INVITATION FOR BIDS (IFB) IFB GMU

Size: px
Start display at page:

Download "INVITATION FOR BIDS (IFB) IFB GMU"

Transcription

1 Purchasing Department Mailing Address: 4400 University Drive, Mailstop 3C5 Street Address: 4441 George Mason Boulevard, 4 th Floor, Suite 4200 Fairfax, VA Voice: Fax: INVITATION FOR BIDS (IFB) IFB GMU ISSUE DATE: 01/15/2016 TITLE: AutoDesk Software Licenses (Facilities Administration) ISSUING AGENCY: George Mason University PERIOD OF PERFORMANCE: Shall be for one (1) year effective the date of the award with four (4) one-year renewal options. SEALED BID DUE DATE AND TIME: 02/02/2016 at 2:00PM (EST) BIDS RECEIVED AFTER THE DUE DATE AND TIME CANNOT BE ACCEPTED. Electronic submissions will not be accepted. Bids will be opened in public. Hand deliver bids to the issuing agency at the street address above or mail (USPS) bids to the mailing address above. IMPORTANT DELIVERY INFORMATION: See Section VII, Paragraph Q and V for detailed information regarding late bids and inclement weather/suspended schedule. Note: A return envelope is not being provided. It is the responsibility of the Offeror to ensure the proposal is submitted in a sealed envelope, box, container, etc. that clearly identifies the contents as a bid submission in response to this Invitation for Bid. See Section VIII, Paragraph H, herein. Hand deliver proposals to the issuing agency at the street address above or mail (USPS) proposals to the mailing address above. PRIMARY PROCUREMENT OFFICER: Katherine Mullins, kmullin5@gmu.edu, SECONDARY PROCUREMENT OFFICER: Rashad Bazemore, rbazemo2@gmu.edu, QUESTIONS/INQUIRIES: Refer to Section IX herein for information concerning questions/inquiries. In Compliance With this IFB And To All The Conditions Imposed Therein And Hereby Incorporated By Reference, The Undersigned Offers And Agrees To Furnish The Goods/Services required by this IFB at the prices indicated in the pricing schedule, and the undersigned hereby certifies that all information provided below and in any schedule hereto is true, correct, and complete. Name and Address of Firm: Date: By: Title: Fed ID No: Signature: Phone: This public body does not discriminate against faith-based organizations in accordance with the Governing Rules, 36 or against a Bidder/Offeror because of race, religion, color, sex, national origin, age, disability, or any other prohibited by state law relating to discrimination in employment. 1

2 IFB# GMU TABLE OF CONTENTS SECTION DESCRIPTION PAGE I. PURPOSE 3 II. PURCHASING MANUAL / GOVERNING RULES 3 III. PERIOD OF THE CONTRACT 3 IV. SCOPE OF WORK 3 V. PRICING SCHEDULE REQUIREMENTS 3 VI. PAYMENT TERMS / METHOD OF PAYMENT: 4 VII. GENERAL TERMS AND CONDITIONS GEORGE MASON UNIVERSITY 5 VIII. SPECIAL TERMS AND CONDITIONS: 5 IX QUESTIONS/INQUIRIES 7 ATTACHMENT A. PRICING LIST/BID SHEET 8 ATTACHMENT B. VENDOR DATA SHEET 10 ATTACHMENT C. SAMPLE CONTRACT 11 2

3 I. PURPOSE: The purpose of this Invitation for Bid (IFB) is to establish a term contract with an authorized and approved distributor/reseller of Autodesk software to procure new, full, commercial software licenses, subscriptions, and tier II telephone support for the Autodesk Building Design Suite Premium and the Infrastructure Design Suite Premium software for the Facilities Administration Department at George Mason University, a corporate institution of the Commonwealth of Virginia. It is The University s intent to award the contract to one bidder; however The University reserves the right to award contracts to one or multiple vendors. II. III. IV. PURCHASING MANUAL/GOVERNING RULES: This solicitation and any resulting contract shall be subject to the provisions of the Commonwealth of Virginia Purchasing Manual for Institutions of Higher Education and their Vendor's, and any revisions thereto, and the Governing Rules, which are hereby incorporated into this contract in their entirety. A copy of both documents is available for review at: PERIOD OF THE CONTRACT: It is anticipated that the period of the contract/s shall be for one (1) base year effective the date of the award with four (4) one-year renewal options. Any renewal option(s) shall be at the sole discretion of Mason. SCOPE OF WORK: The contractor shall furnish new, full, commercial software licenses for the Autodesk Building Design Suite Premium and the Infrastructure Design Suite Premium including one (1) year maintenance subscriptions along with yearly maintenance subscription renewals for continued software functionality for one (1) base year with four (4) optional one-year renewals and tier II telephone support. A. GENERAL REQUIREMENTS: This solicitation is brand specific to Autodesk and only bids for the Autodesk Building Design Suite Premium and the Infrastructure Design Suite Premium brands will be accepted. No substitutes will be accepted. Bids will only be accepted from bidders who are authorized, approved, distributors/resellers of Autodesk software and GMU reserves the right to request evidence of this authorization and approval. Software requirements are outlined below and in Attachment A (Pricing List/Bid Sheet): 1. Autodesk Building Design Suite Premium New 10 User Network License with one (1) year maintenance subscription. 2. Autodesk Infrastructure Design Suite Premium New 5 User Network License with one (1) year maintenance subscription. 3. Yearly Maintenance Subscription Renewals for continued software functionality (Four (4), One (1) year, optional renewal terms). 4. Tier II Telephone Support Agreement Government One (1) base year with Four (4) One (1) Year optional renewals. B. All bids must show the manufacturer s description, unit price and total/extended price for each item for which a bid is submitted. C. Contract award will be made to the lowest responsible, responsive bidder(s) meeting all specifications. GMU reserves the right to utilize a pricing scenario to determine the lowest bidder and to reject any and all bids. V. PRICING SCHEDULE REQUIREMENTS: The Contractor shall provide a pricing schedule for one base year with four (4) optional renewal periods for each item outlined in Attachment A and shall incorporate the following: 1. PRICES AND PRICE ADJUSTMENT: a. All prices shall be firm-fixed price, F.O.B. Destination, and shall include all charges that may be imposed in fulfilling the terms of this contract. b. The Contractor agrees that for unit price contracts, prices shall remain firm for 365 days. If the price is increased after 365 days, the unit price may be increased only upon approval of a written request to the Purchasing Agent. Upon receipt of the Contractor s request, George Mason University shall make a determination to approve or adjust the requested price increase based upon its investigations and the information provided by the contractor. Any price adjustment agreed to shall take place only in accordance with the schedule defined above. c. The request for a change in the unit price shall include as a minimum, (1) the cause for the adjustment; (2) proposed 3

