Invitation To Bid B15/9886

Similar documents
Faxed & ed responses are not acceptable - Return bid form in a sealed envelope with the bid number noted on the outside.

for all items bid, to review

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS

Solicitation Liberator II Headsets with Tactical PTT and Accessories. Bid designation: Public. Maricopa County

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

Housing Authority of the Cherokee Nation REQUEST FOR BIDS HANDICAP RENOVATION

Cherokee Nation

Cherokee Nation

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS

TOWN OF PRESCOTT VALLEY Public Works 7501 E. Civic Cr. Prescott Valley, AZ Solicitation Number: RFP 12/13

Cherokee Nation

If Applicable Bidder acknowledges, by initialing, receipt of the following Addendums:

SECTION IV CONTRACT BID NUMBER

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

REQUEST FOR BIDS RENOVATION

Request for Proposal Grant Evaluators

REQUEST FOR BIDS MINOR REPAIRS

[ ] an individual, [ ] a corporation (please mark appropriate box), duly organized under the

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

Page of 5 PURCHASE AGREEMENT

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

APPENDIX G REPRESENTATIONS & CERTIFICATIONS

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES

REQUEST FOR BIDS MINOR REPAIRS

REQUEST FOR BIDS. Installation of 6 Chain Link Fence & Gates. Bids Due: December 12th, 2016 at 10:00 A.M.

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

REQUEST FOR BIDS MODERNIZATION

Request for Qualifications General Contractor Northwest Campus New Building Expansion

Solicitation Smith & Wesson M&P Handguns and Accessories. Bid designation: Public. Maricopa County

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

W I T N E S S E T H:

EXHIBIT G. Insurance Requirements. [with CCIP]

REQUEST FOR BIDS MAJOR REPAIR REPLACEMENT MOBILE HOME

This form will be made a part of any resultant purchase order or subcontract SECTION I

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES

North Carolina Department of Health and Human Services Women's and Children's Health Nutrition Services Branch Special Nutrition Programs

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

USAID GHSC PSM. Annex 2: Required Certifications

BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS

Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES)

LOCKHEED MARTIN CORPORATION CORPDOC 2B

OCIP Contract Language

CCIP ADDENDUM. Blasting or any blasting operations;

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

SAMPLE SUBCONTRACTOR AGREEMENT

CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for

ARTICLE V Indemnification; Insurance

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

CHEROKEE NATION REQUEST FOR SEALED PROPOSAL DATA BASE SOFTWARE, TRAINING & CONSULTATION

IRFQ #R15-04: FRIDAY NIGHT LIVE

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

SUBCONTRACT. by and between. to perform the Work identified in Article 2 in accordance with the Projects Contract documents.

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS

SUBCONTRACT (SHORT FORM)

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

JOLIET JUNIOR COLLEGE REQUEST FOR QUOTATION DIVERSITY & INCLUSION CLIMATE ASSESSMENT

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

Contract for TEMPORARY STAFFING AND RELATED SERVICES. DATE OF LAST REVISION: February 03, 2016 CONTRACT END DATE: March 31, 2018

2013 ANNUAL REPRESENTATIONS AND CERTIFICATIONS SUBMITTED TO NAVISTAR DEFENSE, LLC

*Audio Video Design-Build Group Cypress, CA

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

CONSTRUCTION AGREEMENT

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

Insurance Requirements

OGC-S Owner-Contractor Construction Agreement

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above.

ROCHESTER SCHOOLS MODERNIZATION PROJECT PHASE 2b School Without Walls Commencement Academy INSURANCE REQUIREMENTS

REQUEST TO APPROVE AWARD OF CONTRACT FOR NATC METAL CLASSROOM DESIGN-BUILD PROJECT

PROPOSAL LIQUID CALCIUM CHLORIDE

ANNUAL SUPPLIER REPRESENTATIONS AND CERTIFICATIONS

The Term "Offer" Means Your "Bid" or "Proposal". See "Submitting Your Offer" provision LOCATION: N/A

Exhibit. Owner Controlled Insurance Program. Insurance Requirements

Request for Bid/Proposal

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

UMASS MEMORIAL MEDICAL CENTER, INC. CONTRACT FOR PURCHASE OF GOODS

BUILDING SERVICES AGREEMENT

Sacramento Regional Solid Waste Authority (SWA)

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Sample. Sub-Contractor Insurance & Indemnification Agreement

