City of Overland Park, Kansas Concealable Soft Body Armor

Size: px
Start display at page:

Download "City of Overland Park, Kansas Concealable Soft Body Armor"

Transcription

1 City of Overland Park, Kansas Concealable Soft Body Armor NOTICE AND INVITATION TO BIDDERS Sealed bids for Concealable Soft Body Armor will be received by the City of Overland Park, Kansas, at the office of the City Clerk, Overland Park, Kansas, until 2:00 p.m. local time on March 28, At that time all sealed bids will be transferred to the Council Chambers, City Hall, where they will be publicly opened and read aloud. Any bid received after the designated closing time will be returned unopened. All bids shall be submitted in sealed envelopes addressed to: CITY OF OVERLAND PARK, KANSAS Attention: City Clerk 8500 Santa Fe Drive Overland Park, Kansas and marked Bid for Concealable Soft Body Armor. Bidding Document Packets are on file and available at the office of the City Clerk, Overland Park City Hall, 8500 Santa Fe, Overland Park, Kansas or on-line at Business>Bids and Proposals. BIDDERS SHOULD READ AND BE FULLY FAMILIAR WITH ALL BID DOCUMENTS TO INCLUDE CONTRACT/AGREEMENT REQUIREMENTS BEFORE SUBMITTING A BID. IN SUBMITTING A BID, THE BIDDER WARRANTS THAT IT HAS READ THE BIDDING DOCUMENTS AND THE CONTRACT DOCUMENTS AND IS FULLY FAMILIAR THEREWITH AND THAT IT HAS MADE ITSELF FULLY INFORMED OF THE BID SPECIFICATIONS AND ALL REQUIREMENTS, CONDITIONS AND LIMITATIONS. All bidders shall verify in writing that they have considered all Bidding Documents. The City shall not be responsible for oral statements or instructions. Any written addenda issued during the time of bidding shall be covered and included in the bid. There will be no clarifications or exceptions allowed on the Bid. Bids shall be made upon the bid form provided, in ink or typewritten. Numbers shall be stated both in writing and in figures; the signature shall be long hand; and the complete form shall be without alteration or erasure. On alternate items for which a bid is not submitted, a written indication of "no bid" on the bid form is required. N-1

2 No oral, telegraphic, facsimile or telephonic bids or alterations will be considered. The following items must be included in the sealed envelope with the bid: a. Bid b. Compliance to Specifications c. A copy of the Certified Accreditations d. A copy of the manufacturers quality control program e. Insurance certificates The City reserves the right to accept or reject any and all bids and to waive any technicalities or irregularities therein. Bids may be modified or withdrawn by written request of the bidder received in the office of the City Clerk, prior to the time and date for bid opening; provided, however, that no bidder may withdraw its bid for a period of thirty (30) days from the date set for the opening thereof. ALL BIDDERS AGREE THAT REJECTION SHALL CREATE NO LIABILITY ON THE PART OF THE CITY BECAUSE OF SUCH REJECTION, AND THE FILING OF ANY BID IN RESPONSE TO THIS INVITATION SHALL CONSTITUTE AN AGREEMENT OF THE BIDDER TO THESE CONDITIONS. N-2

3 City of Overland Park, Kansas Concealable Soft Body Armor INSTRUCTIONS TO BIDDERS IB-1. BIDS: All bids shall be made on the forms provided in this BID PACKET and shall be in compliance with the Notice and Invitation to Bidders and other Bidding Documents. Bidders must: a. Thoroughly and completely read all bid documents prior to submitting a bid. b. Fill in all appropriate blanks on the bid form and other Bidding Documents. c. Attach complete and adequate information, as bidder deems necessary and appropriate for City to understand the nature, quantity and substance of the bid submitted. d. Sign bid form. The person signing on behalf of the bidder must have the legal authority to bind the bidder to its bid offer. e. Enclose bid in a sealed envelope plainly marked "BID FOR CONCEALABLE SOFT BODY ARMOR. f. Ensure all bids are addressed to: CITY OF OVERLAND PARK, KANSAS Attention: City Clerk 8500 Santa Fe Drive Overland Park, Kansas g. Ensure all bids are timely submitted. IB-2. DEFINITIONS: Definitions set forth herein are applicable to all Bidding Documents. a. Bidding Documents include the Advertisement, Notice and Invitation to Bidders, Instructions to Bidders, Specifications, Compliance to Specifications Form, Bid, Agreement, and any Addenda issued prior to receipt of bids. b. Bid is a complete and properly signed proposal to complete the performance required by the Bidding Documents for the price stipulated therein, submitted in accordance with the Bidding Documents. I-1