4 effective date; and, (3) the amount of the change requested with documentation to support the requested adjustment (i.e., appropriate Bureau of Labor Statistics index, change in manufacturer s price, etc.) d. The request must be received at least 30 days prior to the effective date and shall become effective only upon approval by the County Purchasing Agent. The increased contract unit shall not apply to orders received by the Contractor prior to the effective date of the approved increased contract unit price. The Purchasing Agent may cancel, without liability to either party, any portion of the contract affected by the requested increased and any materials, supplies or services undelivered at the time of such cancellation. 2. QUOTATION LIMITATION: a. Bidders shall offer only ONE ITEM AND PRICE for each line item bid. No alternatives will be accepted, unless requested by the University. If an or equal item is to be bid, the bidder must select the brand and model that meets or exceeds the specified item and submit their bid for that item. A discount price offered for a quantity purchase of the same manufacturer and model would not be considered a limitation; however, only the unit price requested will be considered in award. 3. PRODUCT INFORMATION: The bidder is responsible for clearly and specifically identifying the product being offered and enclosing complete and detailed descriptive literature, catalog cuts and specifications with the bid to enable the University to determine if the product offered meets the requirements of this solicitation. Failure to do so may cause the bid to be considered non-responsive. George Mason University will only accept Autodesk branded software licenses. No alternatives will be accepted unless one of the software is discontinued by or no longer available from the manufacturer. If software listed on Attachment A is discontinued by or no longer available from the manufacturer the University will accept an alternative/suitable substitute as long is it the same brand/manufacturer and is equivalent, equal or better than the discontinued product. The University reserves the right to determine if the product is a suitable alternative by requesting the following: 1. A formal manufacturer announcement that the product has been discontinued. 2. Documentation from the manufacturer that provides clear evidence that the replacement will be compatible with all the functions or uses of the discontinued product or model. 3. Documentation confirming that the price for the replacement is the same or consistent with the original contract price at the discontinued product or model. 4. As applicable, if a sample is requested, notification will be given by the university as to whether the sample is acceptable or if rejected, a reason shall be given. VI. PAYMENT TERMS / METHOD OF PAYMENT: At or after time of contract award, the Contractor shall be issued a purchase order that will serve as the funding mechanism for this award. Contractor shall invoice Mason s Accounts Payable Department with one of the following payment options. PLEASE NOTE: THE VENDOR MUST REFERENCE THE PURCHASE ORDER NUMBER ON ALL INVOICES SUBMITTED FOR PAYMENT. Option #1- Payment to be mailed in 10 days-the University will make payment to the vendor under 2%10/Net 30 payments terms. Invoices should be submitted via to the designated Accounts Payable address which is evendor@gmu.edu The 10 day payment period begins the first business day after receipt of proper invoice or receipt of goods, whichever occurs last. A paper check will be mailed on or before the 10 th day. Option #2- To be paid in 20 days. The vendor may opt to be paid through our e-payables credit card program. The vendor shall submit an invoice and will be paid via credit card on the 20 th day from receipt of a valid invoice. The vendor will incur standard credit card interchange fees through their processor. All invoices should be sent to: 4

5 George Mason University Accounts Payable Department Mailing Address: 4400 University Drive, Mailstop 3C1 Street Address: 4441 George Mason Boulevard, 4 th Floor, Suite 4200 Fairfax, Va Voice: Fax: AcctPay@gmu.edu Option#3- Net 30 Payment Terms. Vendor will enroll in Paymode-X where all payments will be made electronically to the vendor s bank account. For additional information or to sign up for electronic payments, go to There is no charge to the vendor for enrolling in this service. Please state your payment preference in your proposal response. VII. GENERAL TERMS AND CONDITIONS GEORGE MASON UNIVERSITY: VIII. SPECIAL TERMS AND CONDITIONS: A. AWARD: Mason reserves the right to award by line item, group of items, or on a grand total lump sum basis to the lowest responsive and responsible bidder or bidders as offered in SECTION III/Attachment C. Mason reserves the right to conduct any test it may deem advisable and to make all evaluations. Mason also reserves the right to reject any or all bids, in whole or in part, to waive informalities and to delete items prior to making the award, whenever it is deemed in the sole opinion of the procuring public body to be in its best interest. B. AUDIT: The Contractor shall retain all books, records, and other documents relative to this contract for five (5) years after final payment, or until audited by the Commonwealth of Virginia, whichever is sooner. George Mason University, its authorized agents, and/or state auditors shall have full access to and the right to examine any of said materials during said period. C. BID ACCEPTANCE PERIOD: Any bid in response to this solicitation shall be valid for sixty (60) days. At the end of the sixty (60) days the bid may be withdrawn at the written request of the bidder. If the bid is not withdrawn at that time it remains in effect until an award is made or the solicitation is canceled. D. BID PRICES: Bid shall be in the form of a firm, fixed, delivered (inside delivery, FOB destination) unit price during the contract period. E. CANCELLATION OF CONTRACT: Mason reserves the right to cancel and terminate any resulting contract, in part or in whole without penalty, upon 30 days written notice to the contractor. In the event the initial contract period is for more than 12 months, the resulting contract may be terminated by either party, without penalty, after the initial 12 months of the contract period upon 30 days written notice to the other party. Any contract cancellation notice shall not relieve the contractor of the obligation to deliver and/or perform on all outstanding orders issued prior to the effective date of cancellation. F. CONFLICT OF INTEREST: By submitting a bid/proposal the contractor warrants that he/she has fully complied with the Virginia Conflict of Interest Act; furthermore certifying that he/she is not currently an employee of the Commonwealth of Virginia. G. EXTRA CHARGES NOT ALLOWED: The bid price shall include all applicable freight; extra charges will not be allowed. H. IDENTIFICATION OF THE BID ENVELOPE: The signed original bid shall be submitted in a sealed envelope, box, container, etc. that clearly identifies the contents as a bid submission in response to this Invitation for Bid. Sealed envelope, box, container, etc. shall be identified on the exterior of the envelope/package as follows: From: February 02, 2:00PM EST Name of Bidder Due Date Time 5

6 Street or Box Number City, State, Zip Code GMU IFB No. Autodesk Software Licenses (Facilities Administration) IFB/RFP Title Name of Procurement Officer: Katherine Mullins The envelope should be addressed as directed on Page 1 of the solicitation. If a bid/proposal not contained in the special envelope is mailed, the bidder or offeror takes the risk that the envelope, even if marked as described above, may be inadvertently opened and the information compromised which may cause the bid or proposal to be disqualified. Bids/proposals may be hand delivered to the designated location in the office issuing the solicitation. No other correspondence or other bids/proposals should be placed in the envelope. I. SMALL, WOMEN, AND MINORITY-OWNED BUSINESSES SUBCONTRACTING AND EVIDENCE OF COMPLIANCE: Where it is practicable for any portion of the awarded contract to be subcontracted to other suppliers, the contractor is encouraged to offer such subcontracting opportunities to small businesses. This shall include DMBE certified women-owned and/or minority/owned businesses when they have received DMBE small business certification. If small business subcontractors are used, the prime contractor agrees to report the use of small business subcontractors by providing Mason s Purchasing Department at a minimum the following information: name of small business, phone number, total dollar amount subcontracted, category type (small, women, or minority/owned), and type of product/service provided. J. MAINTENANCE MANUALS: The Contractor shall provide with each piece of equipment an operations and maintenance manual with wiring diagrams, parts list and a copy of all warranties. K. ORDERING OPTION: Mason, may during the first sixty (60) days after this contract is awarded, with the concurrence of the contractor, place additional orders under the contract at the original unit price through the issuance of separate purchase orders. The aggregate of such additional orders shall not exceed 100% of the quantity originally stated in the contract. L. SPECIAL EDUCATIONAL OR PROMOTIONAL DISCOUNTS: The Contractor shall extend any special educational or promotional sale prices or discounts immediately to Mason. Such notice shall also advise the duration of the specific sale or discount price. M. WARRANTY: The contractor agrees that the goods or services furnished under any award resulting from this solicitation shall be covered by the most favorable commercial warranties the contractor gives any customer for such goods or services and that the rights and remedies provided therein are in addition to and do not limit those available to Mason by any other clause of this solicitation. N. COMPLIANCE WITH LAW: All goods and services provided to George Mason University shall be done so in accordance with any and all local, state and federal laws, regulations and/or requirements. This includes but any applicable provisions of FERPA or the Government Data Collection and Dissemination Practices Act of the Commonwealth of Virginia. O. CONFIDENTIALITY OF PERSONALLY IDENTIFIABLE INFORMATION: The Contractor assures that information and data obtained as to personal facts and circumstances related to patients or clients will be collected and held confidential, during and following the term of this agreement, and will not be divulged without the individual s and the agency s written consent and only in accordance with federal law or the Code of Virginia. Contractors who utilize, access, or store personally identifiable information as part of the performance of a contract are required to safeguard this information and immediately notify the agency of any breach or suspected breach in the security of such information. Contractors shall allow the agency to both participate in the investigation of incidents and exercise control over decisions regarding external reporting. Contractors and their employees working on this project may be required to sign a confidentiality statement. 6

