSING AUTHORITY PLEASANTVILLE HOUSING AUTHORITY REQUEST FOR PROPOSALS/QUOTES - PROFESSIONAL SERVICES FEE ACCOUNTANT SUBMISSION DATE: Insert Date PUBLIC NOTICE FOR REQUEST FOR PROPOSALS/QOUTE - PROFESSIONAL SERVICE CONTRACT

More information

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES INTRODUCTION A. Overview The Sullivan County Land Bank Corporation ( SCLBC ) is issuing this Request for Qualifications ("RFQ") to obtain Accounting

More information

SERVICE AGREEMENT CONTRACT NO.

SERVICE AGREEMENT CONTRACT NO. SERVICE AGREEMENT CONTRACT NO. THIS SERVICE AGREEMENT dated 20 between STOCKTON UNIVERSITY (the "UNIVERSITY") and (the SERVICE PROVIDER ), with a business address at. 1.1 Services. ARTICLE 1 SCOPE OF SERVICES

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 FOR PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH NEIGHBORHOOD STABILIZATION PROGRAM 3 ( NSP 3 ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

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

REQUEST FOR PROPOSAL FOR NITTEC TRANSPORTATION OPERATIONS PLANNING CONSULTANT NFTA RFP NO. 3792

REQUEST FOR PROPOSAL FOR NITTEC TRANSPORTATION OPERATIONS PLANNING CONSULTANT NFTA RFP NO. 3792 REQUEST FOR PROPOSAL FOR NITTEC TRANSPORTATION OPERATIONS PLANNING CONSULTANT NFTA RFP NO. 3792 The following items are to be included with the proposal and made part of any agreement entered into pursuant

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

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

Request for Proposals

Request for Proposals RFP #G058 Request for Proposals A/E Design Consulting Services Issued by: Golden Empire Transit District 1830 Golden State Ave Bakersfield, CA 93301 Proposals must be submitted No later than 1:00 PM March

More information

Professional and Technical Services Contract State of Minnesota

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

More information

ISLAND LIGHTING COMPANY

ISLAND LIGHTING COMPANY EXHIBIT XX.XX STANDARD CONTRACT CLAUSES FOR LIPA CONTRACTS LIPA FLOW DOWN PROVISIONS FOR CONTRACTS ENTERED INTO BY PSEG LONG ISLAND LLC AND LONG ISLAND ELECTRIC UTILITY SERVCO LLC as agent of and acting

More information

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc. AGENDA ITEM 1 H Consent Item MEMORANDUM DATE: May 4, 2017 TO: FROM: SUBJECT: El Dorado County Transit Authority Mindy Jackson, Executive Director Award Construction Contract for Capital Improvement Plan

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

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

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR MANALAPAN TOWNSHIP MONMOUTH COUNTY, NEW JERSEY Notice is hereby given that sealed proposals addressed to Rose LaFergola, RPPO/QPA, will be received on or before Friday, August 3, 2012 at 11:00 am at which

More information

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA)

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA) Manalapan Township Request for Proposals for Renewable Energy Power Purchase Agreement (PPA) Section 1: General Terms 1.1 Purpose and Response Date Manalapan Township hereby issues this Request for Proposals

More information

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

More information

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

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

More information

County of Gillespie. Bid Package for 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

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16. Tennessee Technological University Date: 10/25/2016 Purchasing Office Contact: Emily Vaughn P. O. Box 5144, 1 William L. Jones Dr., Ste. 301 Phone: 931-372-3566 Cookeville, TN 38505-0001 Email: evaughn@tntech.edu

More information

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et seq. PROPOSALS MUST BE SUBMITTED BY 11:00

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

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

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

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES REQUEST FOR SEALED QUALIFICATIONS FOR PROFESSIONAL SERVICES UNDER A FAIR AND OPEN PROCESS MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES Contract Term February 1, 2017 through January 31, 2018 SUBMISSION

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

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

STATEMENT OF BIDDER'S QUALIFICATIONS

STATEMENT OF BIDDER'S QUALIFICATIONS STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate

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

GUTTENBERG HOUSING AUTHORITY

GUTTENBERG HOUSING AUTHORITY GUTTENBERG HOUSING AUTHORITY REQUEST FOR PROPOSALS FOR FEE ACCOUNTING SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et. seq. PROPOSALS MUST BE SUBMITTED BY Wednesday March

More information

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE TOWN OF HOPKINTON PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the complete removal and replacement of existing roof at 659 Knox Rd 1440 North for