4 c. Contract Documents include the Agreement and the Bidding Documents. d. Unit Price is an amount stated in the bid as a price per unit of measurement for materials or services as described in the Bidding Documents. e. Bidder is a person or entity who submits a bid. f. Successful bidder is the person or entity who is determined and declared by the City to have submitted the lowest and best responsible bid in conformity with the terms of the Bidding Documents. g. City shall mean the City of Overland Park, Kansas. h. Vendor shall be the bidder that the City has determined and declared to be the successful bidder and which has, following such determination and declaration, thereafter executed the Contract Documents to perform the work, or provide the product described therein. IB-3. BIDDER'S REPRESENTATIONS: Each bidder by making its bid represents that: a. It has read and understands the Bidding Documents, and its bid is made in accordance therewith. b. It has familiarized itself with the Bidding Documents and understands that a condition and specification of the project is the requirement that the successful bidder execute the Contract Documents to include the Agreement included in the bid packet within ten (10) days of being awarded the contract. c. It has familiarized itself with the requirements of the work and the local conditions under which the work is to be performed, has reviewed all specifications and other documents relating to the service, project or product, and makes its bid in full knowledge of these and all requirements of the Bidding Documents. d. Its bid is based upon the materials, systems and equipment and specifications required by the Bidding Documents without exception. e. It has familiarized itself with state, federal law and local ordinances and regulations, which may affect cost, progress or performance of the work or compliance with any requirement of the Bidding Documents. I-2

5 IB-4. BIDDING DOCUMENTS: Bidders shall use complete sets of Bidding Documents in preparing bids. The City does not assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. The City in making copies of the Bidding Documents available on the above terms, does so only for the purpose of obtaining bids on the work and does not confer a license or grant for any other use. IB-5. DEFECTS, CLARIFICATION AND INTERPRETATION IN BIDDING DOCUMENTS: Bidders shall promptly notify the City of any errors, omissions, discrepancies or inconsistencies (hereinafter "defects"), which they may discover upon examination of the Bidding Documents. Bidders requiring clarification or interpretation of the Bidding Documents shall make a written request which shall reach the City at least seven (7) days prior to the date for receipt of bids. Any interpretation, correction or change of the Bidding Documents will be made by Addendum. Interpretations, corrections or changes of the Bidding Documents made in any other manner will not be binding, and Bidders shall not rely upon such interpretations, corrections and changes. IB-6. ADDENDA: Written addenda will be mailed or delivered to all who are known by the City to have received a complete set of Bidding Documents. Copies of written addenda will be made available for receipt and inspection wherever Bidding Documents are on file for that purpose. No written addenda will be issued later than four (4) days prior to the date for receipt of bids except an addendum withdrawing the request for bids or one, which includes postponement of the date for receipt of bids. Each bidder shall ascertain prior to submitting its bid that it has received all written addenda issued, and it shall acknowledge its receipt in its bid. IB-7. INSURANCE: The successful bidder shall be required to provide a minimum $20,000, product liability insurance coverage on delivered vests. IB-8. TAXES: The City is tax exempt as a political subdivision under Section 4221(a) of the Internal Revenue Code and K.S.A (b). I-3

6 IB-9. MODIFICATION OR WITHDRAWAL OF BIDS: Bids may be modified or withdrawn by written request of the bidder received in the office of the City Clerk, prior to the time and date for bid opening. No bidder may withdraw its bid for a period of thirty (30) days from the date set for the opening thereof. IB-10. ACCEPTANCE AND REJECTION OF BIDS AND AWARD OF CONTRACT: The bid contract will be awarded by the City to the lowest and best, responsible bidder as determined by the Governing Body of the City. The City reserves the right to reject any and all bids; to waive any and all irregularities and informalities; to negotiate Agreement terms with the successful bidder; and the right to disregard all nonconforming, nonresponsive or conditional bids. In evaluating Bids, the City may consider the qualification of bidders, whether or not the bids comply with the prescribed requirements, and alternates and unit prices if requested in the bid forms. The City reserves the right to reject the bid of any bidder who does not pass the evaluation to the City's satisfaction. IB-11. INDEMNIFICATION: The Vendor shall be required to indemnify and hold the City harmless as set forth in the Agreement. IB-12. KANSAS OPEN RECORDS ACT (K.S.A et seq.): All bid responses become the property of the City of Overland Park, Kansas. Kansas law requires all information contained in bid responses to become open for pubic review once a bid is accepted or all bids are rejected. I-4

7 City of Overland Park, Kansas Concealable Soft Body Armor SPECIFICATIONS This product specification details the style and quality of concealable soft body armor vests intended for use by male or female members of the Overland Park, Kansas Police Department. The vests shall be worn comfortably while being concealed under a shirt. All vests shall provide protection against labeled projectile penetration while reducing resultant blunt trauma and vest distortion to acceptable levels. The successful vendor shall be required to supply the individual vests with applicable options and colors as ordered for male or female personnel. Only Second Chance Summit Series SM01 body armor, Threat Level IIIA shall be submitted under this specification. No exceptions. The following list of standards and specifications in effect on the date of this solicitation shall form a part of this specification. Test Standard: National Institute of Justice Standard: Model: NIJ BA-3A00S-SM01 Threat Type: IIIA Configuration: Unstructured Armor Material: Twaron Core Matrix Technology; Gold Shield GN-2117 Armor Panel Covering: Nylon with Urethane backing, Heat sealed edges Areal Density [lbs/ft²]: 1.15 Thinness [inches]: The City has the right to determine quantity. Of the total quantity purchased, both male and female products will be represented. The City retains the right to adjust the total quantities, while maintaining the accepted bid price, without notification to the Vendor. The term of the contract, including extensions, and/or escalation clauses, shall be stated in the bid document. The City intends to purchase approximately 75 vests per the annual terms of the contract. The intended use of the soft body armor detailed herein is to be standard issue armor. It is intended for routine daily wear as an undergarment. The bid must include the Unit Price for: One Second Chance Summit Series SM01 vest for either Male and Female One soft trauma plate S-1