7 P. CONTRACT PARTICIPATION (If Applicable): It is the intent of this solicitation and resulting contract to allow for cooperative procurement. Accordingly, any public body, public or private health or educational institutions, or affiliated corporations may access any resulting contract if authorized by the contractor. Participation in this cooperative procurement is strictly voluntary. If authorized by the Contractor, the resultant contract may be extended to the entities indicated above to purchase at contract prices in accordance with the contract terms. The Contractor shall notify George Mason University in writing of any such entities accessing the contract. No modification of this contract or execution of a separate contract is required to participate. The Contractor will provide semi-annual usage reports for all entities accessing the Contract. Participating entities shall place their own orders directly with the Contractor and shall fully and independently administer their use of the contract to include contractual disputes, invoicing and payments without direct administration from George Mason University. George Mason University shall not be held liable for any costs or damages incurred by any other participating entity as a result of any authorization by the Contractor to extend the contract. It is understood and agreed that George Mason University is not responsible for the acts or omissions of any entity, and will not be considered in default of the contract no matter the circumstances. Use of this contract does not preclude any participating entity from using other contracts or competitive processes as the need may be. Q. OBLIGATION OF OFFEROR: It is the responsibility of each Offeror to inquire about and clarify any requirements of this solicitation that is not understood. The University will not be bound by oral explanations as to the meaning of specifications or language contained in this solicitation. Therefore, all inquiries deemed to be substantive in nature must be in writing and submitted to the responsible buyer on page 1 of this solicitation. Offerors must ensure that written inquiries reach the buyer at least five (5) days prior to the time set for receipt of Offeror s proposals. By submitting a proposal, the Offeror covenants and agrees that he has satisfied himself, from his own investigation of the conditions to be met, that he fully understands his obligation and that he will not make any claim for, or have right to cancellation or relief from this contact because of any misunderstanding or lack of information. R. PRIME CONTRACTOR RESPONSIBILITIES: The Contractor shall be responsible for completely supervising and directing the work under this contract and all subcontractors that he may utilize, using his best skill and attention. Subcontractors who perform work under this contract shall be responsible to the prime contractor. The Contractor agrees that he is as fully responsible for the acts and omissions of his subcontractors and of persons employed by them as he is for the acts and omissions of his own employees. S. SUBCONTRACTS: No portion of the work shall be subcontracted without prior written consent of Mason s Purchasing office. In the event that the contractor desires to subcontract some part of the work specified herein, the contractor shall furnish Mason s Purchasing office the names, qualifications, criminal background checks and experience of their proposed subcontractors. The Contractor shall, however, remain fully liable and responsible for the work to be done by its subcontractor(s) and shall assure compliance with all requirements of the contract. T. RENEWAL OF CONTRACT: This contract may be renewed by the University as negotiated under the terms and conditions of the original contract except as stated in 1. and 2. below. Price increases may be negotiated only at the time of renewal. Written notice of the University s intention to renew shall be given approximately 90 days prior to the expiration date of each contract period. 1. If the University elects to exercise the option to renew the contract for an additional one-year period, the contract price(s) for the additional one year shall not exceed the contract price(s) of the original contract increased/decreased by more than the percentage increase/decrease of the other services category of the CPI-U section of the Consumer Price Index of the United States Bureau of Labor Statistics for the latest twelve months for which statistics are available. 2. If during any subsequent renewal periods, the University elects to exercise the option to renew the contract, the contract price(s) for the subsequent renewal period shall not exceed the contract price(s) of the previous renewal period increased/decreased by more than the percentage increase/decrease of the other services category of the CPI-U section of the Consumer Price Index of the United States bureau of Labor Statistics for the latest twelve months for which statistics are available. IX. QUESTIONS/INQUIRIES: all inquiries for information to Katherine Mullins, Senior Buyer, kmullin5@gmu.edu, no later than 4:00 PM EST on January 20, Reponses to questions will be posted on the Mason Purchasing Website and in eva by 4:00 PM EST on January 22, ( 7

8 ATTACHMENT A PRICING LIST/BID SHEET The successful bidder will furnish all materials as listed below. The (bidder/offeror) is responsible to clearly and specifically identify the product being offered and to provide sufficient descriptive literature, catalog cuts and technical detail to enable George Mason University to determine if the product being offered meets the requirements of the solicitation. This is required even if offering the exact same brand, make or manufacturer specified. Failure to furnish adequate data for evaluation purposes may result in declaring a bid nonresponsive. Unless the bidder clearly indicates in its bid that the product offered is an equal product, such bid will be considered to offer the brand name product referenced in the solicitation. If the manufacturer provides any hardware, software, specification sheets and/or service/user manuals those must be included and shipped (if applicable) with the materials provided. Firms shall submit their Bid prices on the Bid Price form. The Bid Price form is to be completed in full for each Bid and shall be incorporated herein. If any discounts are available those must be applied to the unit and extended prices listed in the pricing spreadsheet below. Prices on the Bid Price form submitted must include and incorporate all associated costs including, but not limited to, freight and shipping, shipping insurance, handling and storage charges, etc. Blanks on the Bid Price Form will be interpreted as zero (0) and no price will be allowed for that item. George Mason University reserves the right to award some or none of the items listed below. George Mason University may execute a pricing scenario to determine overall low bidder for award. See Section V for additional Pricing Schedule Requirements and Product Information. Manufacturer/Software Description Base Year Year 1 Pricing U/M Quantity Unit Price Extended Price Autodesk Building Design Suite Premium 2016 Government Network License ELD New - (10-User Network License) Autodesk Building Design Suite Premium 2016 Government Subscription 1 Year Autodesk Infrastructure Design Suite Premium 2016 Government Network License ELD New (5-User Network License) Autodesk Infrastructure Design Suite Premium 2016 Government Subscription 1 Year each 10 each 10 each 5 each 5 Tier II Telephone Support Agreement Government 1 Year each 1 GRAND TOTAL Manufacturer/Software Description Renewal Pricing Contract Year 2 Optional Software Renewal U/M Quantity Unit Price Extended Price Autodesk Building Design Suite Premium 2016 Government Subscription Renewal - 1 Year each 10 Autodesk Infrastructure Design Suite Premium 2016 Government Subscription Renewal 1 Year each 5 Tier II Telephone Support Agreement Government 1 Year each 1 GRAND TOTAL 8

9 Manufacturer/Software Description Renewal Pricing Contract Year 3 Optional Software Renewal U/M Quantity Unit Price Extended Price Autodesk Building Design Suite Premium 2016 Government Subscription Renewal - 1 Year each 10 Autodesk Infrastructure Design Suite Premium 2016 Government Subscription Renewal 1 Year each 5 Tier II Telephone Support Agreement Government 1 Year each 1 GRAND TOTAL Manufacturer/Software Description Renewal Pricing Contract Year 4 Optional Software Renewal U/M Quantity Unit Price Extended Price Autodesk Building Design Suite Premium 2016 Government Subscription Renewal - 1 Year each 10 Autodesk Infrastructure Design Suite Premium 2016 Government Subscription Renewal 1 Year each 5 Tier II Telephone Support Agreement Government 1 Year each 1 GRAND TOTAL Manufacturer/Software Description Renewal Pricing Contract Year 5 Optional Software Renewal U/M Quantity Unit Price Extended Price Autodesk Building Design Suite Premium 2016 Government Subscription Renewal - 1 Year each 10 Autodesk Infrastructure Design Suite Premium 2016 Government Subscription Renewal 1 Year each 5 Tier II Telephone Support Agreement Government 1 Year each 1 GRAND TOTAL 9

