REQUISITION & PROPOSAL

Similar documents
REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

BID SOLICITATION FOR PURCHASE OF PROPERTY

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

Alabama State Port Authority

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL

REQUISITION & PROPOSAL ALABAMA STATE PORT AUTHORITY DATE: June 18, 2008 ENGINEERING DEPARTMENT ORIGINATING DEPT NO.

REQUISITION & PROPOSAL

Alabama State Port Authority

Alabama State Port Authority

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

Alabama State Port Authority

Alabama State Port Authority SPECIAL PROVISIONS DIVISION III INDEX

REQUISITION & PROPOSAL

Alabama State Port Authority

REQUISITION & PROPOSAL

Alabama State Port Authority

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL ALABAMA STATE PORT AUTHORITY DATE March 22, 2010 ENGINEERING DEPARTMENT ORIGINATING DEPT NO.

Alabama State Port Authority

Project. To: Alabama State. Notes #1 Mobile, AL. Port Authority. demolishing, facility. The. drawings, Demolition. shall be in.

Alabama State Port Authority

Alabama State Port Authority

Demolition of 2 Elevated Water Tanks

ALABAMA STATE PORT AUTHORITY REQUEST FOR PROPOSAL

Alabama State Port Authority

ALABAMA STATE PORT AUTHORITY

ALABAMA STATE PORT AUTHORITY PEST CONTROL SERVICES CONTRACT

REQUISITION & PROPOSAL

Alabama State Port Authority

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

Project# CN # Location. the. limited to. collection of. insurance. necessary. receipt of. 1 P age

Alabama State Port Authority Request for Proposal January 12, 2018

Proposal No:

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ).

The schedule of events associated with this Request for Proposals (RFP) is as follows: RFP release date: July 01, 2016

Alabama State Port Authority

REQUISITION & PROPOSAL

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

SAMPLE SUBCONTRACTOR AGREEMENT

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

COUNTY OF COLE JEFFERSON CITY, MISSOURI

County of Allegheny City of Pittsburgh

ASPA TERMINAL RAILWAY MP-15 LOCOMOTIVE REPOWERS. Project No: Task No: Date: December 16, 2013

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

ADVERTISEMENT FOR BID

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

PROPOSAL LIQUID CALCIUM CHLORIDE

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES)

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

THE CITY OF MOBILE MOBILE, ALABAMA

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

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

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

THE CITY OF MOBILE MOBILE, ALABAMA

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

THE CITY OF MOBILE MOBILE, ALABAMA

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

Alabama State Port Authority

Cherokee Nation

EXHIBIT G. Insurance Requirements. [with CCIP]

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT

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

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

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

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918)

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

REQUEST FOR PROPOSALS

THE CITY OF MOBILE MOBILE, ALABAMA

Request for Proposals. The Town of Ogden is accepting Proposals for the following:

ANASTASIA MOSQUITO CONTROL DISTRICT OF ST. JOHNS COUNTY 500 OLD BEACH ROAD, ST. AUGUSTINE, FLORIDA TELEPHONE: FAX:

Glenwood/Bell Street Well Pump and Piping Construction

Cherokee Nation

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

BUILDING SERVICES AGREEMENT

Champaign Park District: Request for Bids for Playground Surfacing Mulch

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION

AGREEMENT FOR SERVICES

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

West Ridge Park Ballfield Light Pole Structural Assessment

BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS

Transcription:

DATE October 26, 2009 Human Resources DEPARTMENT ORIGINATING DEPT NO. Upon request The Alabama State Port Authority will be accepting bids on the following services or approved equal. Safety frames, prescription safety lenses and add-ons. Item Number Description Price per unit Item 1 Single Vision Safety Glasses Frames and Lenses Item 2 Bi Focal Vision Safety Glasses Frames and Lenses Item 3 Tri Focal Vision Safety Glasses Frames and Lenses Item 4 Progressive Vision Safety Glasses Frames and Lenses Item 5 Dispensing Fee AGREEMENT PERIOD: A 12 MONTH AGREEMENT WITH AN OPTION TO ISSUE A SECOND, THIRD, FOURTH, AND FIFTH 12 MONTH AGREEMENT WITH THE SAME PRICING, TERMS AND CONDITIONS. THE SECOND, THIRD, FOURTH, OR FIFTH AGREEMENT, IF AGREED BY BOTH PARTIES, WOULD BEGIN THE DAY AFTER THE FIRST, SECOND, THIRD, OR FOURTH AGREEMENT EXPIRES. ANY SUCCESSIVE AGREEMENT MUST HAVE WRITTEN APPROVAL OF BOTH THE STATE AND VENDOR. The Alabama State Port Authority reserves the right to cancel the awarded contract with a 30 day written notice. Signature of party originating requisition: Ron Davis Cargo Movement Supervisor II Request: H. S. (Smitty) Thorne Executive Vice President / COO Date Danny Barnett Human Resource Manager Date Larry R. Downs CFO, Secretary/Treasurer Date David O. Barr Safety Manager James K. Lyons Director & CEO Date