8 Two 4-point and/or 6-point adjustable, outer carriers (Each carrier must contain an internal suspension system for the ballistic inserts) Threat Level IIIA NIJ Standards The Second Chance Summit Series SM01 body armor must include a front ballistic panel that covers the chest approximately up to the collarbone. It must have a scooped neck sufficient to maintain concealability when wearing an open-collar shirt. It must extend downward to the waist but not far enough to push up into the throat when the wearer is seated and it must extend around the sides to provide side protection. The biceps/chest region must be cut with sufficient space to minimize irritations and restriction of arm movement during common duties such as the operation of motor vehicles. The entire vest must be curved having no sharp corners or straight edges. The Second Chance Summit Series SM01 body armor must include a rear ballistic panel that covers the back of the torso from just above the shoulder blades down to a position above the waist belt. The sides of the wearer s torso must be covered by the Second Chance Summit Series SM01 body armor front and/or rear panels. The panels must overlap for maximum side protection. All materials must be new, unused and without flaws that affect appearance, durability and function. Each Second Chance Summit Series SM01 body armor vest must be labeled in strict adherence to the labeling requirement set forth in NIJ Standard Each ballistic panel shall include, but not be limited to, the name of the manufacturer, level of protection, NIJ-STD , date of fabrication, size, serial number, model, lot number and care instructions. The label material must be designed to withstand normal wear and cleaning and remain readable during the entire warranted life of the armor or carrier. Each Second Chance Summit Series SM01 ballistic panel must contain an individual serial number. Each serialized ballistic panel shall be traceable to its original ballistic material lot number and ballistic material mill roll number. The serial number shall be traceable to an incoming material lot test and ballistic panel lay-up lot test. The vendor must have the ability to trace serial numbers. The vendor must be an identified wholesaler/retailer, who has the ability to provide measurement, fitting and service at times convenient to the City, within ten (10) days of request. The vendor must agree to and possess the ability to take individual measurements of each user and to ensure that each delivered vest fits in accordance with the following guidelines: 1. The side edges of the front and back ballistic panels must overlap to provide maximum side protection. 2. The bottom edge of the front ballistic panel shall be within one inch (1 ) of the highest S-2

9 waist belt measurement when the wearer is in a relaxed seated position. 3. The bottom edge of the back panel shall be within one inch (1 ) of the highest waist belt measurement when the wearer is in the standing position. The vendor must be able to document the quality control system used in manufacturing process of the Second Chance Summit Series SM01 body armor to ensure the integrity and quality of the manufactured products. The vendor must be able to document that the manufacturer has an in-house ballistic laboratory capable of performing ballistic testing of incoming raw materials and in-process samples and that the manufacturer has the capability of performing testing in accordance with MIL-STD-662F and NIJ Standard The documented quality control system must include procedures for lot testing of incoming raw material and in-process sample. All incoming ballistic material must undergo V50 ballistic lot tests in accordance with MIL- STD-662F. Every vest to be delivered will have been inspected for material defects and proper ply counts. Prior to delivery, every ballistic panel must be inspected for proper ballistic panel stitching. The covers and accessories must be inspected during manufacturing for defects at selected points during manufacturing process to assure the absence of hidden defects in the final item. Each vest shipped will receive a final inspection prior to shipment. This inspection must include a review of the quality control check sheet to insure compliance with the City s specifications. The vendor must supply a copy of the Certificate of Accreditations as well as the manufacturer s quality control program must be submitted with the bid documents. The vendor must agree to and possess the ability to perform all alterations of more than one inch (1 ) within thirty (30) days after the original shipment of the product, at no charge. The vendor must agree to and possess the ability to provide a minimum of $20,000, product liability insurance coverage on delivered vests. The vendor must agree to and possess the ability to provide a five (5) year warranty against defects in materials and workmanship for the ballistic panels. The vendor must agree to and possess the ability to provide a twelve (12) month warranty against any defects in the material and/or workmanship for the removable, machine washable carriers. The vendor must agree to and possess the ability to package and ship the body armor consistent with good commercial practices. The body armor shall be packed into suitable corrugated cardboard boxes. The box shall allow for normal shipping without damage to the soft body armor. The vendor must agree to and possess the ability to deliver the concealable soft body armor within forty-five (45) days of the City s order. S-3

10 City of Overland Park, Kansas Concealable Soft Body Armor SPECIFICATIONS This product specification details the style and quality of concealable soft body armor vests intended for use by male or female members of the Overland Park, Kansas Police Department. The vests shall be worn comfortably while being concealed under a shirt. All vests shall provide protection against labeled projectile penetration while reducing resultant blunt trauma and vest distortion to acceptable levels. The successful vendor shall be required to supply the individual vests with applicable options and colors as ordered for male or female personnel. Only Second Chance Summit Series SM01 body armor, Threat Level IIIA shall be submitted under this specification. No exceptions. The following list of standards and specifications in effect on the date of this solicitation shall form a part of this specification. Test Standard: National Institute of Justice Standard: Model: NIJ BA-3A00S-SM01 Threat Type: IIIA Configuration: Unstructured Armor Material: Twaron Core Matrix Technology; Gold Shield GN-2117 Armor Panel Covering: Nylon with Urethane backing, Heat sealed edges Areal Density [lbs/ft²]: 1.15 Thinness [inches]: The City has the right to determine quantity. Of the total quantity purchased, both male and female products will be represented. The City retains the right to adjust the total quantities, while maintaining the accepted bid price, without notification to the Vendor. The term of the contract, including extensions, and/or escalation clauses, shall be stated in the bid document. The City intends to purchase approximately 75 vests per the annual terms of the contract. The intended use of the soft body armor detailed herein is to be standard issue armor. It is intended for routine daily wear as an undergarment. The bid must include the Unit Price for: One Second Chance Summit Series SM01 vest for either Male and Female One soft trauma plate S-1

