CHABOT-LAS POSITAS COMMUNITY COLLEGE DISTRICT. INVITATION FOR BID No

Size: px
Start display at page:

Download "CHABOT-LAS POSITAS COMMUNITY COLLEGE DISTRICT. INVITATION FOR BID No"

Transcription

1 CHABOT-LAS POSITAS COMMUNITY COLLEGE DISTRICT INVITATION FOR BID No Dental Chairs, Operator Stools, and Accessories - Chabot College Bids Due: May 22, 2007at 2:00 P.M. Purchasing & Warehouse Services Department District Office 5020 Franklin Drive Pleasanton, California 94588

2 INVITATION FOR BID NO Dental Chairs, Operator Stools, and Accessories - Chabot College SECTION A BACKGROUND AND PURPOSE Chabot-Las Positas Community College District (District), (CLPCCD), is seeking to purchase new and unused Dental Chairs, Operator Stools, and Accessories for instructors and students at Chabot College. The purpose of this Invitation for Bid (IFB) is to establish a contract with a vendor or vendors to furnish, deliver, install, successfully operate and provide adequate training on the proper use and maintenance of, the new Dental Chairs, Operator Stools, and Accessories. In this document, CLPCCD is requesting sealed bids and competitive pricing from qualified firms. Bidders are encouraged to investigate and provide all possible educational, quantity and other discounts. SECTION B NOTICE TO BIDDERS Notice is hereby given that the Board of Trustees of the Chabot-Las Positas Community College District, State of California, hereby calls for sealed bids for BID No , Dental Chairs, Operator Stools, and Accessories, Chabot College to be delivered to the Buyer, Purchasing and Warehouse Services Department, 5020 Franklin Drive, Pleasanton, California until May 22, 2007 at 2:00 p.m. at which time and place the bids will be opened and publicly read. Faxed or ed bids will not be accepted. Bids shall be presented in accordance with the specifications for the same, which are included here and are on file with the Buyer, Purchasing and Warehouse Services Department at the office address listed above. Inquiries regarding this bid should be directed to the Buyer, Purchasing and Warehouse Services Department in writing, via facsimile or at fax (925) or echiu@clpccd.org. Reference Bid No on all inquiries. The Board of Trustees reserves the right to reject any and all bids or any and all items of such bids. This bid is subject to any and all applicable laws, regulations and standards. SECTION C EQUIPMENT LIST AND SPECIFICATIONS CLPCCD requests prices for each of the items described in the Bid Form. Page 1 of 15

3 SECTION D - BID FORM AND SIGNATURE FORM BID FORM Bidder Name: ITEM No. QTY. UNIT DESCRIPTION 1 18 EA ADEC 511 Dental Chair w/ Upholstery, Taupe color. No Substitute SUPPLIED STANDARD YES OR NO? Unit Price Extended Price 2 18 EA ADEC 571 Unit Mount Light No Substitute 3 18 EA 4 14 EA 5 14 EA ADEC Cascade 1601 Doctor's Stool No Substitute ADEC Misc Parts to complete installation using the existing 3130 Delivery Systems No Substitute Labor to Install Fourteen (14) EA. of the above items 1-4 (non taxable) Applicable Sales Tax (8.75%) 6 Sub-Total Less Trade-In Discount for Fourteen (14) A-dec model 1015 Chairs s/n # with light # 6300 s/n # k Grand Total Unless otherwise instructed, bid manufacturers and models listed. The District reserves the right to, partially or wholly, accept or reject any and all bids. ANY OFFER ACCEPTED BY THE DISTRICT MUST COMPLY WITH DELIVERY SCHEDULE REQUIRED BY SECTION F. BIDDER CERTIFIES COMPLIANCE WITH DELIVERY SCHEDULE: YES NO WARRANTY INCLUDED: YES NO. Reference SECTION E. Page 2 of 15

4 SIGNATURE FORM TO: CHABOT-LAS POSITAS COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees (the "District"), 5020 Franklin Drive, Pleasanton, California FROM: (Firm Name of Bidder) (Address) (City, State, Zip Code) (Telephone and Facsimile) (Name(s) of Bidder's Authorized Representative(s)) 1. Bid. 1.1 Bid Amounts. The undersigned Bidder proposes and agrees to provide the equipment, materials, services and related documentation required for the bid described as, Bid No , Dental Chair, Operator Stools, and Accessories, Chabot College, in the amounts listed on the Bid Forms. The bid amounts are exclusive of any State of California or local sales or use. The Bidder confirms that it has checked all of the above figures and understands that neither the District nor any of its agents, employees or representatives shall be responsible for any errors or omissions on the part of the undersigned Bidder in preparing and submitting this Bid. 1.2 Acknowledgment of Bid Addenda. In submitting this Bid, the undersigned Bidder acknowledges receipt of all Bid Addenda issued by or on behalf of the District, as set forth below. The Bidder confirms that this Bid incorporates and is inclusive of, all items or other matters contained in Bid Addenda. Addenda Nos. received, acknowledged and incorporated into this Bid. (initial) 2. Documents Accompanying Bid. The Bidder has submitted with this Bid the following: (a) Non-Collusion Affidavit; (b) Bid Forms; (c) Bid Signature Form; (d) and Drug-Free Workplace Certification (e) warranty information and (f) references. The Bidder acknowledges that if this Bid and the foregoing documents are not fully in compliance with applicable requirements set forth in the Notice Calling for Bids, the Instructions for Bidders and in each of the foregoing documents, the Bid may be rejected as non-responsive. Page 3 of 15