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

SUPPLIER - TERMS AND CONDITIONS Materials and Goods

SUPPLIER - TERMS AND CONDITIONS Materials and Goods SUPPLIER - TERMS AND CONDITIONS Materials and Goods 1. BINDING EFFECT; ACCEPTANCE. This purchase order and all subsequent purchase orders delivered by Buyer to Seller (each, an "order"), shall be governed

More information

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. UPS Maintenance

REQUEST FOR PROPOSAL. UPS Maintenance REQUEST FOR PROPOSAL UPS Maintenance DATE: February 7, 2008 QUESTIONS DUE BY: February 19, 2008 DUE DATE and BID OPENING: February 26, 2008 TIME OF BID OPENING: 2:00 P.M. EST LOCATION OF BID OPENING: 103

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

Request for Proposal Airwatch Mobile Device Management

Request for Proposal Airwatch Mobile Device Management January 17, 2013 Request for Proposal 13026 Airwatch Mobile Device Management Tulsa Public Schools is inviting proposals to provide a mobile device management solution for the District in accordance with

More information

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

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

More information

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional real estate appraisal

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

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL Date Issued: November 14, 2016 Return Date & Time: Return To: December 6, 2016, 11:00 AM Keith Kazmark, RMC/CMC/MMC

More information

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC This is a Federally Funded project. The Surveyor and Subcontractors on this project must comply with HUD contract provisions 24CFR

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

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed INVITATION TO BID Sealed bids will be received by the Kent County Road Commission, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Thursday, November 29, 2018, 8:30 AM deadline, at which time

More information

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional engineering firms

More information

For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates

For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates PURCHASE ORDER TERMS AND CONDITIONS For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates 1. GENERAL 1.1 As used in this document, the term Purchase Order

More information

TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY

TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY SEEKS PROPOSALS FOR FINANCIAL ADVISORY CONSULTANT SERVICES FOR THE PERIOD JANUARY 1, 2018 TO DECEMBER 31, 2018 Introduction Pursuant to the Fair

More information

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

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone:   Remit Address: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC16094 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

More information

(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

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional firms licensed in

More information

NUTANIX 1450 SERVER AND SUPPORT

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

More information

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

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

More information

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

MODIFICATIONS OR AMENDMENTS:

MODIFICATIONS OR AMENDMENTS: 1. GENERAL: These terms and conditions ("Terms") shall be applicable to any accompanying purchase order received by you ("Supplier") from Advanced Engineering, Inc. ("Purchaser"). The term "Goods and Services"

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

Dickinson College Purchase Order Terms and Conditions

Dickinson College Purchase Order Terms and Conditions Dickinson College Purchase Order Terms and Conditions Policy/Procedure This policy covers: A. Introduction B. Terms and Conditions A. Introduction Financial Operations does not require the use of a purchase

More information

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

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

More information

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

PURCHASE ORDER TERMS & CONDITIONS

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

More information

TOWNSHIP OF LAWRENCE AGREEMENT

TOWNSHIP OF LAWRENCE AGREEMENT TOWNSHIP OF LAWRENCE AGREEMENT THIS AGREEMENT, made this 17 th day of June, 2008, between THE TOWNSHIP OF LAWRENCE, in the County of Mercer, a municipal corporation of the State of New Jersey, 2207 Lawrenceville

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

APPENDIX A STANDARD CLAUSES FOR SCHUYLER COUNTY CONTRACTS PLEASE RETAIN THIS DOCUMENT FOR FUTURE REFERENCE.

APPENDIX A STANDARD CLAUSES FOR SCHUYLER COUNTY CONTRACTS PLEASE RETAIN THIS DOCUMENT FOR FUTURE REFERENCE. PLEASE RETAIN THIS DOCUMENT FOR FUTURE REFERENCE. TABLE OF CONTENTS Section. Page. 1. Relationship of parties. 2 2. Executory clause 2 3. Extensions, renewals, modifications. 2 4. Non-assignment clause.

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

INDEPENDENT CONTRACTOR AGREEMENT

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

More information

PURCHASE ORDER TERMS & CONDITIONS. Order Acceptance

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

More information

SOMERSET COUNTY INSURANCE COMMISSION

SOMERSET COUNTY INSURANCE COMMISSION SOMERSET COUNTY INSURANCE COMMISSION REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES The Somerset County Insurance Commission ( Commission ) is soliciting proposals through a fair and open process in accordance

More information

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/ Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR 72201 Phone 501/ 340-8390; Fax 501/ 340-8352 RFP #: RFP-17-005 REQUEST FOR PROPOSAL for FORENSIC AUDIT YORKWOOD IMPROVEMENT