11 Two 4-point and/or 6-point adjustable, outer carriers (Each carrier must contain an internal suspension system for the ballistic inserts) Threat Level IIIA NIJ Standards The Second Chance Summit Series SM01 body armor must include a front ballistic panel that covers the chest approximately up to the collarbone. It must have a scooped neck sufficient to maintain concealability when wearing an open-collar shirt. It must extend downward to the waist but not far enough to push up into the throat when the wearer is seated and it must extend around the sides to provide side protection. The biceps/chest region must be cut with sufficient space to minimize irritations and restriction of arm movement during common duties such as the operation of motor vehicles. The entire vest must be curved having no sharp corners or straight edges. The Second Chance Summit Series SM01 body armor must include a rear ballistic panel that covers the back of the torso from just above the shoulder blades down to a position above the waist belt. The sides of the wearer s torso must be covered by the Second Chance Summit Series SM01 body armor front and/or rear panels. The panels must overlap for maximum side protection. All materials must be new, unused and without flaws that affect appearance, durability and function. Each Second Chance Summit Series SM01 body armor vest must be labeled in strict adherence to the labeling requirement set forth in NIJ Standard Each ballistic panel shall include, but not be limited to, the name of the manufacturer, level of protection, NIJ-STD , date of fabrication, size, serial number, model, lot number and care instructions. The label material must be designed to withstand normal wear and cleaning and remain readable during the entire warranted life of the armor or carrier. Each Second Chance Summit Series SM01 ballistic panel must contain an individual serial number. Each serialized ballistic panel shall be traceable to its original ballistic material lot number and ballistic material mill roll number. The serial number shall be traceable to an incoming material lot test and ballistic panel lay-up lot test. The vendor must have the ability to trace serial numbers. The vendor must be an identified wholesaler/retailer, who has the ability to provide measurement, fitting and service at times convenient to the City, within ten (10) days of request. The vendor must agree to and possess the ability to take individual measurements of each user and to ensure that each delivered vest fits in accordance with the following guidelines: 1. The side edges of the front and back ballistic panels must overlap to provide maximum side protection. 2. The bottom edge of the front ballistic panel shall be within one inch (1 ) of the highest S-2

12 waist belt measurement when the wearer is in a relaxed seated position. 3. The bottom edge of the back panel shall be within one inch (1 ) of the highest waist belt measurement when the wearer is in the standing position. The vendor must be able to document the quality control system used in manufacturing process of the Second Chance Summit Series SM01 body armor to ensure the integrity and quality of the manufactured products. The vendor must be able to document that the manufacturer has an in-house ballistic laboratory capable of performing ballistic testing of incoming raw materials and in-process samples and that the manufacturer has the capability of performing testing in accordance with MIL-STD-662F and NIJ Standard The documented quality control system must include procedures for lot testing of incoming raw material and in-process sample. All incoming ballistic material must undergo V50 ballistic lot tests in accordance with MIL- STD-662F. Every vest to be delivered will have been inspected for material defects and proper ply counts. Prior to delivery, every ballistic panel must be inspected for proper ballistic panel stitching. The covers and accessories must be inspected during manufacturing for defects at selected points during manufacturing process to assure the absence of hidden defects in the final item. Each vest shipped will receive a final inspection prior to shipment. This inspection must include a review of the quality control check sheet to insure compliance with the City s specifications. The vendor must supply a copy of the Certificate of Accreditations as well as the manufacturer s quality control program must be submitted with the bid documents. The vendor must agree to and possess the ability to perform all alterations of more than one inch (1 ) within thirty (30) days after the original shipment of the product, at no charge. The vendor must agree to and possess the ability to provide a minimum of $20,000, product liability insurance coverage on delivered vests. The vendor must agree to and possess the ability to provide a five (5) year warranty against defects in materials and workmanship for the ballistic panels. The vendor must agree to and possess the ability to provide a twelve (12) month warranty against any defects in the material and/or workmanship for the removable, machine washable carriers. The vendor must agree to and possess the ability to package and ship the body armor consistent with good commercial practices. The body armor shall be packed into suitable corrugated cardboard boxes. The box shall allow for normal shipping without damage to the soft body armor. The vendor must agree to and possess the ability to deliver the concealable soft body armor within forty-five (45) days of the City s order. S-3