10 ATTACHMENT B VENDOR DATA SHEET TO BE COMPLETED BY OFFEROR 1. QUALIFICATION OF OFFEROR: The Offeror certifies that they have the capability and capacity in all respects to fully satisfy all of the contractual requirements. 2. YEARS IN BUSINESS: Indicate the length of time in business providing this type of service: Type of Business:. Years Months 3. BUSINESS STATUS: A. Type of organization (circle one): Individual Partnership Corporation Sole Proprietor Government Other (explain) B. Category (circle one): Manufacturer/Producer Mfg. s Agent Retailer Service Establishment Distributor Wholesaler Other (explain) C. Status: (Please check all applicable classifications) If your classification is certified by the Virginia Department of Minority Business Enterprise (DMBE), provide your certification number. For certification assistance, please visit (MB) MINORITY OWNED. "Minority-owned business" means a business that is at least 51% owned by one or more minority individuals who are U.S. citizens or legal resident aliens, or in the case of a corporation, partnership, or limited liability company or other entity, at least 51% of the equity ownership interest in the corporation, partnership, or limited liability company or other entity is owned by one or more minority individuals who are U.S. citizens or legal resident aliens, and both the management and daily business operations are controlled by one or more minority individuals. (WB) WOMAN OWNED. "Women-owned business" means a business that is at least 51% owned by one or more women who are U.S. citizens or legal resident aliens, or in the case of a corporation, partnership, or limited liability company or other entity, at least 51% of the equity ownership interest is owned by one or more women who are citizens of the United States or legal resident aliens, and both the management and daily business operations are controlled by one or more women. (SB) SMALL BUSINESS: Small business" means a business that is at least 51% independently owned and controlled by one or more individuals who are U.S. citizens or legal resident aliens, and together with affiliates, has 250 or fewer employees, or average annual gross receipts of $10 million or less averaged over the previous three years. One or more of these individual owners shall control both the management and daily business operations of the small business. LARGE BUSINESS I certify the accuracy of this information: Signed: Title: Printed Name: Date: 10

11 ATTACHMENT C SAMPLE CONTRACT SAMPLE ONLY * SAMPLE ONLY * SAMPLE ONLY Sample Contract: Names, dates, specifies will be updated to match current solicitation requirements. Other documents may be incorporated into this document, either by way of attachment or by reference, but in all cases this contract document shall take precedence over all other documents and will govern the terms and conditions of the contract. This Contract entered on this day of by hereinafter called Contractor (located at ) and George Mason University hereinafter called Mason. I. WITNESSETH that the Contractor and Mason, in consideration of the mutual covenants, promises and agreement herein contained, agree as follows: II. III. IV. SCOPE OF CONTRACT: The Contractor shall provide for the as set forth in the Contract Documents. PERIOD OF CONTRACT: As negotiated PRICE SCHEDULE: As negotiated V. CONTRACT ADMINISTRATION: shall serve as Contract Administrator for this Contract and shall use all powers under the Contract to enforce its faithful performance. The Contract Administrator shall determine the amount, quality and acceptability of work and shall decide all other questions in connection with the work. All direction and order from Mason shall be transmitted through the Contract Administrator, however, the Contract Administrator shall have no authority to approve changes which shall alter the concept or scope or change the basis for compensation. VI. VII. METHOD OF PAYMENT: As negotiated THE CONTRACT DOCUMENTS SHALL CONSIST OF (In order of precedence): A. This signed form; B. Mason s Request for Proposal Dated ; C. Contractor s Proposal for Service Dated ; D. Written results of negotiations. VIII. IX. GOVERNING RULES/PURCHASING MANUAL: This Contract is governed by the provisions of the Restructured Higher Education Financial and Administrative Operations Act, Chapter 4.10 ( et seq.) of Title 23 of the Code of Virginia, and in particular of the Restructuring Act, referred to as the Governing Rules and the Purchasing Manual for Institutions of Higher Education and their Vendors. Documents may be viewed at: CONTRACT PARTICIPATION: It is the intent of this Contract to allow for cooperative procurement. Accordingly, any public body, public or private health or educational institutions, or Mason s affiliated corporations may access this Contract if authorized by the Contractor. Participation in this cooperative procurement is strictly voluntary. If authorized by the Contractor, this Contract may be extended to the entities indicated above to purchase at Contract prices in accordance with Contract terms. The Contractor shall notify Mason in writing of any such entities accessing the Contract. No modification of this Contract or execution of a separate contract is required to participate. The Contractor will provide semi-annual usage reports for all entities accessing the Contract. Participating entities shall place their own orders directly with the Contractor and shall fully and independently administer their use of the Contract to include contractual disputes, invoicing and payments without direct administration from Mason. Mason shall not be held liable for any costs or damages 11

12 incurred by any other participating entity as a result of any authorization by the Contractor to extend the Contract. It is understood and agreed that Mason is not responsible for the acts or omissions of any entity, and will not be considered in default of the Contract no matter the circumstances. Use of this Contract does not preclude any participating entity from using other contracts or competitive processes as the need may be. IX. STANDARD TERMS AND CONDITIONS: A. APPLICABLE LAW AND CHOICE OF FORUM: This Contract shall be construed, governed, and interpreted pursuant to the laws of the Commonwealth of Virginia. All disputes arising under this Contract shall be brought before an appropriate court in the Commonwealth of Virginia. B. ANTI-DISCRIMINATION: By entering into this contract contractor certifies to the Commonwealth that they will conform to the provisions of the Federal Civil Rights Act of 1964, as amended, as well as the Virginia Fair Employment Contracting Act of 1975, as amended, where applicable, the Virginians With Disabilities Act, the Americans With Disabilities Act and 9&10 of the Governing Rules. If the award is made to a faith-based organization, the organization shall not discriminate against any recipient of goods, services, or disbursements made pursuant to the contract on the basis of the recipient's religion, religious belief, refusal to participate in a religious practice, or on the basis of race, age, color, gender or national origin and shall be subject to the same rules as other organizations that contract with public bodies to account for the use of the funds provided; however, if the faithbased organization segregates public funds into separate accounts, only the accounts and programs funded with public funds shall be subject to audit by the public body. (Governing Rules, 35). In every contract over $10,000 the provisions in 1. and 2. below apply: 1. During the performance of this contract, the contractor agrees as follows: a. The contractor will not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, age, disability, or any other basis prohibited by state law relating to discrimination in employment, except where there is a bona fide occupational qualification reasonably necessary to the normal operation of the contractor. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. b. The contractor, in all solicitations or advertisements for employees placed by or on behalf of the contractor, will state that such contractor is an equal opportunity employer. c. Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting these requirements. 2. The contractor will include the provisions of 1. above in every subcontract or purchase order over $10,000, so that the provisions will be binding upon each subcontractor or vendor. C. ANTITRUST: By entering into a contract, the contractor conveys, sells, assigns, and transfers to the Commonwealth of Virginia all rights, title and interest in and to all causes of action it may now have or hereafter acquire under the antitrust laws of the United States and the Commonwealth of Virginia, relating to the particular goods or services purchased or acquired by the Commonwealth of Virginia under said contract. D. ASSIGNMENT: Neither party will assign or otherwise transfer its rights or obligations under this Contract without both parties prior written consent. Any attempted assignment, transfer, or delegation without such consent is void. E. AUDIT: The contractor shall retain all books, records, and other documents relative to this contract for five (5) years after final payment, or until audited by the Commonwealth of Virginia, whichever is sooner. The agency, its authorized agents, and/or state auditors shall have full access to and the right to examine any of said materials during said period. F. AVAILABILITY OF FUNDS: It is understood and agreed between the parties herein that the agency shall be bound hereunder only to the extent of the funds available or which may hereafter become available for the purpose of this agreement. 12