5 3. Award of Contract. It is the intent of the District to issue a Purchase Order(s). It is expected that the successful contractor(s) will meet all requirements of this bid and the purchase order. 4. Acknowledgement and Confirmation. The undersigned Bidder acknowledges its receipt, review and understanding of the business requirements, specifications and other contract documents pertaining to this bid. The undersigned Bidder certifies that the contract documents are, in its opinion, adequate, feasible and complete. The undersigned bidder certifies that is has, all necessary equipment, personnel, materials, technical and financial ability to complete the Work for the amount bid herein within the Contract time and in accordance with the Contract Documents. By: (Authorized Signature) (Typed or Printed Name) (END OF SIGNATURE FORM) Page 4 of 15

6 SECTION E - WARRANTY REQUIREMENTS Warranties are required. Provide all applicable warranty information offered hereunder. Warranty information may be attached to this bid as necessary. SECTION F DELIVERY, INSTALLATION AND SPECIAL STORAGE REQUIREMENTS Time is of the essence. The District must ensure the continuation of the educational program. The District therefore requires that the equipment listed herein be installed, tested and ready for use by students during the period July 11, 2007 through July 13, 2007, unless otherwise agreed to by the District representative. Any bidder submitting a response to this invitation thereby guarantees compliance with the delivery, installation and training requirements. Partial Delivery and Storage by Vendor: Vendor is required to complete 14 stations at Chabot College in their entirety. Four (4) stations will not be completed until a future construction project remodels the facility and expands the Clinic to 18 total stations. Therefore the successful vendor will be required to furnish and store four (4) complete stations as specified in items 1-3 of the Bid Form at no additional charge. Upon successful completion of the 14 current stations the District, based upon proof that the remaining equipment of four (4) stations is properly stored and covered for risk of damage or theft by insurance, will make payment to Vendor for the additional quantity of the specified items. At such time as the construction work has advanced and the facility made ready to accept the District owned and stored equipment for the four (4) new stations, the successful vendor will be required to deliver the equipment. Other Vendor Responsibility: 1. All deliveries will be made to the Chabot College Dental Hygiene Clinic Building 2200, Room Equipment shall be successfully off loaded from the truck, and set in place, set up and successfully operated on the ground, in place by vendor. The vendor will connect the new dental chairs to the District s existing utility boxes and waterlines. The utility box connection is 1 ¾. 2. TRADE IN and REMOVAL of 14 old dental chairs with accessories (ADEC Model 1015) and 14 operator stools by the successful bidder shall take place on Monday July 9, 2007 starting at 8:00AM. The Dental Clinic does not have a loading dock and is not immediately adjacent to a parking lot. Therefore, the successful bidder must plan accordingly to move equipment to and from the Dental Clinic. 3 All bidder prices must be inclusive of trade-in credit for existing equipment; training; costs to remove and haul away existing equipment; delivery, off-loading, assembly, and installation of new equipment; and the removal off site, of all related packing materials and debris. Page 5 of 15

7 District Responsibility: CLPCCD staff from the District s Maintenance and Operations Department will disconnect the existing umbilical from the utility boxes on or before July 9, 2007 and prior to receipt of the new chairs. The District s custodial staff will clean the Dental Clinic floors on July 10, The Campus location is as follows: Chabot College Hesperian Blvd. Hayward, California Please view the web site for general campus information: Orders require an Authorized District Purchase Order and will be placed via , fax, phone or U.S. Mail from CLPCCD's Purchasing Department. All shipments shall be made FOB: destination, Freight: prepaid and allowed. SECTION G - CONTRACT TIME The successful firm will be required to complete the contract by the completion date provided in the Bid Form unless otherwise mutually agreed upon by both parties. After receipt of order, vendors(s) shall furnish, deliver and install the equipment in accordance with the delivery requirements as directed by the Dental Hygiene Program Director or Dean of Health, PE & Athletics. It is required that contractor provide expedited delivery whenever the delivery and installation needs of CLPCCD dictate that need. SECTION H - INSTRUCTIONS TO BIDDERS An original and one (1) copy of the bid must be submitted. Bids must be addressed and delivered no later than 2:00 PM. PST, May 22, Please plan deliveries accordingly. Deliver bids to: Eva Chiu, Buyer Purchasing and Warehouse Services Department Chabot-Las Positas Community College District, District Office 5020 Franklin Drive Pleasanton, California GENERAL INSTRUCTIONS: 1. Bids received after the deadline for closing will be returned unopened unless necessary for identification purposes. CLPCCD is not responsible for mail/messenger delays. 2. The District reserves the right to conduct discussions with all bidders, including the Page 6 of 15

8 bidder(s) who appear(s) to have been selected, to request or require clarification, additional information or additional documentation prior to an official award(s). An oral presentation prior to awards(s) may be required by the District. 3. Any information considered to be proprietary by the bidder shall be marked or stamped "Proprietary Information." Pricing information will not be considered proprietary. 4. Award: The award shall be made to the responsible bidder(s) providing the lowest responsive bid. The award will be in accordance with CLPCCD Board Policy and Procedures, all laws, rules and regulations. CLCCD reserves the right to award one or more purchase orders. 5. Format: Bids must be submitted on the CLPCCD Bid Forms and Bid Signature Form along with any other required submittals that meet both format and content requirements listed herein. 6. Bidders may be required to provide the District with samples each of the specified item for evaluation and inspection for a period up to one week. 7. The District reserves the right to reject any or all bids of any part thereof, or to withhold the award and to waive or decline to waive irregularities in any proposal when it is determined to be in the District's best interest. 8. The successful bidder(s) is expected to enter into a Standard Agreement approved by the Board of Trustees of CLPCCD, which includes the Standard Purchase Order Terms and Conditions, which are included herein. 9. Under a subsequent contract, Contractor will be required to submit any and all technical manuals per each type of equipment described in this Bid. 10. The District reserves the right to make a partial award to multiple vendors, so as to best meet the needs of the District. SPECIAL INSTRUCTIONS 1. Contractor must set forth herein of any modification(s) or exception(s). District reserves the right of refusal and will return all unauthorized substitutions. 2. Questions from bidders will be answered promptly by the District. The last day for questions is May 15, 2007 at 2:00PM. Questions shall be directed to Eva Chiu, Buyer, Purchasing and Warehouse Services Department in writing, via facsimile Fax: (925) or echiu@clpccd.org SECTION I RESPONSIBLE BIDDER AND REPONSIVE BID In order to be determined as a responsible bidder submitting a responsive bid, bidders must comply with all requirements in all sections of this bid, including provision of the following: 1. Complete and submit Attachments A and B with your bid. 2. Provide evidence that your firm is authorized to sell, install, maintain and repair A-Dec brand Dental Chairs. Page 7 of 15