13 City of Overland Park, Kansas Concealable Soft Body Armor COMPLIANCE TO SPECIFICATIONS FORM Each Bidder must complete this Compliance to Specifications Form on which the bidder must indicate whether the bid submitted meets all required specifications. 1. Only Second Chance Summit Series SM01 body armor, Threat Level IIIA shall be submitted under this specification. No exceptions. 2. The Second Chance Summit Series SM01 body armor must be tested by the National Institute of Justice (NIJ) National Law Enforcement Technology Center (NLETC), and found to comply with the requirements of NIJ Standard Each completed piece of Second Chance Summit Series SM01 body armor must include one (1) set of ballistic panels (1 front, 1 rear) constructed from Twaron Core Matrix Technology; Gold Shield GN-2117 ballistic material. 4. Each complete piece of Second Chance Summit Series SM01 body armor must include one soft trauma plate. 5. Each complete piece of Second Chance Summit Series SM01 body armor must include two (2) 4-point and/or 6-point adjustable, washable, outer carriers. Each carrier must contain an internal suspension system for the ballistic panels. 6. The Second Chance Summit Series SM01 body armor must include a front ballistic panel that covers the chest approximately up to the collarbone. It must have a scooped neck sufficient to maintain concealability when wearing an open-collar shirt. It must extend downward to the waist but not far enough to push up into the throat when the C-1

14 wearer is seated and it must extend around the sides to provide side protection. The biceps/chest region must be cut with sufficient space to minimize irritations and restriction of arm movement during common duties such as the operation of motor vehicles. The entire vest must be curved having no sharp corners or straight edges. 7. The Second Chance Summit Series SM01 body armor must include a rear ballistic panel that covers the back of the torso from just above the shoulder blades down to a position above the waist belt. 8. The sides of the wearer s torso must be covered by the Second Chance Summit Series SM01 body armor front and/or rear panels. The front and rear panels must overlap to maximum side protection. 9. Each Second Chance Summit Series SM01 body armor vest must be labeled in strict adherence to the labeling requirement set forth in NIJ Standard The ballistic panel shall include, but not be limited to, the name of the manufacturer, level of protection, NIJ-STD , Date of Fabrication, Size, Serial Number, Model, Care Instructions and Lot Number. The label material is designed to withstand normal wear and cleaning and remain readable during the entire warranted life of the armor or carrier. 10. All materials must be new, unused and without flaws that affect appearance, durability and function. 11. Each Second Chance Summit Series SM01 body armor vest delivered must contain an individual serial number. Each serialized soft body armor panel shall be traceable to its original ballistic material lot number and ballistic material mill roll number. The serial number shall be traceable to an incoming material lot test and ballistic panel lay-up lot test. The vendor must have the ability to trace serial numbers. C-2

15 12. All ballistic material that comprises a part of each piece of soft body armor delivered must have undergone V50 ballistic lots tests in accordance with MIL-STD-662F, except that the test will be conducted on clay backing which meets the requirements of NIJ Standard for backing material. 13. The vendor must be an identified wholesaler/retailer, who has the ability to provide measurement, fitting and service at times convenient to the City, within ten (10) days of request. 14. The vendor must agree to and possess the ability to take individual measurements of each user and to ensure that each delivered vest fits in accordance with the following guidelines: The side edges of the front and back ballistic panels must overlap for maximum side protection. The bottom edge of the front ballistic panel shall be within one inch (1 ) of the highest waist belt measurement when the wearer is in a relaxed seated position. The bottom edge of the back panel shall be within one inch (1 ) of the highest waist belt measurement when the wearer is in the standing position. 15. The vendor must be able to document the quality control system used in manufacturing process of the Second Chance Summit Series SM01 body armor to ensure the integrity and quality of the manufactured products. The vendor must be able to document that the manufacturer has an in-house ballistic laboratory capable of performing ballistic testing of incoming raw materials and in-process samples and that the manufacturer has the capability of performing testing in accordance with MIL-STD-662F and NIJ Standard The documented quality control system must include procedures for lot testing of incoming raw material and in-process sample. All incoming ballistic material must undergo V50 ballistic lot tests in accordance with MIL-STD-662F. Every vest to be delivered will have been inspected for material defects and proper ply counts. C-3

16 16. Prior to delivery, every ballistic panel must be inspected for stitching. The nylon panel covers and accessories must be inspected during manufacturing for defects at selected points during manufacturing process to assure the absence of hidden defects in the final item. Each vest shipped will receive a final inspection prior to shipment. This inspection must include a review of the quality control check sheet to insure compliance with the City s specifications. 17. The vendor must supply a copy of the Certificate of Accreditations as well as the manufacturer s quality control program must be submitted with the bid documents. 18. The vendor must agree to and possess the ability to perform all alterations of more than one inch (1 ) within thirty (30) days after the original shipment of the product, at no charge. 19. The vendor must agree to and possess the ability to provide a minimum of $20,000, product liability insurance coverage on delivered vests. 20. The vendor must agree to and possess the ability to provide a five (5) year warranty against defects in materials and workmanship for the ballistic panels. 21. The vendor must agree to and possess the ability to provide a twelve (12) month warranty against any defects in the material and/or workmanship for the removable, machine washable carriers. 22. The vendor must agree to and possess the ability to package and ship the concealable soft body armor consistent with good commercial practices. The body armor shall be packed into suitable corrugated cardboard boxes. The box shall allow for normal shipping without damage to the soft body armor. C-4

17 23. The vendor must agree to and possess the ability to deliver the concealable soft body armor within forty-five (45) days of the City s order. C-5