13 G. AUTHORIZED SIGNATURES: The signatory for each Party certifies that he or she is an authorized agent to sign on behalf such Party. H. CANCELLATION OF CONTRACT: Mason reserves the right to cancel and terminate this Contract, in part or in whole, without penalty, upon 60 days written notice to the Contractor. In the event the initial Contract period is for more than 12 months, the resulting Contract may be terminated by either party, without penalty, after the initial 12 months of the Contract period upon 60 days written notice to the other party. Any contract cancellation notice shall not relieve the Contractor of the obligation to deliver and/or perform on all outstanding orders issued prior to the effective date of cancellation. I. CLAIMS: Contractual claims, whether for money or other relief, shall be submitted in writing no later than 60 days after final payment. However, written notice of the contractor's intention to file a claim shall be given at the time of the occurrence or beginning of the work upon which the claim is based. Nothing herein shall preclude a contract from requiring submission of an invoice for final payment within a certain time after completion and acceptance of the work or acceptance of the goods. Pendency of claims shall not delay payment of amounts agreed due in the final payment. 1. The firm must submit written claim to: Director of Purchasing and Accounts Payable George Mason University 4400 University Drive, MSN 3C5 Fairfax, VA The firm must submit any unresolved claim in writing no later than 60 days after final payment to the Director of Purchasing and Accounts Payable. 3. Upon receiving the written claim, the Director of Purchasing and Accounts Payable will review the written materials relating to the claim and will mail his or her decision to the firm within 60 days after receipt of the claim. 4. The firm may appeal the Director of Purchasing and Accounts Payable s decision in accordance with 55 of the Governing Rules. J. COLLECTION AND ATTORNEY S FEES: The Contractor shall pay to Mason any reasonable attorney s fees or collection fees, at the maximum allowable rate permitted under Virginia law, incurred in enforcing this Contract or pursuing and collecting past-due amounts under this Contract. K. COMPLIANCE WITH LAW: All goods and services provided to Mason shall be done so in accordance with any and all local, state and federal laws, regulations and/or requirements. This includes any provisions of FERPA or the Government Data Collection and Dissemination Practices Act of the Commonwealth of Virginia. L. CONFIDENTIALITY OF PERSONAL IDENTIFIABLE INFORMATION: The Contractor shall assure that information and data obtained as to personal facts and circumstances related to patients or clients will be collected and held confidential, during and following the term of this contract, and will not be divulged without the individual s and Mason s written consent and only in accordance with federal law or the Code of Virginia. The Contractor shall utilize, access, or store personal identifiable information as part of the performance of this contract in a secure environment and immediately notify Mason of any breach or suspected breach in the security of such information. Contractor shall allow Mason to both participate in the investigation of incidents and exercise control over decisions regarding external reporting. M. CONFLICT OF INTEREST: Contractor represents to Mason that its entering into this Contract with Mason and its performance through its agents, officers and employees does not and will not involve, contribute to nor create a conflict of interest prohibited by Virginia State and Local Government Conflict of Interests Act (Va. Code et seq), the Virginia Ethics in Public Contracting Act ( 57 of the Governing Rules), the Virginia Governmental Frauds Act (Va. Code et seq) or any other applicable law or regulation. N. DEBARMENT STATUS: As of the effective date, the Contractor certifies that it is not currently debarred by the Commonwealth of Virginia from submitting bids or proposals on contracts for the type of services covered by this Contract, nor is the Contractor an agent of any person or entity that is currently so debarred. 13

14 O. ENTIRE CONTRACT: This Contract constitutes the entire understanding of the Parties with respect to the subject matter herein and supersedes all prior oral or written contracts with respect to the subject matter herein. This Contract can be modified or amended only by a writing signed by all of the Parties. P. FORCE MAJEURE: Mason will not be responsible for any losses resulting from delay or failure in performance resulting from any cause beyond Mason s control, including without limitation: war, strikes or labor disputes, civil disturbances, fires, natural disasters, and acts of God. Q. IMMIGRATION REFORM AND CONTROL ACT OF 1986: By entering into this contract Contractor certifies that they do not and will not during the performance of this contract employ illegal alien workers or otherwise violate the provisions of the federal Immigration Reform and Control Act of R. INDEMNIFICATION: Contractor agrees to indemnify, defend and hold harmless George Mason University the Commonwealth of Virginia, its officers, agents, and employees from any claims, damages and actions of any kind or nature, whether at law or in equity, arising from or caused by the use of any materials, goods, or equipment of any kind or nature furnished by the contractor/any services of any kind or nature furnished by the contractor, provided that such liability is not attributable to the sole negligence of the using agency or to failure of the using agency to use the materials, goods, or equipment in the manner already and permanently described by the contractor on the materials, goods or equipment delivered. S. INDEPENDENT CONTRACTOR: The Contractor is not an employee of Mason, but is engaged as an independent contractor. The Contractor shall indemnify and hold harmless the Commonwealth of Virginia, Mason, and its employees and agents, with respect to all withholding, Social Security, unemployment compensation and all other taxes or amounts of any kind relating to the Contractor s performance of this contract. Nothing in this contract shall be construed as authority for the Contractor to make commitments which will bind Mason or to otherwise act on behalf of Mason, except as Mason may expressly authorize in writing. T. INFORMATION TECHNOLOGY ACCESS ACT: Computer and network security is of paramount concern at George Mason University. The university wants to ensure that computer/network hardware and software does not compromise the security of IT environment. You agree to use commercially reasonable measures in connection with any offering your company makes to avoid any known threat to the security of the IT environment at George Mason University All e-learning and information technology developed, purchased, upgraded or renewed by or for the use of George Mason University shall comply with all applicable University policies, Federal and State laws and regulations including but not limited to Section 508 of the Rehabilitation Act (29 U.S.C. 794d), the Information Technology Access Act, through of the Code of Virginia, as amended, and all other regulations promulgated under Title II of The Americans with Disabilities Act which are applicable to all benefits, services, programs, and activities provided by or on behalf of the University. The Contractor shall also comply with the Web Content Accessibility Guidelines (WCAG) 2.0. For more information please visit under Policies and Procedures. U. INSURANCE: The Contractor shall maintain all insurance necessary with respect to the services provided to Mason. The Contractor further certifies that they will maintain the insurance coverage during the entire term of the Contract and that all insurance is to be placed with insurers with a current reasonable A.M. Best s rating authorized to sell insurance in the Commonwealth of Virginia by the Virginia State Corporation Commission. The Commonwealth of Virginia and Mason shall be named as an additional insured. 1. Commercial General Liability Insurance in an amount not less than $1,000,000 per occurrence for bodily injury or property damage, personal injury and advertising injury, products and completed operations coverage; 2. Workers Compensation Insurance in an amount not less than that prescribed by statutory limits; and, as applicable; 3. Commercial Automobile Liability Insurance applicable to bodily injury and property damage, covering owned, non-owned, leased, and hired vehicles in an amount not less than $1,000,000 per occurrence; and an umbrella/excess policy in an amount not less than five million dollars ($5,000,000) to apply over and above Commercial General Liability, Employer s Liability, Workers Compensation, and Commercial Automobile Liability Insurance. 14

