Department of Natural Resources. VENDOR: Name: Address: Phone #: Address: Contact Name: Contact Vendor #:

Similar documents
Department of Natural Resources. VENDOR: Name: Address: Phone #: Address: Contact Name: Contact Vendor #:

Department of Natural Resources. VENDOR: Name: Address: Phone #: Address: Contact Name: Contact Vendor #:

Department of Natural Resources. VENDOR: Name: Address: Phone #: Address: Contact Name: Contact Vendor #:

NUMBER Request for Quotations. Department of Natural Resources. VENDOR: Name: Address: Phone #: Address: Contact Name: Contact Vendor #:

Department of Natural Resources. VENDOR: Name: Address: Phone #: Address: Contact Name: Contact Vendor #:

NUMBER Request for Quotations. Department of Natural Resources. VENDOR: Name: Address: Phone #: Address: Contact Name: Contact Vendor #:

REQUEST FOR QUOTATIONS Department of Military and Veterans Affairs

AEA may provide periodic notices regarding addenda or clarifications regarding this bid to those companies who reply.

ITB TITLE: LED HIGH OUTPUT FLOOD LUMINAIRE - TSAIA

REQUEST FOR QUOTE # 17T-DV-304

STATE OF ALASKA INVITATION TO BID (ITB)

AGREEMENT FOR PROFESSIONAL SERVICES Interpretation Services 1. Contract Number 2. Solicitation Number 3. Financial Coding 4.

INVITATION TO BID NUMBER 2514C018

ITB TITLE: HIGHWAY MAINTENANCE SAND - ANCHORAGE DISTRICT

INSTRUCTIONS TO BIDDERS. Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri

INVITATION TO BID (ITB) NUMBER 2518S055

ITB TITLE: SALT BRINE CORROSION INHIBITOR - SOLDOTNA

RETURN THIS BID TO THE ISSUING OFFICE AT:

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

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

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

STATE OF ALASKA INVITATION TO BID

REQUEST FOR SEALED BID PROPOSAL

INVITATION TO BID (ITB) NUMBER 2519S004

Request for Bid/Proposal

REQUEST FOR SEALED BID PROPOSAL

TERM CONTRACT FOR PROFESSIONAL SERVICES BUSINESS PLAN WRITING SERVICES FOR VSW COMMUNITIES CONTRACT # FY-VSW-VAR-XXX-XX

CALUMET COUNTY HIGHWAY DEPARTMENT

REQUEST FOR SEALED BID PROPOSAL

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

RFQ #2766 Sale of Surplus Scrap Metal

DOCUMENTS TABLE OF CONTENTS. 1. Instructions to Bidders 2. Specifications 3. City and Borough of Sitka Standard Terms and Conditions 4.

**AMENDED** PLEASE FAX YOUR QUOTE TO: RFQ NO Send your quote to: Maria Salazar Today is: December 1, 2016

INVITATION TO BID (ITB) NUMBER

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

INVITATION TO BID NUMBER 2514C020

REQUEST FOR SEALED BID PROPOSAL

E&O INSURANCE POLICIES

REQUEST FOR SEALED BID PROPOSAL

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

Subject: Invitation for Bid No Road Service, Flat Proofing, and New Tires for Construction Equipment for a Period of Three (3) Years

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

Plumbing Services DUE: 7/5/16 CITY OF IRVING SOLICITATION OVERVIEW

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

CITY OF CAMPBELL Recreation & Community Services REQUEST FOR PROPOSAL FOR CAMPBELL COMMUNITY CENTER SPINNING BIKES FOR FITNESS PROGRAMS

Request for Quotation

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

Description of Supply or Service

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095

Description Cost PRE-BID CONFERENCE

PURCHASING DEPARTMENT

TERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC.

City of Teague Request for Proposal

REQUEST FOR SEALED BID PROPOSAL

INVITATION TO BID (ITB) NUMBER

INVITATION TO BID (ITB) NUMBER

SURPLUS BID ATTACHMENT

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424

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

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

ALL BIDS MUST BE EXTENDED AND TOTALED. (SEE ATTACHED FOR CONDITIONS AND INSTRUCTIONS)

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

REQUEST FOR SEALED BID PROPOSAL

PURCHASING DEPARTMENT

ITB TITLE: PRE-ENGINEERED GALVANIZED STEEL BUILDING - NINILCHIK & HOMER

BIDDER QUALIFICATION FORM

Invitation To Bid. for

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

REQUISITION & PROPOSAL

Invitation to Bid. For. Wastewater Sludge Hauling and Disposal. Radcliff Wastewater Treatment Plant and Fort Knox Wastewater Treatment Plant

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

PURCHASING DEPARTMENT

REQUEST FOR QUOTATION

REQUEST FOR QUOTE Wake County Public School System

INVITATION TO BID (ITB) NUMBER

ITB TITLE: Traffic Marking Paint, Solvent & Paint Beads - Federally Funded

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305)

Bus Shelter Installation at Thunder Mountain Road and Valley Blvd. RFQ No. E13-073

Invitation to Bid BOE. Diesel Exhaust Fluid

NC STATE SURPLUS PROPERTY AGENCY BID CONTRACT

REQUEST FOR SEALED BID PROPOSAL

Invitation to Bid. Radcliff Wastewater Treatment Plant (WWTP) Road Paving. For. Radcliff Wastewater Treatment Plant

REQUEST FOR SEALED BID PROPOSAL

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

STATE OF ALASKA INVITATION TO BID

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000)

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

CITY OF DAPHNE P.O. BOX MAIN STREET DAPHNE, ALABAMA 36526

MIDLAND COUNTY INVITATION TO BID Mosquito Insecticide Bid

Request for Proposal # Executive Recruitment Services

PURCHASE ORDER TERMS & CONDITIONS

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

REQUEST FOR SEALED BID PROPOSAL

PURCHASING DEPARTMENT

Transcription:

NUMBER Invitation to Bid ITB 10 160000078-1 Department of Natural Resources DATE OF ISSUE June 15, 2016 TITLE OF SOLICITATION: DEADLINE FOR RESPONSES: ITB #78 Geological Analyses for Dept. of Natural Resources July 07, 2016 14:00:00 Alaska Time BID RECEIVING LOCATION Support Services ANC Admin Suite 1230 550 W. 7th Ave. Anchorage, AK 99501-3564 VENDOR: Name: Address: City, State, Zip Code: Phone #: Email Address: Contact Name: Contact Email: Vendor #: PURPOSE OF SOLICITATION: The Department of Natural Resources is seeking a qualified contractor to provide rock sampling, analysis, and laboratory services in Anchorage, Alaska, on an as-needed basis as specified within this ITB. Important Notice: If you receive this solicitation from the State's Online Public Notice website or IRIS Vendor Self Service portal, you must register with the DNR Procurement Section to receive subsequent amendments. Registration must be in writing and may be made via email to dnr.ssd.procurement@alaska.gov or fax to 907-269-8909. Failure to register with the DNR Procurement Section may result in rejection of your offer. ADA: The State of Alaska complies with Title II of the Americans with Disabilities Act of 1990. Individuals with disabilities who may need auxiliary aids, services, and/or special modifications to submit a bid should contact the DNR Procurement Section via email to dnr.ssd.procurement@alaska.gov, fax to 907-269-8909, telephone at 907-269-8666 or 269-8687, or TDD at 907-269-8411 not later than 10 calendar days prior to the bid closing date to make necessary arrangements. THIS IS NOT AN ORDER. SIGNATURE OF AUTHORIZED AGENT IS REQUIRED UNLESS RESPONSE IS SUBMITTED ELECTRONICALLY. Signature X Date BID SCHEDULE Event Date 06/27/16 Questions Due Event Description 07/07/16 Solicitation Closing Date/Time LINE ITEMS Rev. 12/14 Page 1 of 2

Line No. Description Quantity Unit 1 Geological Analyses for DNR as specified in this ITB 1.00 EA Unit Cost Start Date End Date Delivery Date F.O.B. Point Extended Line Total 07/30/16 06/30/17 Extended Description: COMPLETE THE BID SCHEDULE SHOWN IN THE ATTACHED FORMS TO SUBMIT A BID IN RESPONSE TO THIS ITB. EVALUATION CRITERIA Code Criteria Description Points Vendor Response (DO NOT LIST PRICES IN THIS SECTION. UNIT PRICES AND TOTAL PRICES MUST BE FILLED IN ADJACENT TO THEIR LINE ITEMS.) 18 Cost 100% 12 Minimum Req Does your business qualify for the Alaska bidder peference? PREFERENCES Does your business qualify for the Alaska veteran peference? Yes No Yes No Important Notice: If you received this solicitation from the State of Alaska's "Vendor Self-Service" web site, you must register with the procurement officer to receive subsequent amendments. Failure to contact the procurement officer may result in the rejection of your offer. PROCUREMENT OFFICER: TELEPHONE NUMBER: EMAIL: Marlys Hagen (907)269-8666 marlys.hagen@alaska.gov Terms and Conditions No. Name 001 Invitation to Bid 1 011 Appendix A Goods 1 007 Appendix B1 1 Section Rev. 12/14 Page 2 of 2

APPENDIX B1 INDEMNITY AND INSURANCE Article 1. Indemnification The Contractor shall indemnify, hold harmless, and defend the contracting agency from and against any claim of, or liability for error, omission or negligent act of the Contractor under this agreement. The Contractor shall not be required to indemnify the contracting agency for a claim of, or liability for, the independent negligence of the contracting agency. If there is a claim of, or liability for, the joint negligent error or omission of the Contractor and the independent negligence of the Contracting agency, the indemnification and hold harmless obligation shall be apportioned on a comparative fault basis. Contractor and Contracting agency, as used within this and the following article, include the employees, agents and other contractors who are directly responsible, respectively, to each. The term independent negligence is negligence other than in the Contracting agency s selection, administration, monitoring, or controlling of the Contractor and in approving or accepting the Contractor s work. Article 2. Insurance Without limiting contractor's indemnification, it is agreed that contractor shall purchase at its own expense and maintain in force at all times during the performance of services under this agreement the following policies of insurance. Where specific limits are shown, it is understood that they shall be the minimum acceptable limits. If the contractor's policy contains higher limits, the state shall be entitled to coverage to the extent of such higher limits. Certificates of Insurance must be furnished to the contracting officer prior to beginning work and must provide for a notice of cancellation, non-renewal, or material change of conditions in accordance with policy provisions. Failure to furnish satisfactory evidence of insurance or lapse of the policy is a material breach of this contract and shall be grounds for termination of the contractor's services. All insurance policies shall comply with and be issued by insurers licensed to transact the business of insurance under AS 21. 2.1 Workers' Compensation Insurance: The Contractor shall provide and maintain, for all employees engaged in work under this contract, coverage as required by AS 23.30.045, and; where applicable, any other statutory obligations including but not limited to Federal U.S.L. & H. and Jones Act requirements. The policy must waive subrogation against the State. 2.2 Commercial General Liability Insurance: covering all business premises and operations used by the Contractor in the performance of services under this agreement with minimum coverage limits of $300,000 combined single limit per claim. 2.3 Commercial Automobile Liability Insurance: covering all vehicles used by the Contractor in the performance of services under this agreement with minimum coverage limits of $300,000. combined single limit per claim.