9 SECTION J- POST SALE SERVICES The District requires any firm awarded a purchase order as a result of this Bid provide inservice training to District staff, on-site at Chabot College. Training shall be complete to the extent it is sufficient to familiarize staff with equipment operation, features, safety, adjustments, trouble shooting, maintenance and repair needs. The successful bidder shall meet the following requirements Provide authorized technical support for repair and maintenance of the dental chairs and operator chairs within 24 hours of a request for service; Provide a thoroughly trained service representative that will be available to respond to requests for service within the 24 hour time period stated in the previous bullet; Have a service center within a Fifty (50) mile radius of the Dental Clinic facility; and Provide a warranty for labor at no cost to the Dental Hygiene Program of the College District for a period of not less than one (1) year from the installation date. (End of Section) Page 8 of 15

10 SECTION K - GENERAL PROVISIONS FOR WORK AND SERVICES General Provisions for Work and Services For Purchase Order # This Agreement for services is made by and between (Contractor) and the Chabot-Las Positas Community College District (District) as of. 1. TERM: This Agreement is effective and will continue until. The agreement may be extended if agreed to in writing by both parties. Either party may cancel this agreement with 30 days written notice to the other party. 2. SERVICES: Subject to the terms and conditions set forth in this Agreement, Contractor shall provide to the District Services as described in the Purchase Order and/or Contractor s bid proposal and made a part of this Agreement. Contractor agrees to keep the District regularly informed of the progress of work performed under this Agreement. The District has the right to approve personnel assigned to perform these services. 3. COMPENSATION: The District will pay Contractor as specified in the Purchase Order. No increase in amount or scope of services is authorized without formal written amendment to this Agreement. 4. TERMINATION: This Agreement may be terminated by the District, at its sole discretion, upon ten-day advance notice thereof to the Contractor or canceled immediately by written mutual consent. In the event of termination, Contractor shall be entitled to compensation for services performed to the effective date of termination. 5. CONFLICTS OF INTEREST: To avoid any potential conflict of interest problems, Contractor represents that it does not employ or retain the services of any spouse or family member of any District employees, nor has it furnished any financial compensation for the pursuit of business with the District. 6. INDEPENDENT CONTRACTOR STATUS: This Agreement is by and between the District and an independent contractor and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. As an independent contractor, Contractor will be solely responsible for determining the means and methods for performing the services described herein. Contractor will assign the Contractors it proposes to use. Contractor shall be responsible for deducting all federal, state and local income taxes, FICA and other charges, if any, to be deducted from the compensation of Contractor s employees. Nothing in this Agreement shall be interpreted as creating or establishing a relationship of employer and employee between the District and Contractor or any employee or agent of Contractor. Each and every person providing services to the District under this Agreement shall, at all times, remain an employee of Contractor. Contractor s employees shall not, at any time, or in any way, be entitled to sick leave, vacations, retirement, or other fringe benefits from the District, nor shall they be entitled to overtime pay from the District. Contractor is solely responsible for paying all necessary State or Federal tax for itself and its employees. The District will make no State or Federal unemployment insurance or disability insurance contributions on behalf of the Contractor and/or its employees. Neither Contractor nor its employees shall be included in the classified or faculty service, have any property rights to any position, or have any of the rights an employee of the District may otherwise have in the event of termination of this Agreement. The District further understands and agrees that Contractor is engaged in an independent business and the District shall have no right to direct or control in any way or to any degree the manner of Contractor s performance hereunder. Contractor understands that it is not authorized and shall not make any agreement, contract or representation on behalf of the District or create any obligation, express or implied, on the part of the District. Page 9 of 15