18 City of Overland Park, Kansas Concealable Soft Body Armor BID TO: City of Overland Park, Johnson County, Kansas NOTE: PLEASE DO NOT RETURN THIS BID IF YOU ARE NOT SUBMITTING THE SAME. YOUR NAME WILL REMAIN ON OUR BIDDERS' LIST UNTIL WE ARE NOTIFIED TO REMOVE IT. The undersigned bidder hereby proposes to furnish all materials, supplies, transportation, tools, equipment, perform all necessary labor, complete all work, and deliver all products stipulated in, required by, and in conformity with the proposed Bidding Documents and Contract Documents (including all documents referred to therein) and any and all addenda thereto, for and in consideration of prices as follows: Second Chance Summit Series SM01 Threat Level IIIA body armor (Male & Female) $ (Unit Price Figures) Dollars (Unit Price Written) 1. The undersigned further agrees to begin the work upon the date of execution of the Agreement between the parties. The undersigned also declares that it understands that if not preset by the City, the time to begin performance and to complete the work will be one factor considered in determining the lowest and best responsible bidder. 2. In submitting this bid, the undersigned declares that it is of lawful age and executed the accompanying bid on behalf of the bidder therein named, and that it had lawful authority to do so. The undersigned further declares that it has not directly or indirectly entered into any agreement, expressed or implied, with any bidder or bidders, having for its object the controlling of the price or amount of such bid or any bids, the limiting of the bid or bidders, the parceling or farming out to any bidder or bidders, or other persons, of any part of the Agreement or any part of the subject matter of the bid or bids or of the profits thereof, and that it has not and will not divulge the sealed bid to any person B-1

19 whomsoever, except those having a partnership or other financial interest with bidder in said bid or bids, until after sealed bid or bids are opened. 3. The undersigned further declares that it has carefully examined the Notice and Invitation to Bidders, Instructions to Bidders, Specifications, Agreement and other Bidding Documents, and has satisfied itself as to all conditions, quantities and requirements and understands that in signing this bid it waives all right to plead any misunderstanding regarding the same. 4. The undersigned hereby agrees to execute the Agreement contained in the bid package within ten (10) calendar days from and after notice of the award of the Contract, and failure of the bidder to do so shall constitute a default, and the City may thereafter take such steps to protect its legal rights as it deems in its best interest, including, but not limited to, rejection of the bid. 5. It is understood that the City will pay in a prompt and timely manner as provided in the Contract Documents. 6. Undersigned acknowledges receipt of the Bidding Documents and Contract Documents to include the Specifications for the project including the Compliance to Specifications Form. DATED this day of, 20. Name of Bidding Entity (SEAL) Title of Person Authorized to Submit Binding Bid Signature of Person Authorized to Submit Binding Bid Address Telephone Number B-2

20 Notice to Bidders: The successful Bidder must execute the Agreement as set forth below within ten days of being awarded the contract. City of Overland Park, Kansas Concealable Soft Body Armor AGREEMENT THIS AGREEMENT is made and entered into this day of, 2013, by and between the City of Overland Park, Kansas, hereinafter the "City," and, hereinafter the "Vendor"; WITNESSETH: WHEREAS, the City has caused to be prepared, in accordance with the law, Bidding Documents, for the goods and services herein described, and has caused to be published, in the manner and for the time required by law, an advertisement inviting sealed bids for furnishing materials, labor, tools, equipment and transportation necessary for, and in connection with, the delivery of goods and services in accordance with the terms of the Contract Documents; and WHEREAS, the Vendor, in response to the advertisement, has submitted to the City, in the manner and at the time specified, a sealed Bid in accordance with the requirements of the Bidding Documents; and WHEREAS, the City, in the manner prescribed by law, has publicly opened, examined and canvassed the Bids submitted, and as a result of this canvass has, in accordance with the law, determined and declared the Vendor to be the lowest and best responsible bidder for the delivery of the specified goods and services, and has duly awarded to the Vendor a Contract therefore upon the terms and conditions set forth in the Contract Documents as defined herein and for the sum or sums named in the Bid, a copy of which is attached hereto. NOW, THEREFORE, in consideration of the compensation to be paid the Vendor, and of the mutual agreements herein contained, the parties hereto have agreed, and hereby agree, the City for itself and its successors, and the Vendor for itself, himself/herself or themselves, its, his/her or their successors and assigns, or its, his/her or their executors and administrators, as follows: ARTICLE 1. DEFINITIONS Whenever any word or expression defined herein, or pronoun used in its stead, occurs in this Agreement, it shall have and is mutually understood to have the meaning herein given. A-1