15 V. INTELLECTUAL PROPERTY: Contractor warrants and represents that it will not violate or infringe any intellectual property right or any other personal or proprietary right and shall indemnify and hold harmless Mason against any claim of infringement of intellectual property rights which may arise under this contract. W. PUBLICITY: The Contractor shall not use, in its external advertising, marketing programs or promotional efforts, any data, pictures, trademarks or other representation of Mason except on the specific written authorization in advance by Mason s designated representative. X. REMEDIES: If the Contractor breaches this Contract, in addition to any other rights or remedies, Mason may terminate this Contract without prior notice. Y. RENEWAL OF CONTRACT: This contract may be renewed by the University as negotiated under the terms and conditions of the original contract except as stated in 1. and 2. below. Price increases may be negotiated only at the time of renewal. Written notice of the University s intention to renew shall be given approximately 90 days prior to the expiration date of each contract period. 1. If the University elects to exercise the option to renew the contract for an additional one-year period, the contract price(s) for the additional one year shall not exceed the contract price(s) of the original contract increased/decreased by more than the percentage increase/decrease of the other services category of the CPI-U section of the Consumer Price Index of the United States Bureau of Labor Statistics for the latest twelve months for which statistics are available. 2. If during any subsequent renewal periods, the University elects to exercise the option to renew the contract, the contract price(s) for the subsequent renewal period shall not exceed the contract price(s) of the previous renewal period increased/decreased by more than the percentage increase/decrease of the other services category of the CPI-U section of the Consumer Price Index of the United States bureau of Labor Statistics for the latest twelve months for which statistics are available. Z. SEVERABILITY: Should any portion of this Contract be declared invalid or unenforceable for any reason, such portion is deemed severable from the Contract and the remainder of this Contract shall remain fully valid and enforceable. AA. BB. CC. DD. SOVEREIGN IMMUNITY: Northing in this Contract shall be deemed a waiver of the sovereign immunity of the Commonwealth of Virginia and of Mason. UNIVERSITY REVIEW/APPROVAL: All goods, services, products, design, etc. produced by the Contractor for or on behalf of Mason are subject to Mason s review and approval. WAIVER: The failure of a party to enforce any provision in this Contract shall not be deemed to be a waiver of such right. NON-DISCRIMINATION: All parties to this Contract agree to not discriminate on the basis of race, color, religion, national origin, sex, pregnancy, childbirth or related medical conditions, age (except where sex or age is a bona fide occupational qualification), marital status or disability. WITNESS WHEREOF, the parties have caused this Contract to be duly executed intending to be bound thereby. Contractor Name Here By: Signature Date Name: Title 15

Proposal for Service

Proposal for Service Proposal for Service Purchasing Office MSN 3C1 4400 University Drive Fairfax, VA 22030 Phone #: (703) 993-2580 Fax #: (703) 993-2589 Note: This document is an offer to provide services to George Mason

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

MANDATORY GENERAL TERMS AND CONDITIONS

MANDATORY GENERAL TERMS AND CONDITIONS MANDATORY GENERAL TERMS AND CONDITIONS A. PURCHASING M AN U AL / G O V E R NING R U LES: This s o l i c i t a t i o n and any resulting contract is s u b j e c t to the provisions of the Commonwealth 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

Request for Proposal. RFP # Recreation T-Shirts

Request for Proposal. RFP # Recreation T-Shirts County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-1212-1 This procurement is governed

More information

TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852P020

TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852P020 TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852P020 Issue Date: January 24, 2018 Title: Healthy Communities Action Teams to Prevention Childhood Obesity Issuing Agency: Virginia Foundation

More information

COMMONWEALTH OF VIRGINIA GENERAL TERMS AND CONDITIONS RADFORD UNIVERSITY

COMMONWEALTH OF VIRGINIA GENERAL TERMS AND CONDITIONS RADFORD UNIVERSITY COMMONWEALTH OF VIRGINIA GENERAL TERMS AND CONDITIONS RADFORD UNIVERSITY Note: For service contracts clauses, Q, R, and S are normally not applicable and may be omitted. For goods contracts, omit clause

More information

Request for Proposal. RFP # Towing Services Inoperable Vehicles

Request for Proposal. RFP # Towing Services Inoperable Vehicles County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-0601-1 This procurement is governed

More information

INVITATION FOR BID IFB GMU-GMU March 14, Chi Nguyen, Katherine Sirotin,

INVITATION FOR BID IFB GMU-GMU March 14, Chi Nguyen, Katherine Sirotin, Purchasing Department 4400 University Drive, Mailstop 3C5 Fairfax, VA 22030 Voice: 703.993.2580 Fax: 703.993.2589 http://fiscal.gmu.edu/purchasing/ INVITATION FOR BID IFB GMU-GMU-1567-19 ISSUE DATE: TITLE:

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

Botetourt County Public Schools

Botetourt County Public Schools Botetourt County Public Schools Request for Proposals # 18-5000 for Architectural and Engineering Services Related to the Design of a New Elementary School One (1) original and four (4) copies of sealed

More information

TOWN OF CHRISTIANSBURG PURCHASING OFFICE 100 EAST MAIN ST. CHRISTIANSBURG, VA PH: FAX:

TOWN OF CHRISTIANSBURG PURCHASING OFFICE 100 EAST MAIN ST. CHRISTIANSBURG, VA PH: FAX: TOWN OF CHRISTIANSBURG PURCHASING OFFICE 100 EAST MAIN ST. CHRISTIANSBURG, VA 24073 PH: 540-382-6128 FAX: 540-382-3762 SECTION I: INSTRUCTIONS TO Proposers Request for Proposal July 5, 2016 RFP Number:

More information

Tobacco Use Prevention Grantees FY

Tobacco Use Prevention Grantees FY Tobacco Use Prevention Grantees FY20162018 701 E. Franklin Street Suite 500 Richmond, VA 23219 www.vfhy.org Table of Contents I. General Terms and Conditions.3 II. Special Terms and Conditions... 9 III.

More information

Invitation For Bid. Uniforms IFB U

Invitation For Bid. Uniforms IFB U Prince George County SCHOOL BOARD Operations Office 6410 Courts Drive Prince George, Virginia 23875 804-733-2700 Fax 804-861-5271 Invitation For Bid Uniforms IFB-19-1807-7U This procurement is governed

More information

GENERAL TERMS AND CONDITIONS

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

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

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows: A. Definitions Contract No. 13139BO0 As used in this Contract the terms are defined as follows: 1. County and/or Owner shall mean the Board of County Supervisors of Prince William County, Virginia, or

More information

Invitation for Bids IFB # VIT

Invitation for Bids IFB # VIT VIRGINIA INTERNATIONAL TERMINALS, LLC Invitation for Bids IFB #2018-02-VIT Internet Circuit INVITATION FOR BID (IFB) TITLE INVITATION FOR BID (IFB) NO: GENERAL INFORMATION Internet Circuit 2018-02-VIT

More information

INVITATION TO BID (ITB)

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

More information

INVITATION FOR BID IFB GMU Katherine Sirotin, Asst. Director, Purchasing,

INVITATION FOR BID IFB GMU Katherine Sirotin, Asst. Director, Purchasing, Purchasing Department 4400 University Drive, Mailstop 3C5 Fairfax, VA 22030 Voice: 703.993.2580 Fax: 703.993.2589 http://fiscal.gmu.edu/purchasing/ INVITATION FOR BID IFB GMU-1451-18 ISSUE DATE: November