DATE October 26, 2009 McDuffie Island DEPARTMENT ORIGINATING DEPT NO. Upon request The Contracted Company agrees to furnish safety glass frames, lenses and add-ons in accordance with current OSHA regulations which shall include a reimbursement from the Alabama State Port Authority for the purchase of prescription/non prescription safety glasses. Contractor/Vendor responsibilities: Provide exact locations and addresses of Optical Services Provide schedules for services. Ensure prescription/non-prescription safety glasses any type of safety ANSI Z87.1-2003 lenses and frames. Verify authorization form is valid. Contractor must inform employee of their part of payment and will be completed thru ASPA Human Resources. Alabama State Port Authority responsibilities: The Alabama State Port Authority will issue an authorization slip to receive eyewear that is valid for 60 days. The Alabama State Port Authority Human Resources will issue a purchase order to the Contractor/Vendor once services have been validated. PURPOSE AND SCOPE: To provide prescription safety glasses to those employees who require a prescription an optometrist / ophthalmologist for the aid in vision. The program will commence after the employee completes his / her new hire 90 day probationary period and annually thereafter.

DATE October 26, 2009 McDuffie Island DEPARTMENT ORIGINATING DEPT NO. Upon request Alabama State Port Authority Security Requirements The awarded Contractor will be required to obtain Security Credentials. Procedure for Obtaining ASPA Credentials All construction vehicles and employees working on this project will be required to obtain pertinent port access credentials. This will consist of vehicle decals and employee identification badges. Employees will be required to attend a 1-hour security awareness training class to acquire credentials. The security awareness class free of cost. The construction credentials are obtainable at a cost of $50.00 per employee identification badge (reduced to $25.00 with possession of TWIC) and $12.50 per vehicle decal. Issuance of these credentials is conducted weekdays between the hours of 7:00 a.m. and 3:30 p.m. with a mandatory 24-hour advance notification. Spanish language classes are held upon request normally at 10:30 a.m. on Monday in the Port Police building at the ASPA Main Docks. Applicants must confirm their immigration status at the Port Police Credentials Office and register for the class as described above before 4:00 PM on the Thursday preceding the class. CONTACT: Charlotte Sykes To Schedule 251-441-7203

DATE October 26, 2009 McDuffie Island DEPARTMENT ORIGINATING DEPT NO. Upon request PLEASE SEE ATTACHED INDEMNIFICATION SHEET & DISCLOSURE STATEMENT Bid opening will be November 19, 2009 10:00 a.m. @ the Human Resource Office Conference Room. NO BIDS WILL BE ACCEPTED AFTER THIS TIME. PLEASE SEE ATTACHED INDEMNIFICATION SHEET & DISCLOSURE STATEMENT Company Address Representative FOR ALL BIDS $7,500 AND OVER STATE OF ) ) SS. ) On this day of, 20, before me appeared, to me personally known, who, being by me duly sworn, did say that such person executed the foregoing instrument as the free act and deed of such person, having been duly authorized to execute such instrument in such capacity. IN WITNESS WHEREOF, I have hereunto set my hand and official seal. Notary Public, State of

DATE October 26, 2009 McDuffie Island DEPARTMENT ORIGINATING DEPT NO. Upon request Please use this is a guide only for proper delivery. Sender Name & Address Alabama State Port Authority Human Resources Postal Address for US Mail Physical Address for Courier Service Sealed Bid: (Description) Bid Opening Date:

DATE October 26, 2009 McDuffie Island DEPARTMENT ORIGINATING DEPT NO. Upon request Please return one copy of this proposal, duly signed, by 10 o clock a.m. Date November 19, 2009 When all bids are publicly opened, UNIT PRICES AND EXTENSIONS shall be entered opposite each item below on which you are prepared to bid for delivery FREE OF CHARGE TO - Human Resources (FOB) ALABAMA STATE DOCKS No consideration will be given bids unless on this form or a written attachment. If not prepared to submit a bid, please state over the firm signature and return so that it may be known it was brought to your attention; otherwise your name may be dropped form the list of prospective bidders. The right is reserved to reject any an all bids deemed for the interest of the Alabama State Port Authority to strike out any item or items in the proposals, and to waive any defect or irregularly not a violation of law or to make any modification in the several conditions herein stipulated that are deemed to be in the best interest of the Alabama State Port Authority, including the separation of items of a class in making awards. In general, awards will be made to the lowest satisfactory bidder. No Allowance will be made for errors, either of omission or commission, on the part of the bidders. It must be assumed that bidders have fully informed themselves as to all conditions, requirements, and specifications before submitting proposals and they can not expect to be excused or relieved from the responsibility assumed by their proposals on the plea of error. In case of error in extension of prices the unit price will govern.