More information

Bid Package for Commercial Roof Restoration

Bid Package for Commercial Roof Restoration Bid Package for Commercial Roof Restoration Project Title: Metal Roof Restoration of Haldane Memorial Arena Property Location: 16 Maple Avenue Extension Pulaski, New York 13142 Bid Submission Deadline:

More information

REQUEST FOR PROPOSAL RFP #14-03

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

More information

APPENDIX D PAGE 1 of 9. A. ACCESS TO RECORDS AND REPORTS 49 U.S.C. 5325; 18 CFR (i); 49 CFR

APPENDIX D PAGE 1 of 9. A. ACCESS TO RECORDS AND REPORTS 49 U.S.C. 5325; 18 CFR (i); 49 CFR PAGE 1 of 9 Federal Transit Administration (FTA) Required Clauses for Operations Contracts under the 2011 Section 5310 Purchase of Service Contract for the Southeast NH RCC through COAST A. ACCESS TO RECORDS

More information

JOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS

JOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS JOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FOR FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS QUOTE OPENING DATE: FEBRUARY 1, 2017 11:00 A.M. FAIR AND OPEN PROCESS IN ACCORDANCE WITH

More information

Housing Authority of the Borough of Keansburg

Housing Authority of the Borough of Keansburg Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ 07734 Telephone: # 732-787-6151 / Fax: # 732-787-5204 JUDY FERRARO Chairperson MARY FOLEY Vice-Chairperson YOLANDA ANN COMMARATO

More information

TOWNSHIP OF BLOOMFIELD STANDARDIZED SUBMISSION REQUIREMENTS FOR PROFESSIONAL SERVICES INFORMATION FOR PROFESSIONAL SERVICES ENTITIES

TOWNSHIP OF BLOOMFIELD STANDARDIZED SUBMISSION REQUIREMENTS FOR PROFESSIONAL SERVICES INFORMATION FOR PROFESSIONAL SERVICES ENTITIES TOWNSHIP OF BLOOMFIELD STANDARDIZED SUBMISSION REQUIREMENTS FOR PROFESSIONAL SERVICES INFORMATION FOR PROFESSIONAL SERVICES ENTITIES Section 1. RECEIPT AND OPENING OF SUBMISSIONS A. OWNER AND PROJECT The

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

Purchase Order Terms and Conditions

Purchase Order Terms and Conditions Purchase Order Terms and Conditions Policy/Procedure Financial Operations does not require the use of a Purchase Order (PO) to procure goods or services through the Banner system. However, departments

More information

Attachment C New York State Energy Research and Development Authority ( NYSERDA ) AGREEMENT

Attachment C New York State Energy Research and Development Authority ( NYSERDA ) AGREEMENT Attachment C New York State Energy Research and Development Authority ( NYSERDA ) 1. Agreement Number: 2. Subgrantee: 3. Project Contact: 4. Effective Date: _/ /2016 5. Total Amount of Award: $ 6. Project

More information

TYLER INDEPENDENT SCHOOL DISTRICT PURCHASE ORDER TERMS AND CONDITIONS

TYLER INDEPENDENT SCHOOL DISTRICT PURCHASE ORDER TERMS AND CONDITIONS TYLER INDEPENDENT SCHOOL DISTRICT PURCHASE ORDER TERMS AND CONDITIONS 1. ACCEPTANCE This Purchase Order ( PO ) constitutes a binding contract between the Vendor and Tyler Independent School District (

More information

PLAINFIELD BOARD OF EDUCATION 1200 Myrtle Avenue Plainfield, New Jersey 07063

PLAINFIELD BOARD OF EDUCATION 1200 Myrtle Avenue Plainfield, New Jersey 07063 PLAINFIELD BOARD OF EDUCATION 1200 Myrtle Avenue Plainfield, New Jersey 07063 REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES WORKER COMPENSATION Submission Date: Tuesday, December 9, 2014 9:00 a.m. PLAINFIELD

More information

Purchase Order Terms and Conditions

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

More information

REQUEST FOR PROPOSAL 3102 TRUCK DRIVING SIMULATOR

REQUEST FOR PROPOSAL 3102 TRUCK DRIVING SIMULATOR REQUEST FOR PROPOSAL 3102 TRUCK DRIVING SIMULATOR Prepared by Community College of Allegheny County Purchasing Department Office of College Services 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233

More information

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:

More information

CONTRACT for PLUMBING REPAIR SERVICES

CONTRACT for PLUMBING REPAIR SERVICES CONTRACT for PLUMBING REPAIR SERVICES BLANKET PURCHASE ORDER NUMBER BP340068 THIS CONTRACT entered into this 25th day of June, 2013 by and between the CITY OF WICHITA, KANSAS, a municipal corporation,

More information