More information

REQUEST FOR PROPOSAL AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date May 27, 2015

REQUEST FOR PROPOSAL AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date May 27, 2015 REQUEST FOR PROPOSAL AUDIT SERVICES Cumberland Mountain Community Services Board RFP#: AUDIT2015-2017 Issue Date May 27, 2015 Cumberland Mountain Community Services requests qualified independent certified

More information

Mold Remediation and Clean Up of Central High School

Mold Remediation and Clean Up of Central High School GOOCHLAND COUNTY REQUEST FOR QUOTATION Mold Remediation and Clean Up of Central High School FROM: Goochland County Parks, Recreation & Facilities P.O. Box 10, 1800 Sandy Hook Road Goochland, VA 23063 Phone

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

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

Invitation for Sealed Bids

Invitation for Sealed Bids Commonwealth of Virginia Invitation for Sealed Bids Title: Print Job Vendor Due Date: February 19, 2019 Contact Information: Matthew Sullivan Strategic Sourcing Specialist msullivan@valottery.com, 804-692-7642

More information

Request for Proposal Public Warning Siren System April 8, 2014

Request for Proposal Public Warning Siren System April 8, 2014 Request for Proposal Public Warning Siren System April 8, 2014 THE CITY OF MARTINSVILLE wishes to extend an invitation to all qualified contractors to submit a proposal/s for providing a complete siren

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

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

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

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

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS 1. ANTI-DISCRIMINATION: By submitting their proposals, offerors certify to the Commonwealth that they will conform to the provisions of the Federal Civil Rights Act of

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

NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS

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

More information

INVITATION FOR BIDS LONGWOOD UNIVERSITY MATERIEL MANAGEMENT 201 HIGH STREET FARMVILLE, VIRGINIA 23909

INVITATION FOR BIDS LONGWOOD UNIVERSITY MATERIEL MANAGEMENT 201 HIGH STREET FARMVILLE, VIRGINIA 23909 ISSUE DATE: January 15, 2004 IFB# 214:04-PBXMAIN INVITATION FOR BIDS TITLE: PBX MAINTENANCE AND SERVICE ISSUING AGENCY: COMMONWEALTH OF VIRGINIA LONGWOOD UNIVERSITY MATERIEL MANAGEMENT 201 HIGH STREET

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 RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) May 26, 2017

CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) May 26, 2017 CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716 May 26, 2017 Invitation for Bid M170020519 Tire Installation for Medium Duty, Heavy Duty, Commercial, Fire Apparatus,

More information

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

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

More information

Request for Proposal. RFP # Delinquent Tax Collection Services

Request for Proposal. RFP # Delinquent Tax Collection Services County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-0208-1 This procurement is governed

More information

MPS TERMS AND CONDITIONS FOR BIDS

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

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS RFP Number: 2017ICFMHMQIDPSvcs Issue Date: December 10, 2017 Title: QUALIFIED INTELLECTUAL DISABILITY PROFESSIONAL (QIDP) SERVICES FOR AN INTERMEDIATE CARE FACILITY- Mount Hermon

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 PROPOSAL (RFP) For Voluntary Supplemental Insurance and Administration of Section 125 Plan. Issue Date: September 29, 2017 RFP# /18

REQUEST FOR PROPOSAL (RFP) For Voluntary Supplemental Insurance and Administration of Section 125 Plan. Issue Date: September 29, 2017 RFP# /18 REQUEST FOR PROPOSAL (RFP) For Voluntary Supplemental Insurance and Administration of Section 125 Plan Issue Date: September 29, 2017 RFP# 3-2017/18 Title: Voluntary Supplemental Insurance and Administration

More information

NORTH CAROLINA CENTRAL UNIVERSITY

NORTH CAROLINA CENTRAL UNIVERSITY NORTH CAROLINA CENTRAL UNIVERSITY PROFESSIONAL SERVICES AGREEMENT Between North Carolina Central University 1801 Fayetteville Street Durham, North Carolina 27707 And THIS AGREEMENT made and entered into

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

LOBBYGUARD SOLUTIONS, LLC RESELLER AGREEMENT

LOBBYGUARD SOLUTIONS, LLC RESELLER AGREEMENT LOBBYGUARD SOLUTIONS, LLC RESELLER AGREEMENT This Reseller Agreement (this "Agreement") is effective the day of 2016 (the "Effective Date") by and between LobbyGuard Solutions, LLC, a North Carolina limited

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

CONTRACT FOR SERVICES RECITALS

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

More information

INVITATION FOR BID GMU

INVITATION FOR BID GMU Purchasing Department Mailing Address: 4400 University Drive, Mailstop 3C5 Street Address: 4441 George Mason Boulevard, 4 th Floor, Suite 4200 Fairfax, Va. 22030 Voice: 703.993.2580 Fax: 703.993.2589 http://fiscal.gmu.edu/purchasing/

More information

VIRGINIA DEPARTMENT OF TRANSPORTATION INVITATION FOR BIDS (IFB)

VIRGINIA DEPARTMENT OF TRANSPORTATION INVITATION FOR BIDS (IFB) VIRGINIA DEPARTMENT OF TRANSPORTATION INVITATION FOR BIDS (IFB) Issue Date: June 25, 2013 IFB# 151135, Lynchburg District Office, Appomattox, Dillwyn & Halifax Residencies Commodity Code: 93634 Issuing

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

REQUEST FOR PROPOSALS GMU

REQUEST FOR PROPOSALS GMU Purchasing Department 4400 University Drive, Mailstop 3C5 Fairfax, VA 22030 Voice: 703.993.2580 Fax: 703.993.2589 http://fiscal.gmu.edu/purchasing/ REQUEST FOR PROPOSALS GMU-1491-18 ISSUE DATE: April 9,

More information

REQUEST FOR QUOTATION Relocation of Office Trailer RFQ NUMBER:

REQUEST FOR QUOTATION Relocation of Office Trailer RFQ NUMBER: COUNTY OF DINWIDDIE, VIRGINIA 14016 BOYDTON PLANK RD PO DRAWER 70 DINWIDDIE, VA 23841 http://www.dinwiddieva.us REQUEST FOR QUOTATION Relocation of Office Trailer RFQ NUMBER: 18-101118 ISSUE DATE: October

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

GEORGE MASON UNIVERSITY Student Services Entertainment and Event Agreement

GEORGE MASON UNIVERSITY Student Services Entertainment and Event Agreement GEORGE MASON UNIVERSITY Student Services Entertainment and Event Agreement George Mason University ( University ) and ( Performer ), in consideration of the mutual promises and conditions found in this

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

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT THIS Agreement is made effective as of the day of 201_, by and between the City of Port Orchard, a municipal corporation, organized under the laws of

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

INVITATION FOR BID BID NO. B Premium Pyxis Medstation 4000

INVITATION FOR BID BID NO. B Premium Pyxis Medstation 4000 INVITATION FOR BID BID NO. B017003 Premium Pyxis Medstation 4000 ARKANSAS TECH UNIVERSITY Procurement and Risk Management Services Young Building East End 203 West O Street Russellville, AR 72801-2222

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

Request for Sealed Proposals

Request for Sealed Proposals Commonwealth of Virginia Request for Sealed Proposals Title: Market Research Services Due Date: March 2, 2017 Contact Information: Mike Gerdes Strategic Sourcing Specialist MGerdes@valottery.com; 804-692-7644

More information

REQUEST FOR PROPOSAL. Nurturing Parent Program

REQUEST FOR PROPOSAL. Nurturing Parent Program REQUEST FOR PROPOSAL Nurturing Parent Program 1. INTRODUCTION. 1.1 The Bedford County Depart ment of Social Services invites sealed proposals from qualified firms and/or individuals to facilitate an evidence