REPRESENTATIONS AND CERTIFICATIONS

PRIME CONTRACTOR PREQUALIFICATION APPLICATION

ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A

Contract Attachment 2 Federal Required Assurances CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE

GRAYBAR ATTACHMENT A SPECIAL TERMS & CONDITIONS CONTRACT NO: MA-IS

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

SHORT FORM STANDARD SUBCONTRACT. This Agreement is made this day of, 20, between

INVITATION TO BID OFFICE RENOVATION AT FILLMORE STREET

UNIVERSITY OF ARIZONA - STANDARD FORM AGREEMENT BETWEEN OWNER AND DESIGN PROFESSIONAL (ANNUAL REQUEST FOR QUALIFICATIONS EDITION)

Standard Form of Agreement Between Contractor and Subcontractor

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

ANNEX A Standard Special Conditions For The Salvation Army

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

Transcription:

Invitation To Bid B15/9886 4905 East Broadway, D-113 Bid No. B15/9886 Tucson, AZ 85709-1420 Requisition No. Telephone (520) 206-4759 Buyer J Posz Date Page 1 Of 4 Bid must be in this office on or before: Date Feb 5, 2015 At 3:00 p.m. (MST) List firm prices on this Invitation to Bid. If you do not desire to bid, please mark this form as NO BID and return to us. Items will be considered on an individual basis, unless specifically indicated as all or none in box below. Bid is submitted on All or None basis. Faxed responses are not acceptable - Return bid in a sealed envelope with the bid number noted on the outside. Item No. Quantity Description Unit Cost Total Cost Pima College seeks to purchase ADEC manufactured equipment for its newly renovated Dental Lab per the following. There will be a mandatory pre-bid meeting January 15, 2015 at 10:00 a.m. Tucson time located at our West Campus 2202 W. Anklam Rd. Tucson, AZ 85745, room SCI K212. Be prepared to spend time verifying field conditions Questions pertaining to this Bid must be communicated in writing and be received via email by January 22, 2015 by 3:00 p.m. Tucson time. Questions must be sent to the email address below and should include the specified Buyer s name (Jan Posz) and bid number (B15/9886). Questions and answers will be posted on the Pima Community College webpage listed below by January 29, 2015 at 5:00 p.m. Tucson time. Direct questions to: DO-Staff-FO-Procur@pima.edu 1 7 Assistants instrumentation; 545 12 o clock, Wilsonart solid surface counter top 13 MM $ $ 2 5 12 o clock treatment columns; solid surface counter; 5562, 17 depth, 34 width with non-pass through uppers; Wilsonart laminate finish; Wilsonart solid surface counter top 13MM; locks on all cabinets $ $ 3 2 12 o clock treatment columns; solid surface counter, 5562, 17 depth, 34 width with pass through uppers; Wilsonart laminate finish; Wilsonart solids surface counter top 13MM; locks on all cabinets $ $ 4 3 Mid-console; 5543-SB; 49 equipment end; Wilsonart laminate finish; Wilsonart solid surface counter top 13MM, locks on all cabinets (2) glove boxes on each side for total of 4 glove boxes per console. Consoles are to be configured at 106 inches. $ $ 5 1 Side cabinet; 5531-86; depth 17 inches; Wilsonart laminate finish, Wilsonart solid surface counter top 13MM, locks on all cabinets $ $ 6 1 Side cabinet; 5531-58; depth 17 inches; Wilsonart laminate finish, Wilsonart solid surface counter top 13MM, locks on all cabinets $ $ 7 2 Glove/cup upper cabinet; 5730-29; depth 9 inches; Wilsonart laminate finish; Wilsonart solid surface counter top 13 MM, locks on all cabinets $ $ Page 1

Invitation To Bid B15/9886 8 1 Storage upper cabinet; 5731-29; depth 9 inches; Wilsonart laminate finish, Wilsonart solid surface counter top 13 MM, locks on all Cabinets $ $ 9 6 Monitor mount (cabinet mounted) for patient monitor viewing; to be mounted from mid consoles $ $ 10 1 Monitor mount (wall mounted) for patient monitor viewing; to be mounted from wall $ $ Please note: The College expects delivery and installation of equipment to be sometime between June 15, 2015 and July 1, 2015. Delivery cost $ (if any) Installation cost $ (if any) Tax Rate (equipment only) % Tax Charge $ Include warranty information All responses must be on this document. Please state the name and contact information for coordination of this effort Name Phone/email The Vendor shall verify and confirm existing field conditions the, utility stub out locations, are acceptable prior to fabricating the dental operatory cabinets. The Vendor shall coordinate the Dental Operatory cabinets structural support requirements with the Architect s structural engineer prior to fabrication. Vendor to provide a detailed drawing of the layout and equipment placement for the college s approval prior to fabrication Are you able to move the existing seven x-ray units and furnish and install if needed new x-ray activation devices? (y/n) If yes, provide total inclusive cost of the x-ray units to include equipment, tax and labor $ There will be a need to coordinate with other dental vendors There will be a need to coordinate with Pima College West IT for the connection of computer equipment The College s General Contractor will be responsible for the final utility hook-ups at the operatory cabinets, the vendor will be responsible to ensure the full function of all operatory equipment. Page 2