11 7. NON-ASSIGNABILITY: This Agreement is not assignable by the parties hereto without the express advance written consent of the other party. If assigned, this contract shall inure to the benefit of, and be binding upon, the heirs, legal representatives, successors and assigns of each party hereto. 8. INDEMNIFICATION: The Contractor shall defend, save harmless and indemnify the District and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees. The District shall defend, save harmless and indemnify the Contractor and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of District hereunder, resulting from the conduct, negligent or otherwise, of District, its agents, servants, employees or subcontractors hereunder. 9. FORCE MAJEURE: Neither party to this Agreement will be liable to the other for any failure or delay in performance under this Agreement due to circumstances beyond its reasonable control including without limitation, Acts of God, accident, labor disruption, acts, omissions and defaults of third parties, and official, governmental and judicial action not the fault of the party failing or delaying in performance. 10. COMPLIANCE WITH APPLICABLE LAWS: Contractor and any subcontractors shall comply with all laws applicable to the performance of the work hereunder. Contractor represents and warrants to District that Contractor and its employees, agents, and any subcontractors have all licenses, permits, qualifications, and approvals of whatsoever nature that are legally required to practice their respective professions. Contractor represents and warrants to District that Contractor and its employees, agents, any subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required to practice their respective business or profession. In addition to the foregoing, Contractor and any subcontractors shall obtain and maintain during the term of this Agreement valid local business licenses that are required. 11. NON-DISCRIMINATION: Contractor agrees that it will not unlawfully discriminate on the basis of race, color, religion, gender, national origin, age or medical condition, sexual orientation or marital status or any other characteristic protected by law in the delivery of programs or services set forth herein. 12. WARRANTY: Contractor shall diligently and carefully perform all work required hereunder in a good and workmanlike manner according to the standards observed by a competent practitioner of the profession in which Contractor is engaged in the geographical area in which Contractor practices its profession, and shall furnish all labor, supervision, materials, equipment and supplies necessary therefore. 13. INSURANCE: Contractor shall at all times during the term of this Agreement, or any extension thereof, maintain comprehensive general liability insurance coverage in the amount of $1,000,000 per occurrence and in the aggregate for all claims made during any one policy year. Contractor shall, upon request of the District, provide proof that the services provided are covered under its policy and that the District is named or fully covered as an additional insured. 14. WORKER S COMPENSATION INSURANCE: Contractor agrees to comply fully with all provisions of all applicable workers' compensation insurance laws, and shall procure and maintain in full force and effect worker s compensation insurance covering its partners, employees and agents while said persons are performing services pursuant to this Agreement. In the event that an employee of Contractor performing this Agreement files a worker s compensation claim against the District, Contractor agrees to defend and hold the District harmless from such claim. Page 10 of 15

12 15. ENTIRE AGREEMENT; NO WAIVER: This Agreement constitutes the entire agreement between the parties hereto pertaining to the subject matter hereof and supersedes all prior agreements, understandings, negotiations and discussions, whether oral or written, of the parties, and there are no warranties, representations or other agreements between the parties in connection with the subject matter hereof, except as specifically set forth herein. Except as otherwise provided by this Agreement, no supplement, modification, waiver or termination of this Agreement shall be binding unless executed in writing by the parties to be bound thereby. A waiver of any breach or any of the covenants, terms or provisions of this Agreement shall not be construed as a waiver of any subsequent breach of the same or any other covenant, term or provision. When there is a conflict between the Contractor s bid proposal Terms and Conditions and the District s, the District s shall supersede OWNERSHIP OF WORKS FOR HIRE: All matters produced under this Agreement shall be works for hire and shall become the sole property of the District. Said works cannot be used for any other client or purposes without the District s expressed written permission. District shall have all right, title and interest in said matters, including the right to obtain and maintain the copyright, trademark, and/or patent of said matters in the name of the District. 17. GOVERNING LAW: This Agreement shall be governed by and construed in accordance with the laws of the State of California. 18. VENUE: In the event that either party brings any action against the other under this Agreement, the parties agree that trial of such action shall be vested exclusively in the state courts of California in the County of Alameda or in the United States District Court for the Northern District of California. 19. NO THIRD PARTY BENEFICIARIES: Nothing in this Agreement shall be construed to create any duty, standard of care, or liability to anyone other than the Parties to this Agreement. No one is an intended thirdparty beneficiary of this Agreement. 20. ATTORNEYS FEES: If a party to this Agreement brings any action, including an action for declaratory relief, to enforce or interpret the provision of this Agreement, the prevailing party shall be entitled to reasonable attorneys fees in addition to any other relief to which that party may be entitled. The court may set such fees in the same action or in a separate action brought for that purpose. 21. CAPTIONS: The captions used herein as headings of the various paragraphs and subparagraphs hereof are for convenience only, and the parties agree that such captions are not to be construed as a part of the Agreement or to be used in determining or construing the intent or context of this Agreement. 22. COUNTERPARTS: This Agreement may be executed in any number of counterpart copies, all of which shall constitute one and the same Agreement and each of which shall constitute an original. 23. SEVERABILITY: If any of the provisions or portions thereof of this Agreement are held to be unenforceable or invalid by any court of competent jurisdiction, the validity and enforceability of the remaining provisions or portions thereof shall not be affected thereby. Page 11 of 15

13 ATTACHMENT A STATE OF CALIFORNIA COUNTY OF NON-COLLUSION AFFIDAVIT I,, being first duly sworn, deposes and says that I am (Typed or Printed Name) The of, the party submitting (Title) (Bidder Name) the foregoing Bid Proposal ( the Bidder ). In connection with the foregoing Bid Proposal, the undersigned declares, states and certifies that: 1. The Bid Proposal is not made in the interest of or on behalf of, any undisclosed person, partnership, company, association, organization or corporation. 2. The Bid Proposal is genuine and not collusive or sham. 3. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any other bidder or anyone else to put in sham bid, or to retain from bidding. 4. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to fix any overhead, profit or cost element of the bid price or that of any other bidder, or to secure any advantage against the public body awarding the contract or of anyone interested in the proposed contract. 5. All statements contained in the Bid Proposal and related documents are true. 6. The bidder has not, directly or indirectly, submitted the bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any person, corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Executed this day of, 20 at (City. County and State) I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Signature (Address) Name Printed or Typed (City, County and State) ( ) (Area Code and Telephone Number) Page 12 of 15