INSTRUCTIONS FOR BIDDERS This instruction sheet is provided as a guide to facilitate the bid process and highlight important points for consideration by bidders. Each bidder is responsible for fully reading and complying with the instructions on the Alabama State Docks Department bid form. This instruction sheet is to be used as a guide ONLY. 1. No consideration will be given to bids unless presented on the Alabama State Port Authority "Requisition & Proposal" Form with suitable attachments as deemed necessary by the bidder. Alternate bid proposals may be rendered, with proper support. 2. If your company is not prepared to submit a bid, so state and sign to avoid being deleted from the prospective bidder's list. 3. The Alabama State Port Authority reserves the right to reject any and all bids if deemed in the Alabama State Port Authorities' interest. 4. No allowance will be made for error, either omission or commission. 5. Unit price governs in Errors relating to extension of prices. 6. Alabama State Port Authority policy has changed. Bids will not be accepted via FAX. All bids must be sealed and sent via mail or hand delivered to the Human Resource Office before the specified date and time. 7. The Alabama State Port Authority accepts no responsibility for facilitating the receipt of bids. 8. Bids over $7,500 must be notarized. 9. Bids received after specified opening time will be returned to the bidder unopened. Bidders are requested to show a return address on the bid envelope. 10. Bid proposals must be filled out completely, including the name, address, telephone number, fax number (if possible), and signature of responsible person. 11. Questions may be directed to the Alabama State Port Authority Human Resources, Ron Davis at (251) 441-7154 12. All hand delivered bids must be tendered to Alabama State Port Authority Human Resources 250 North Water Street. Mobile AL 36602, at or before specified time. 13. All regular U.S. Postal Mail must be tendered to Alabama State Port Authority Human Resources P.O. Box 1588 Mobile, AL 36633-1588. All overnight deliveries (UPS, FEDEX, DHL, etc.) must be delivered to the following address: Alabama State Port Authority Human Resources Attn: Ron Davis 250 North Water Street Mobile, AL 36602 14. Please note all overnight bids must be FIRST PRIORTY OVERNIGHT. (8:30 A.M. NEXT MORNING) 15. Notarization not required on "SALE" BIDS. 16. Please specify the purchase order number (when available) on envelope.

INSURANCE REQUIREMENTS FOR CONTRACT WORK INDEMNIFICATION The Contractor shall assume all liability for and shall indemnify and save harmless the State of Alabama and the Alabama State Port Authority, doing business as Alabama State Docks (ASD), and its officers and employees from all damages and liability for injury to any person or persons, and injury to or destruction of property, including the loss of use thereof, by reason of an accident or occurrence arising from operations under the contract, whether such operations are performed by himself or by any subcontractor or by anyone directly or indirectly employed by either of them occurring on or about the premises, or the ways and means adjacent during the term of the contract, or any extension thereof, and shall also assume the liability for injury and/or damages to adjacent or neighboring property by reason of work done under the contract. INSURANCE REQUIREMENTS The Contractor shall not commence work under the contract until he has obtained all insurance required under the following paragraphs and until such insurance has been approved by ASD, nor shall the Contractor allow any subcontractor to commence work until all similar applicable insurance has been obtained by the subcontractor or the Contractor has provided coverage for the subcontractor. The Contractor shall provide, at his expense, insurance in accordance with the following: General Requirements (applicable to all policies) All policies of insurance must be written with companies acceptable to ASD. The Contractor shall furnish to ASD certificates of insurance, signed by the licensed agent evidencing required coverages. ASD reserves the right to require certified copies of any and all policies. Each policy of insurance shall provide, either in body of the policy or by endorsement, that such policy cannot be substantially altered or cancelled without thirty (30) days written notice to ASD and to the insured. Except for Workers Compensation, said policies will identify Alabama State Port Authority, its officers, officials, agents, servants and employees as Primary and Non-contributory Additional Insureds in connection with work performed for, on behalf of, or on the property of ASD including a waiver of all rights of subrogation. General Liability The Contractor shall take out and maintain during the life of the contract Commercial General Liability insurance, including Blanket Contractual and Completed Operations coverages, in an amount not less than $500,000 for any one occurrence for bodily injury, including death, and property damage liability. Automobile Liability The Contractor shall take out and maintain during the life of the contract Business Automobile Liability insurance covering any auto in an amount not less than $500,000 for any one occurrence for bodily injury, including death, and property damage liability. Workers Compensation The Contractor shall take out and maintain during the life of the contract Workers Compensation and Employers Liability insurance providing coverage under the Alabama Workers Compensation Act in an amount not less than that required by Alabama law. Where applicable, Contractor shall take out and maintain during the life of the contract insurance providing coverage as required by Federal statute, including but not limited to U.S. Longshoremen and Harborworkers Compensation Act (USL&H), Jones Act, and Railroad Federal Employers Liability Act (FELA).