21 Agreement shall mean this Agreement and the Bidding and Contract Documents and any attachments to those documents to include Exhibits. The terms Agreement, Bidding Documents, and Contract Documents are used interchangeably in these documents and reference to one shall be reference to all of the documents. "Bid" shall mean the offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the work or services to be performed and the goods or products to be delivered (the City reserves the right to reject any and all bids). "Bidder" shall mean any individual, partnership, corporation, association or other entity submitting a bid for the work. "Bidding Documents" shall mean all documents related to a Bidder's submitting a Bid, including, but not limited to, the advertisement for bids, if applicable, Notice and Invitation to Bid, Instructions to bidders, the Bid form, plans and specifications, the Agreement and any other forms and Documents included in the Bid Document Package, including any addenda issued prior to receipt of bids. The Bidding Documents shall be incorporated by reference into this Agreement and the Contract Documents and shall be considered as fully a part of this Agreement and the Contract Documents as if repeated verbatim herein. The Bid Documents are attached hereto as Exhibit A. The terms Agreement, Bidding Documents, and Contract Documents are used interchangeably in these documents and reference to one shall be reference to all of the documents. "City" shall mean the City of Overland Park, Kansas. Contract shall mean the work/project awarded to the bidder that submitted the lowest and best bid for the goods and services described in the Bidding Documents. "Contract Documents" shall mean the Bidding Documents and this Agreement. The terms Agreement, Bidding Documents, and Contract Documents are used interchangeably in these documents and reference to one shall be reference to all of the documents. "Vendor" shall mean the bidder awarded the Contract for the performance of the work or services and/or delivery of goods and products that is the subject of the Bidding Documents, together with its duly authorized agents or legal representatives. ARTICLE 2. VENDOR S PERFORMANCE The Vendor will, furnish Concealable Soft Body Armor for use by the City of Overland Park, Kansas Police Department, all in strict accordance with the specifications, terms and conditions set forth in the Bidding Documents and to the entire satisfaction of the City, and in accordance with the laws of the City, the State of Kansas and the United States of America. A-2

22 ARTICLE 3. PRICE AND PAYMENT TERMS The Vendor agrees to provide Concealable Soft Body Armor to the City, as described in the Bidding Documents, and in consideration, the City agrees to pay to the Vendor for the performance required by this Agreement and as specified in the Bidding Documents, and the Vendor will accept in full compensation therefore, the payment of monies at the rate set forth in the Vendor s Bid for all Concealable Soft Body Armor, payment thereof to be made in cash or its equivalent and in the manner provided herein. The Unit Price set out in the Bid shall include the delivery of the Concealable Soft Body Armor. The Vendor shall submit invoices for payment at the time of shipment of the Concealable Soft Body Armor from the manufacturer. These invoices shall be sent to the following address: Overland Park Police Department, Attention: Lieutenant Thomas Fredrickson, Foster, Overland Park, Kansas ARTICLE 4. MISCELLANEOUS OBLIGATIONS OF CITY Designated Person. The City will designate a person to coordinate all activities with Vendor. The designated person (or a designated alternate) shall be available during all normal business hours to make decisions on behalf of the City, which shall include, but not be limited to, the approval and acceptance of all deliverable items. The designated person shall work and cooperate with Vendor, but the designated person will not be under the direction or control of Vendor and shall at no time be considered an employee or agent of Vendor. ARTICLE 5. MISCELLANEOUS OBLIGATIONS OF VENDOR Designated Person. The Vendor will designate a person to coordinate all activities with the City. This person (or a designated alternate) shall be available during all normal business hours. Vendor's Prime Responsibilities. The Vendor shall be responsible for delivery of the Concealable Soft Body Armor. Vendor will be the sole point of contact with regard to contractual matters. ARTICLE 6. BIDDING DOCUMENTS, CONTRACT DOCUMENTS AND AGREEMENT COMPLEMENTARY The Bidding Documents, Contract Documents and Agreement are complementary, and what is called for by any one shall be as binding as if called for by all. The intention of the Bidding Documents, Contract Documents and Agreement is to include all labor, materials, tools, equipment and transportation necessary for the delivery of Concealable Soft Body Armor for City employees in accordance with the Bidding Documents, Contract Documents and Agreement. The Contract Documents supersede all previous agreements and understandings A-3

23 between the parties, which previous agreements and understandings are of no further force and effect. This Agreement and the Contract Documents may not be amended or modified except by a modification as herein provided. ARTICLE 7. VENDOR'S EMPLOYEES The Vendor shall at all times enforce strict discipline and good order among its employees and shall not employ on the work any unfit person or anyone not skilled in the work assigned to him. The Vendor shall be responsible for compliance with all state and federal laws, if applicable, pertaining to wages, hours and benefits for workers employed to carry out the work. ARTICLE 8. INDEPENDENT CONTRACTOR The parties hereto agree that the services to be provided by the Vendor are being provided strictly on a contract basis. The Vendor is not and shall not be considered a part of the City and shall not be subject to the control of the City but shall be considered an independent contractor at all times. ARTICLE 9. INDEMNITY For purposes of indemnification requirements as set forth throughout in this Agreement and Contract and Bidding Documents, the following terms shall have the meanings set forth below: "The Vendor" means and includes Vendor, all of its affiliates and subsidiaries, its Sub-Vendors and materialmen and their respective servants, agents and employees; and "Loss" means any and all loss, damage, liability or expense, of any nature whatsoever, whether incurred as a judgment, settlement, penalty, fine or otherwise (including attorney's fees and the cost of defense), in connection with any action, proceeding, demand or claim, whether real or spurious, for injury, including death, to any person or persons or damages to or loss of, or loss of the use of, property of any person, firm or corporation, including the parties hereto, which arise out of or are connected with, or are claimed to arise out of or be connected with, the performance of this Agreement, whether arising before or after the completion of the performance required hereunder. The Indemnity For purposes of this Agreement, and without in any way limiting indemnification obligations that may be set forth elsewhere in the Agreement, the Vendor hereby agrees to indemnify, defend and hold harmless the City from any and all loss where loss is caused or incurred or alleged to be A-4