14 ATTACHMENT B DRUG-FREE WORKPLACE CERTIFICATION I,, am the of (Print Name) (Title). I declare, state and certify to all of the following. (Contractor Name) 1. I am aware of the provisions and requirements of California Government Code 8350 et seq., the Drug Free Workplace Act of I am authorized to certify, and do certify, on behalf of Contractor that a drug free workplace will be provided by Contractor by doing all of the following: A. Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensation, possession or use of a controlled substance is prohibited in Contractor's workplace and specifying actions which will be taken against employees for violation of the prohibition; B. Establishing a drug-free awareness program to inform employees about all of the following: (i) (ii) (iii) (iv) The dangers of drug abuse in the workplace; Contractor's policy of maintaining a drug-free workplace; The availability of drug counseling, rehabilitation and employee-assistance programs; and The penalties that may be imposed upon employees for drug abuse violations; C. Requiring that each employee engaged in the performance of the Contract be given a copy of the statement required by subdivision (A), above, and that as a condition of employment by Contractor in connection with the Work of the Contract, the employee agrees to abide by the terms of the statement. 3. Contractor agrees to fulfill and discharge all of Contractor's obligations under the terms and requirements of California Government Code 8355 by, inter alia, publishing a statement notifying employees concerning: (a) the prohibition of any controlled substance in the workplace, (b) establishing a drug-free awareness program, and (c) requiring that each employee engaged in the performance of the Work of the Contract be given a copy of the statement required by California Government Code 8355(a) and requiring that the employee agree to abide by the terms of that statement. 4. Contractor and I understand that if the District determines that Contractor has either: (a) made a false certification herein, or (b) violated this certification by failing to carry out and to implement the requirements of California Government Code 8355, the Contract awarded herein is subject to termination, suspension of payments, or both. Contractor and I further understand that, should Contractor violate the terms of the Drug-Free Workplace Act of 1990, Contractor may be subject to debarment in accordance with the provisions of California Government Code 8350, et seq. 5. Contractor and I acknowledge that Contractor and I are aware of the provisions of California Government Code 8350, et seq. and hereby certify that Contractor and I will adhere to, fulfill, satisfy and discharge all provisions of and obligations under the Drug-Free Workplace Act of I declare under penalty of perjury under the laws of the State of California that all of the foregoing is true and correct. Executed at, 20. (City and State) this day of (Signature) (Handwritten or Typed Name) Page 13 of 15

2. Develop recommendations and best practices for the District to following in serving these students.

2. Develop recommendations and best practices for the District to following in serving these students. Homeless & Food Insecurity Services RFQ XXX Due no later than: Add Date, 2017 by 4pm to Purchasing, 33 Gough Street, San Francisco, CA 94103 khennig@ccsf.edu City College of San Francisco seeks a contractor(s)

More information

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH: PROFESSIONAL SERVICES AGREEMENT For On-Call Services THIS AGREEMENT is made and entered into this ENTER DAY of ENTER MONTH, ENTER YEAR, in the City of Pleasanton, County of Alameda, State of California,

More information

TULARE COUNTY OFFICE OF EDUCATION. Router

TULARE COUNTY OFFICE OF EDUCATION. Router TULARE COUNTY OFFICE OF EDUCATION REQUEST FOR PROPOSAL #18.08 La Sierra Military Academy E-Rate Router Issuing Date: 1/17/18 Due Date and Time: 2/27/18 @ 2:00:00 pm Tulare County Office of Education 6200

More information

TULARE COUNTY OFFICE OF EDUCATION. Router

TULARE COUNTY OFFICE OF EDUCATION. Router TULARE COUNTY OFFICE OF EDUCATION REQUEST FOR PROPOSAL #18.06 Court Community Schools E-Rate Router Issuing Date: 1/10/18 Due Date and Time: 2/21/18 @ 2:00:00 pm Tulare County Office of Education 6200

More information

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID DO NOT INCLUDE REYCLING FEE IN YOUR BID LINCOLN UNIFIED SCHOOL DISTRICT -- -- -- -- -- -- -- -- CHROMEBOOK BID INSTRUCTIONS TO BIDDERS SPECIFICATIONS BID OPENING JULY 6, 2015, 12:00PM EDUCATION CENTER

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

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Just in Time Classroom and Office Supplies Bid # 15/16-006

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Just in Time Classroom and Office Supplies Bid # 15/16-006 Corona-Norco Unified School District 2820 Clark Ave. Norco, CA 92860 Just in Time Classroom and Office Supplies Bid # 15/16-006 November 16, 2015 1 Just in Time Classroom and Office Supplies Bid # 15/16-006

More information

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Dairy Products. Bid # 14/15-002CNS

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Dairy Products. Bid # 14/15-002CNS Corona-Norco Unified School District 2820 Clark Ave. Norco, CA 92860 Dairy Products Bid # 14/15-002CNS June 25, 2014 1 Dairy Products Bid # 14/15-002CNS Table of Contents Notice Inviting Bids....................

More information

P R O P O S A L F O R M

P R O P O S A L F O R M GRAVEL 22A & 23A P R O P O S A L F O R M Bid Due: May 18, 2018-9:00 am To: Grand Traverse County Road Commissioners 1881 LaFranier Road Traverse City, MI 49696 The undersigned hereby certifies that they

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

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT BUSINESS ASSOCIATE AGREEMENT THIS BUSINESS ASSOCIATE AGREEMENT (the Agreement ) is entered into this day of, 20, by and between the University of Maine System acting through the University of ( University

More information

DELIVERY DRIVER INDEPENDENT CONTRACTOR AGREEMENT

DELIVERY DRIVER INDEPENDENT CONTRACTOR AGREEMENT DELIVERY DRIVER INDEPENDENT CONTRACTOR AGREEMENT This DELIVERY DRIVER INDEPENDENT CONTRACTOR AGREEMENT ( Agreement ) is made by and entered into between-, an individual residing at,-(the Contractor ) and

More information

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT]

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT] ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT] THIS Agreement ( Agreement ) for consulting services is made by and between the City of Pittsburg

More information

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018 MODESTO CITY SCHOOLS BID NO. 18-4673 GASOLINE AND DIESEL FUEL DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018 MODESTO CITY SCHOOLS Purchasing Department 426 Locust Street Modesto, CA

More information

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320 PUBLIC WORKS DEPARTMENT BID FORMS FOR ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL

More information

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT BUSINESS ASSOCIATE AGREEMENT This Business Associate Agreement (the Agreement ) is entered into this day of, 20, by and between the University of Maine System ( University ), and ( Business Associate ).