Invitation To Bid B15/9886 Attachments: 1. Insurance Requirements 2. Federal Debarred List Certification A Notice of Award will be posted on the College s website at: http://www.pima.edu/admin/finance/purchasing/rfp.shtml TO: Pima County Community College District If this Bid is awarded to us, we will furnish these materials and/or services in accordance with your specifications and information provided, unless otherwise stated. PCC Terms and Conditions included with this document constitute an integral part of this invitation to bid. Freight Terms: FOB: Destination Ship Point Shipping: Allowed Pre-Paid & Add Invoice Terms: Applicable Sales Tax: % Bid Valid Through: Delivery will be made no later than: Firm Name Address/Zip Phone/Fax Signature Print Name Title Bids must be signed by an officer of the Company authorized to enter into contracts. Page 3

Invitation To Bid B15/9886 Attachments Page 4

PIMA COUNTY COMMUNITY COLLEGE DISTRICT CONTRACT TERMS INDEMNIFICATION To the fullest extent permitted by law, the Contractor shall defend, indemnify and hold harmless the District, its agents, representatives, officers, directors, officials and employees from and against all claims, damages, losses and expenses (including but not limited to attorney fees, court costs, and the cost of appellate proceedings), relating to, arising out of, or alleged to have resulted from the acts, errors, mistakes, omissions, work or services of the Contractor, its employees, agents, or any tier of subcontractors in the performance of this Contract. Contractor s duty to defend, hold harmless and indemnify the District, its agents, representatives, officers, directors, officials and employees shall arise in connection with any claim, damage, loss or expense that is attributable to bodily injury, sickness, disease, death, or injury to, impairment, or destruction of property including loss of use resulting therefrom, caused by any acts, errors, mistakes, omissions, work or services in the performance of this Contract including any employee of the Contractor or any tier of subcontractor or any other person for whose acts, errors, mistakes, omissions, work or services the Contractor be legally liable. The amount and type of insurance coverage requirements set forth herein will in no way be construed as limiting the scope of the indemnity in this paragraph. INSURANCE REQUIREMENTS The Contractor, at Contractor s own expense, shall purchase and maintain the herein stipulated minimum insurance with companies duly licensed to do business in the State of Arizona with policies and forms satisfactory to the District and possessing a current A.M. Best, Inc. Rating of B++6. All insurance required herein shall be maintained in full force and effect until all work required to be performed under the terms of the Contract is satisfactorily completed and formally accepted; failure to do so may, at the sole direction of the District, constitute a material breach of this Contract. The Contractor s insurance shall be primary insurance, and any insurance or selfinsurance maintained by the District shall not contribute to it. Any failure to comply with the claim reporting provisions of the policies or any breach of an insurance policy warranty shall not affect coverage afforded under the policy to protect the District.

All policies, except Workers Compensation, shall contain a waiver of transfer rights of recovery (subrogation) against the District, its agents, representatives, directors, officers, and employees for any claims arising out of the Contractor s work or service. The insurance policies may provide coverage which contains deductibles or self-insured retentions. Such deductible and/or self-insured retentions shall not be applicable with respect to the coverage provided to the District under such policies. The Contractor shall be solely responsible for deductible and/or self-insured retention and the District, at its option, may require the Contractor to secure the payment of such deductible or self-insured retentions by a surety bond or an irrevocable and unconditional letter of credit. The District reserves the right to request and to receive, within 10 working days, certified copies of any or all of the herein required insurance policies and/or endorsements. The District shall not be obligated, however, to review same or to advise Contractor of any deficiencies in such policies and endorsements, and such receipt shall not relieve Contractor from, or be deemed a waiver of the District s right to insist on, strict fulfillment of Contractor s obligations under this Contract. The insurance policies, except Workers Compensation, required by this Contract shall name the District, its agents, representatives, officers, directors, officials, and employees as Additional Insureds. REQUIRED COVERAGE General Liability Contractor shall maintain Commercial General Liability insurance with a limit of not less than $2,000,000 for each occurrence with a $2,000,000 Products and Completed Operations Aggregate and $2,000,000 General Aggregate Limit. The Contractor s policy shall be endorsed to include a separate designated construction project general aggregate limit applicable to this project with a per project limit of $1,000,000 which coverage will be at least as broad as insurance Service Office, Inc. Policy Form CG 25030397. The policies shall include coverage for bodily injury, broad form property damage, personal injury, products/completed operations and blanket contractual coverage including, but not limited to, the liability assumed under the indemnification provisions of this Contract, which coverage will be at least as broad as Insurance Service Office, Inc. Policy Form CG 000211093 or any replacement thereof. The coverage shall not exclude X, C, U. Such policies shall contain a severability of interest provision, and shall not contain a sunset provision or commutation clause, or any provision that would serve to limit third party action over claims.