More information

OLD DOMINION UNIVERSITY INVITATION FOR BIDS SEALED - IFB # CCC

OLD DOMINION UNIVERSITY INVITATION FOR BIDS SEALED - IFB # CCC OLD DOMINION UNIVERSITY INVITATION FOR BIDS SEALED - IFB #12-221-0009-CCC Title: Dormitory Fixtures Issue Date: October 5, 2011 Due Date and Time: October 17, 2011 NLT 2:00 PM Local Time (mailed or hand

More information

Request for Proposals for Agent of Record/Insurance Broker Services

Request for Proposals for Agent of Record/Insurance Broker Services County of Charlotte PO Box 608 250 LeGrande Ave; Suite A Charlotte Court House, VA 23923 Request for Proposals for Agent of Record/Insurance Broker Services Note: This public body does not discriminate

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

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

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

More information

Invitation for Sealed Bids

Invitation for Sealed Bids Commonwealth of Virginia Invitation for Sealed Bids Title: Medeco Locks and Keys Due Date: August 18, 2016 Contact Information: Pamela S. Mackey, VCO Senior Contract Specialist pmackey@valottery.com; 804

More information

COUNTY OF SCOTT, VIRGINIA REQUEST FOR PROPOSAL FOR ACCOUNTING SERVICES

COUNTY OF SCOTT, VIRGINIA REQUEST FOR PROPOSAL FOR ACCOUNTING SERVICES COUNTY OF SCOTT, VIRGINIA REQUEST FOR PROPOSAL FOR ACCOUNTING SERVICES The Board of Supervisors of Scott County (hereinafter called the "County") invites qualified certified public accountants (hereinafter

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

NORTHWESTERN COMMUNITY SERVICES

NORTHWESTERN COMMUNITY SERVICES NORTHWESTERN COMMUNITY SERVICES AUDIT SERVICES: NORTHWESTERN COMMUNITY SERVICES REQUEST FOR PROPOSAL Issue Date: May 25, 2018 The Northwestern Community Services requests qualified independent certified

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

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

CONSTRUCTION CONTRACT

CONSTRUCTION CONTRACT CONSTRUCTION OR: Name Mailing Address City, State, Zip Code Telephone Number Fax Number E-mail address BID ACCEPTANCE DATE: COMPLETION DATE: DATE: TOTAL BID : TABLE OF CONTENTS ARTICLE 1 PARTIES... Page

More information

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

CITY OF OAK HARBOR REQUEST FOR PROPOSAL CITY OF OAK HARBOR REQUEST FOR PROPOSAL WHIDBEY ISLAND MARATHON SHUTTLE SERVICE 2016 CALENDAR OF EVENTS Request for Proposals Published.. February 13, 2016 Closing Date for Receipt of Proposals.. February

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

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

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

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

PURCHASE ORDER TERMS AND CONDITIONS 1. ACCEPTANCE, SCOPE. This Purchase Order is for the purchase of goods, services, or both as described on the

PURCHASE ORDER TERMS AND CONDITIONS 1. ACCEPTANCE, SCOPE. This Purchase Order is for the purchase of goods, services, or both as described on the PURCHASE ORDER TERMS AND CONDITIONS 1. ACCEPTANCE, SCOPE. This Purchase Order is for the purchase of goods, services, or both as described on the face of this document (collectively, Goods ) and is issued

More information

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation *** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is

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

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

Union College Schenectady, NY General Purchasing Terms & Conditions

Union College Schenectady, NY General Purchasing Terms & Conditions Union College Schenectady, NY 12308 General Purchasing Terms & Conditions 1. DEFINITIONS. a. UNION COLLEGE represents the Trustees of Union College, is the purchaser of goods specified in the Purchase

More information

INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251

INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 DATE April 12, 2017 TABLE OF CONTENTS 1. SUMMARY AND BACKGROUND...

More information

for Electrical Engineering Services for Smyth County School Board An Original and Three (3) complete copies of Sealed Proposals Due

for Electrical Engineering Services for Smyth County School Board An Original and Three (3) complete copies of Sealed Proposals Due LAURA B. HALL, CHAIRPERSON JERRY W. CATRON, VICE CHAIRMAN DARLENE DOYLE, CLERK JESSE CHOATE SMYTH COUNTY SCHOOL BOARD DR. MICHAEL M. ROBINSON, DIVISION SUPERINTENDENT 121 BAGLEY CIRCLE, SUITE 300 MARION,

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

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

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

Invitation For Bid. Gasoline, Diesel Fuel, Fuel Oil, & Propane IFB F

Invitation For Bid. Gasoline, Diesel Fuel, Fuel Oil, & Propane IFB F Prince George County SCHOOL BOARD Operations Office 6410 Courts Drive Prince George, Virginia 23875 804-733-2700 Fax 804-861-5271 Invitation For Bid Gasoline, Diesel Fuel, Fuel Oil, & Propane IFB-19-1807-1F

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

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE

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

More information

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

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

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

More information

BENTON COUNTY PERSONAL SERVICES CONTRACT

BENTON COUNTY PERSONAL SERVICES CONTRACT BENTON COUNTY PERSONAL SERVICES CONTRACT This is an agreement by and between BENTON COUNTY, OREGON, a political subdivision of the State of Oregon, hereinafter called COUNTY, and hereinafter called CONTRACTOR.

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

MIDDLE PENINSULA REGIONAL SECURITY CENTER REQUEST FOR PROPOSAL SECURITY SYSTEM INSTALLATION AND SUBSEQUENT SERVICE/MAINTENANCE

MIDDLE PENINSULA REGIONAL SECURITY CENTER REQUEST FOR PROPOSAL SECURITY SYSTEM INSTALLATION AND SUBSEQUENT SERVICE/MAINTENANCE MIDDLE PENINSULA REGIONAL SECURITY CENTER REQUEST FOR PROPOSAL SECURITY SYSTEM INSTALLATION AND SUBSEQUENT SERVICE/MAINTENANCE ACCEPTANCE DATE: 3:00 p.m., July 15, 2013 Local Verizon Time ACCEPTANCE LOCATION:

More information

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES CITY OF SUISUN CITY CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES THIS CONTRACT SERVICES AGREEMENT (herein Agreement ) is made and entered into this day

More information

DOING BUSINESS WITH NEWPORT NEWS PUBLIC SCHOOLS... A VENDOR S GUIDE TO UNDERSTANDING NNPS PROCUREMENT PRACTICES

DOING BUSINESS WITH NEWPORT NEWS PUBLIC SCHOOLS... A VENDOR S GUIDE TO UNDERSTANDING NNPS PROCUREMENT PRACTICES DOING BUSINESS WITH NEWPORT NEWS PUBLIC SCHOOLS.... A VENDOR S GUIDE TO UNDERSTANDING NNPS PROCUREMENT PRACTICES July 2014 NEWPORT NEWS PUBLIC SCHOOLS (NNPS) PURCHASING DEPARTMENT The following Purchasing

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Sealed proposals will be received at the WESTERN TIDEWATER REGIONAL JAIL Attn: Tim Wertheimer Director, Administration and Support Services 2402 Godwin Blvd Suffolk, Virginia 23434

More information

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

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

More information

School of Integrative Studies George Mason University INTERNSHIP SITE APPLICATION

School of Integrative Studies George Mason University INTERNSHIP SITE APPLICATION INTERNSHIP SITE APPLICATION Please E-mail a LEGIBLE scanned copy of this completed application packet to: Marlon Dortc h @ mdortc h@gmu.edu OR deliver to the School of Integrative Studies in Enterprise

More information