More information

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536 PUBLIC WORKS DEPARTMENT BID FORMS FOR LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID PROPOSAL

More information

PUBLIC WORKS DEPARTMENT POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM

PUBLIC WORKS DEPARTMENT POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM PUBLIC WORKS DEPARTMENT BID FORMS FOR POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM-19-019 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID

More information

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017 ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No. 17-001 Addendum #2 February 23, 2017 To All Prospective Bidders: The Fortuna Union High School

More information

Suite 300 Tenant Improvement

Suite 300 Tenant Improvement BID FORM FOR: Suite 300 Tenant Improvement UNIVERSITY OF CALIFORNIA Office of the President Sacramento, CA 95814 February 19, 2014 BID TO: Pamela Madison, Space Planning Manager University of California,

More information

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040 INVITATION TO BID DATE ISSUED: September 27, 2017 FOR: Professional janitorial services for a contract period of January 1, 2018 to December 31, 2018. This annual contract may be renewed for two (2) one

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

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

INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES FF&E CONSULTING SERVICES

INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES FF&E CONSULTING SERVICES INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES FF&E CONSULTING SERVICES This Independent Consultant Agreement for Professional Services ( Agreement ) is made and entered into as of the 17th

More information

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

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

More information

BID # EFI H1625 LED Wide Format Printer Fullerton College

BID # EFI H1625 LED Wide Format Printer Fullerton College BID # 1718-23 EFI H1625 LED Wide Format Printer Fullerton College REQUEST FOR INFORMATION DUE DATE: March 21, 2018 @ 5:00 P.M. BID DUE DATE: March 28, 2018 @ 2:00 P.M. TABLE OF CONTENTS NOTICE OF BID...1

More information

INDEPENDENT CONTRACTOR AGREEMENT AND SERVICE PROVIDER TERMS OF SERVICE

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

More information

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

Transurban Standard Terms and Conditions

Transurban Standard Terms and Conditions Transurban Standard Terms and Conditions 1. General. 1.1 In the absence of an existing written contract between the parties in effect as of the Purchase Order date for the particular goods or services

More information

EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES

EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES This agreement ("Agreement"), dated as of, 2018 ( Effective Date ) is by and between the Sonoma County Waste Management Agency, (hereinafter

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

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

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

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) MT. SAN JACINTO COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSAL (RFP) 2014-102, POLICE SERVICES RFP DEADLINE- December 10, 2014 at 2:00 p.m. Advertisement Dates: November 26, 2014 and December 3, 2014

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

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals RFP-FD-09-01 - Replacement Mid-Mount Tower Ladder Required Submittals 1. All addenda (signed and dated) 2. Letter of Transmittal 3. Corporate Information 4. Summary of Litigation (if not applicable, please

More information

Request for Proposal # Citrus Community College District VENDING SERVICES PROPOSAL

Request for Proposal # Citrus Community College District VENDING SERVICES PROPOSAL Request for Proposal #09-1718 Citrus Community College District VENDING SERVICES PROPOSAL Return Proposal to: Citrus Community College District Attn: Robert Lopez, Director of Purchasing 1000 W Foothill

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

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

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

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

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

More information

NOTICE OF REQUEST FOR QUOTATION for HIGH SCHOOL GRADUATION CAPS AND GOWNS

NOTICE OF REQUEST FOR QUOTATION for HIGH SCHOOL GRADUATION CAPS AND GOWNS NOTICE OF REQUEST FOR QUOTATION for HIGH SCHOOL GRADUATION CAPS AND GOWNS NOTICE IS HEREBY GIVEN THAT TWIN RIVERS UNIFIED SCHOOL DISTRICT is seeking quotations from qualified vendors of HIGH SCHOOL GRADUATION

More information

University of California, Riverside Barn Expansion

University of California, Riverside Barn Expansion SUBCONTRACT BIDDING DOCUMENTS FOR University of California, Riverside Barn Expansion 950493 TABLE OF CONTENTS Cover Page Table of Contents Advertisement for Bids Instructions to Bidders Information Available

More information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

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

More information

ADDENDUM For Reference For Bidders

ADDENDUM For Reference For Bidders Castro Valley Unified School District CHABOT ELEMENTARY SCHOOL, MARSHALL ELEMENTARY SCHOOL, AND STANTON ELEMENTARY SCHOOL INTERIM HOUSING PORTABLES CONSTRUCTION, PART 2 ADDENDUM 02 04 For Reference For

More information

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department 501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department April 18, 2014 ADDENDUM No. 2 Re: RFP No., 13-14/26 Bond Underwriting Services PERALTA COMMUNITY

More information

CONSULTING AGREEMENT

CONSULTING AGREEMENT CONSULTING AGREEMENT This Consulting Agreement (Agreement) is made as of the th day of, 2015, by and between NBS GOVERNMENT FINANCE GROUP, a California corporation, dba NBS ( Consultant ), and CENTRAL