The Commercial General Liability additional insured endorsement shall be at least as broad as the Insurance Service Office, Inc s, Additional Insured, Form B CG20101185, and shall include coverage for Contractor s operations and products and completed operations. CERTIFICATES OF INSURANCE Prior to commencing Services under this Contract, Contractor shall furnish the District with Certificates of Insurance, or formal endorsements as required by the Contract, issued by Contractor s insurer(s), as evidence that policies providing the required coverages, conditions and limits required by this Contract are in full force and effect. In the event any insurance policy(ies) required by this contract is(are) written on a claims made basis, coverage shall extend for two years past completion and acceptance of the contractor s work or services and as evidenced by annual Certificates of Insurance. If a policy does expire during the life of the contract, a renewal certificate must be sent to the District thirty (30) days prior to the expiration date. All Certificates of Insurance required by this Contract shall be identified with a bid serial number and title. CANCELLATION AND EXPIRATION NOTICE Insurance evidenced by these certificates shall not expire, be canceled, or materially changed without thirty (30) days prior written notice to the District. Automobile Liability Contractor shall maintain and cause any subcontractors to maintain Commercial/Business Automotive Liability insurance with a combined single limit for bodily injury and property damage of not less than $1,000,000 each occurrence with respect to the Contractor s owned, hired, and non-owned vehicles assigned to or used in performance of the Contractor s work. Coverage will be at least as broad as coverage code 1, any auto, (Insurance Service Office, Inc. Policy Form CA 00011293, or any replacements thereof). Such insurance shall include coverage for loading and off loading hazards. If hazardous substances, materials or wastes are to be transported, MCS 90 endorsement shall be included and $5,000,000 per accident limits for bodily injury and property damage shall apply. Workers Compensation This Contractor shall carry Workers Compensation insurance to cover obligations imposed by federal and state statutes having jurisdiction of Contractor s employees engaged in the performance of the work; and, Employer s Liability insurance of not less

than $2,000,000 for each accident, $1,000,000 disease for each employee, and $1,000,000 disease policy limit. In case any work is subcontracted, the Contractor will require the Subcontractor to provide Workers Compensation and Employer s Liability to at least the same extent as required of the Contractor.

FEDERAL DEBARRED LIST CERTIFICATION Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters (Dec 2001) (Date) District Finance Office Purchasing Pima Community College 4905 E Broadway Blvd. Tucson, AZ 85709 In accordance with the Federal Acquisition Regulation, 52-209-5: (a) (1) The Offeror certifies, to the best of its knowledge and belief, that- (i) The Offeror and/or any of its Principals- (A) (check one) Are ( ) or are not ( ) presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (The debarred list (List of Parties Excluded from Federal Procurement and Nonprocurement Programs) is at http://epls.arnet.gov on the Web) (B) (check one) Have ( ) or have not ( ), within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract, violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion; or receiving stolen property; and (C) (check one) Are ( ) or are not ( ) presently indicted for, or otherwise criminally or civily charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(b) of this provision. (ii) The Offeror (check one) has ( ) or (has not ( ), within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency. (2) Principals, for the purposes of this certification, means officers; directors owners partners and, persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager, head of a subsidiary, division, or business segment, and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code.

(a) The Offeror shall provide immediate written notice to the Contracting Officer, if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (b) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror s responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible. (c) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (d) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. (Firm) (email address) (Signature) (Print Name) (Mailing Address) (Phone) (Fax) (Federal Taxpayer ID Number) (Print Title)