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

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

More information

AGREEMENT BETWEEN OWNER AND SELLER

AGREEMENT BETWEEN OWNER AND SELLER AGREEMENT BETWEEN OWNER AND SELLER 11-15-2018 THIS AGREEEMENT is effective as of the day of in the year of 2018 by and between the Velasco Drainage District, a political subdivision of the State of Texas,

More information

Instructions / Face Sheet for INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES (CONSTRUCTION-RELATED)

Instructions / Face Sheet for INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES (CONSTRUCTION-RELATED) Contract Number: Funding Source: Budget Number: Site/Department: Program Responsibility: Instructions / Face Sheet for INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES (CONSTRUCTION-RELATED)

More information

EQUIPMENT WITH OPERATOR P R O P O S A L F O R M. Due Date: April 21, :00 am. MITN Code: 97535

EQUIPMENT WITH OPERATOR P R O P O S A L F O R M. Due Date: April 21, :00 am. MITN Code: 97535 EQUIPMENT WITH OPERATOR P R O P O S A L F O R M Due Date: April 21, 2016-9:00 am MITN Code: 97535 To: Grand Traverse County Road Commissioners 1881 LaFranier Road Traverse City MI 49696 The undersigned

More information

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO High Plains Library District (HPLD) invites qualified firm to submit a response to a Request for Proposal for legal

More information

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531 PUBLIC WORKS DEPARTMENT BID FORMS FOR CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT

More information

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling TOWN OF BARNSTABLE INVITATION FOR BID Barnstable School Department Hyannis, MA Refuse Collection and Disposal and Recycling May 30, 2013 IFB Due: 7/10/13, no later than 2 pm It is the responsibility of

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

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608 PUBLIC WORKS DEPARTMENT BID FORMS FOR 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL

More information

INFORMATION FOR BID. Tee Shirts (School Nutrition)

INFORMATION FOR BID. Tee Shirts (School Nutrition) BIBB COUNTY SCHOOL DISTRICT Procurement Services 4580 CAVALIER DRIVE Macon Georgia 31211 INFORMATION FOR BID For Tee Shirts (School Nutrition) April 14, 2016 IFB Number: 16-34 Due Date: 04/20/2016 Time

More information

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water)

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water) MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water) THIS MASTER PURCHASE AGREEMENT (this Agreement ) is made and entered into this day of, 201 (the Effective Date ), by and between

More information

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

REQUEST FOR PROPOSALS TELEPHONE SYSTEM REQUEST FOR PROPOSALS TELEPHONE SYSTEM 360 Main St. Delta, Colorado 81416 Phone (970) 874-7903 Fax (970) 874-6931 www.cityofdelta.net Issue Date: November 30, 2018 Contact: Glen L. Black Submission Deadline:

More information

INVITATION FOR BID VENDOR: BID OPENING:

INVITATION FOR BID VENDOR: BID OPENING: Wicomico County Purchasing Department 125 N. Division Street, Room B-3 Salisbury, Maryland 21801 INVITATION FOR BID PROJECT: DEPARTMENT: Crushed Aggregate Products Public Works Roads Division VENDOR: NAME:

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

Deluxe Corporation Purchase Terms and Conditions

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

More information

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

NOTICE INVITING BIDS

NOTICE INVITING BIDS NOTICE INVITING BIDS 1. Notice is hereby given that the Governing Board of Santa Rosa City Schools ( District ), of the County of Sonoma, State of California, will receive sealed bids for the Santa Rosa

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

Request for Quotation Q. SVC Cardio and Strength Equipment

Request for Quotation Q. SVC Cardio and Strength Equipment Request for Quotation 741-16Q SVC Cardio and Strength Equipment Due: 01/05/16 2:00 p.m. Mountain Time Buyer: Colorado Mountain College Purchasing Department 802 Grand Avenue Glenwood Springs, CO 81601

More information

STETSON UNIVERSITY CONSULTANT / INDEPENDENT CONTRACTOR AGREEMENT

STETSON UNIVERSITY CONSULTANT / INDEPENDENT CONTRACTOR AGREEMENT STETSON UNIVERSITY CONSULTANT / INDEPENDENT CONTRACTOR AGREEMENT THIS AGREEMENT made and entered into this day of, by and between STETSON UNIVERSITY, INC., a Florida non-profit corporation, hereinafter

More information

Company: Legal Status: Ordering Address: Phone: Remit Address: Payment Terms:

Company: Legal Status: Ordering Address: Phone:   Remit Address: Payment Terms: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC18028 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

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 PROPOSALS INTERNAL CONNECTIONS NETWORK EQUIPMENT AND WIRELESS

REQUEST FOR PROPOSALS INTERNAL CONNECTIONS NETWORK EQUIPMENT AND WIRELESS Elverta Joint Elementary School District 7900 Eloise Ave. Sacramento, CA 95626 REQUEST FOR PROPOSALS E-Rate Yr 15 (2012-2013) INTERNAL CONNECTIONS NETWORK EQUIPMENT AND WIRELESS RFP # 2012-03 Request for

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

EXTERIOR STAIR AND HANDRAIL REPLACEMENT. Bid No. B15-08

EXTERIOR STAIR AND HANDRAIL REPLACEMENT. Bid No. B15-08 UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING INFORMAL BIDDING (PROJECT VALUE BETWEEN $45,000 AND $175,000) BID AND CONTRACT DOCUMENTS EXTERIOR STAIR AND HANDRAIL REPLACEMENT Bid No. B15-08 Bid Due Date:

More information

El Dorado County Fire Safe Council

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

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San

More information

PERSONAL SERVICES CONTRACT

PERSONAL SERVICES CONTRACT PERSONAL SERVICES CONTRACT THIS CONTRACT is entered into on, 20 between the CITY OF BERKELEY ( City ), a Charter City organized and existing under the laws of the State of California, and ( Contractor

More information

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT BUSINESS ASSOCIATE AGREEMENT This Business Associate Agreement (the Agreement ) is entered into this day of, 20, by and between ( Covered Entity ) and the University of Maine System, acting through the

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

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

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

More information

PURCHASE OF REFURBISHED CENTRAL PLANT COOLING TOWER

PURCHASE OF REFURBISHED CENTRAL PLANT COOLING TOWER PURCHASE OF REFURBISHED CENTRAL PLANT COOLING TOWER Request for Bid Bid No. 3189 DUE: March 28, 2018 at 2:00pm Note: If you do not wish to bid, please return this cover sheet marked "NO BID;" otherwise

More information

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by THE COMMUNITY AND ECONOMIC DEVELOPMENT ASSOCIATION OF COOK COUNTY, INC. Invitation for Bid Specification For Motor Vehicle Storage For CEDA Weatherization Bid Submitted by Bidder: Phone No. Address: Contact

More information

INVITATION FOR BID VENDOR: BID OPENING:

INVITATION FOR BID VENDOR: BID OPENING: Wicomico County Purchasing Department 125 N. Division Street, Room B-3 Salisbury, Maryland 21801 INVITATION FOR BID PROJECT: DEPARTMENT: Airport Traffic Control Tower Shades Airport VENDOR: NAME: ADDRESS:

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

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

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

Request for Quotation RFQ# 101

Request for Quotation RFQ# 101 DISTRICT BUSINESS OFFICE - PURCHASING 33 Gough Street, San Francisco, CA 94103 Phone: 415-487-2413 Fax: 415-241-2326 Request for Quotation RFQ# 101 Furnish light fixtures, delivered to 50 Ocean Avenue,

More information

PURCHASING SPECIFICATION

PURCHASING SPECIFICATION PURCHASING SPECIFICATION Subject: REQUEST FOR HOTEL RATES TEMPORARY RELOCATION SERVICES Lead Education Awareness and Control [LEAC] Program / Request for Rates Page No: 1 of 9 Effective Date: June 4, 2012

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

TERMS AND CONDITIONS

TERMS AND CONDITIONS TERMS AND CONDITIONS These terms and conditions apply to the order set forth above (the ORDER ) between SUPPLIER and BUYER (individually PARTY; collectively PARTIES ) relating to the goods/services (individually

More information

PURCHASING DEPARTMENT

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

More information

CHABOT-LAS POSITAS COMMUNITY COLLEGE DISTRICT INVITATION FOR BID NO.: Football Field Turf Replacement, Chabot College

CHABOT-LAS POSITAS COMMUNITY COLLEGE DISTRICT INVITATION FOR BID NO.: Football Field Turf Replacement, Chabot College INVITATION FOR BID NO.: 07-08 Football Field Turf Replacement, Chabot College Bids Due: April 19, 2007 at 2:00 P.M. Return Bids To: District Office Purchasing & Warehouse Services Department 5020 Franklin

More information

FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING

FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING INVITATION TO BID FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING BID #2018-13 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904)

More information

REQUEST FOR PROPOSALS FISCAL AGENT SERVICES FOR THE MONTANA AVENUE BUSINESS IMPROVEMENT DISTRICT CITY OF SANTA MONICA

REQUEST FOR PROPOSALS FISCAL AGENT SERVICES FOR THE MONTANA AVENUE BUSINESS IMPROVEMENT DISTRICT CITY OF SANTA MONICA REQUEST FOR PROPOSALS FISCAL AGENT SERVICES FOR THE MONTANA AVENUE BUSINESS IMPROVEMENT DISTRICT CITY OF SANTA MONICA Introduction & Summary The City of Santa Monica (the City ) is distributing this Request

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

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

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

More information

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401 REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401 REQUEST FOR BIDS SNOW REMOVAL AND SANDING USM GORHAM 1.0 GENERAL INFORMATION

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

INVITATION FOR BID VENDOR: BID OPENING:

INVITATION FOR BID VENDOR: BID OPENING: Wicomico County Purchasing Department 125 N. Division Street, Room B-3 Salisbury, Maryland 21801 INVITATION FOR BID PROJECT: DEPARTMENT: Fire Extinguisher Replacement Recreation Parks & Tourism VENDOR:

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

More information

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES GENERAL INFORMATION 1. Issuing Office: This Request for Proposals (RFP) is issued by the Town of Farmington, Finance Office.

More information

FRESENIUS KABI USA, LLC GENERAL TERMS AND CONDITIONS FOR THE SUPPLY OF GOODS AND SERVICES

FRESENIUS KABI USA, LLC GENERAL TERMS AND CONDITIONS FOR THE SUPPLY OF GOODS AND SERVICES FRESENIUS KABI USA, LLC GENERAL TERMS AND CONDITIONS FOR THE SUPPLY OF GOODS AND SERVICES 1. General Terms: These General Terms and Conditions shall apply to and be incorporated by this reference in all

More information

CITY OF ELK GROVE. Invitation to Bid. For. Barracuda Backup Appliance Upgrade

CITY OF ELK GROVE. Invitation to Bid. For. Barracuda Backup Appliance Upgrade CITY OF ELK GROVE Invitation to Bid For Barracuda Backup Appliance Upgrade City Clerk s Office City of Elk Grove 8401 Laguna Palms Way Elk Grove, CA 95758 Bids Due by 3:00 PM, August 24, 2017 Introduction:

More information