24 caused or incurred in whole or in part as a result of the negligence or other actionable fault of the Vendor, its employees, agents, Sub-Vendors and suppliers. It is agreed as a specific element of consideration of this Agreement that this indemnity shall apply notwithstanding the joint, concurring or contributory or comparative fault or negligence of the City or any third party and, further, notwithstanding any theory of law including, but not limited to, a characterization of the City's or any third party's joint, concurring or contributory or comparative fault or negligence as either passive or active in nature. General Limitation Nothing in this section shall be deemed to impose liability on the Vendor to indemnify the City for loss when the City's negligence or other actionable fault is the sole cause of loss. Waiver of Statutory Defenses With respect to the City's rights as set forth herein, the Vendor expressly waives all statutory defenses, including, but not limited to, those under workers compensation, contribution, comparative fault or similar statutes to the extent said defenses are inconsistent with or would defeat the purposes of this section. ARTICLE 10. DISPUTE RESOLUTION The City and the Vendor agree that disputes relative to the services shall first be addressed by negotiations between the parties. If direct negotiations fail to resolve the dispute, the party initiating the claim that is the basis for the dispute shall be free to take such steps as it deems necessary to protect its interests; provided, however, that notwithstanding any such dispute the Vendor shall proceed with the work as per the Contract Documents as if no dispute existed; and provided further that no dispute will be submitted to arbitration without the City's express written consent. ARTICLE 11. TERM AND TERMINATION Term This Agreement shall commence upon the date it is executed, and shall continue in effect for a period of one (1) year. At the expiration of the initial one (1) year term, the City shall have the option of renewing the contract for one (1) additional year. If the City intends to exercise the option to renew the contract for an additional one (1) year term, the City shall provide notice to the Vendor no later than thirty (30) days prior to the expiration of the initial term. A-5

25 Right of City to Terminate Contract. If at any time the performance of the work under this Agreement is being unnecessarily delayed, is in violation of any of the conditions or covenants of this Agreement or the specifications therefore, or is being executed in bad faith or otherwise not in accordance with the terms of said Agreement; the City may, at its option, serve written notice upon the Vendor of the violation. If the violation is not remedied within ten (10) days of the notice, the City may, at that time, notify the Vendor of its intent to terminate this Agreement, and, unless within three (3) days after the serving of such notice upon the Vendor, a satisfactory arrangement be made for the continuance thereof, this Agreement shall cease and terminate. When the Vendor's services have been so terminated, such termination shall not affect any rights or remedies of City against the Vendor then existing or which may later accrue. Similarly, any retention or payment of monies due the Vendor shall not release the Vendor from liability. The City may terminate this Agreement for its convenience and without cause or default on the part of the Vendor by providing thirty (30) days written notice of such termination to the Vendor. Any termination of the Agreement for alleged default by the Vendor that is ultimately determined to be unjustified shall automatically be deemed a termination for convenience of the City. ARTICLE 12. LAWS AND ORDINANCES The Vendor shall be fully familiar with all City, County, State and Federal laws, ordinances or regulations which would in any way control the actions or operations of those engaged in the performance of this Agreement or which would affect the materials supplied to or by them. It shall at all times observe and comply with all ordinances, laws and regulations and shall protect and indemnify and defend the City and the City's officers and agents against any claims or liability arising from or based on any violation of same. ARTICLE 13. AFFIRMATIVE ACTION/OTHER LAWS The Vendor agrees that: 1. The Vendor shall observe the provisions of the Kansas Act Against Discrimination (K.S.A et seq.) and shall not discriminate against any person in the performance of work under the present contract because of race, religion, color, sex, disability, national origin, ancestry or age; 2. In all solicitations or advertisements for employees, the Vendor shall include the phrase, "equal opportunity employer," or a similar phrase to be approved by the commission; A-6

26 3. If the Vendor fails to comply with the manner in which the Vendor reports to the commission in accordance with the provisions of K.S.A and amendments thereto, the Vendor shall be deemed to have breached the present Agreement and it may be canceled, terminated or suspended, in whole or in part, by the contracting agency; 4. If the Vendor is found guilty of a violation of the Kansas Act Against Discrimination under a decision or order of the commission which has become final, the Vendor shall be deemed to have breached the present Agreement and it may be canceled, terminated or suspended, in whole or in part, by the contracting agency; and 5. The Vendor shall include the provisions of subsections (1.) through (4.) in every subcontract or purchase order so that such provisions will be binding upon such Sub Vendor or vendor. 6. The provisions of this section shall not apply to an Agreement entered into by a Vendor: (a) (b) Who employs fewer than four employees during the term of such contract; or Whose contracts with the City cumulatively total $5,000 or less during the fiscal year of the City. The Vendor further agrees that the Vendor shall abide by the Kansas Age Discrimination In Employment Act (K.S.A et seq.) and the applicable provision of the Americans With Disabilities Act (42 U.S.C et seq.) as well as all other federal, state and local laws, ordinances and regulations applicable to this project and to furnish any certification required by any federal, state of local governmental agency in connection therewith. ARTICLE 14. FEDERAL LOBBYING ACTIVITIES 31 USCS Section 1352 requires all subgrantees, Vendors, Sub Vendors and consultants who receive federal funds via the City to certify that they will not use federal funds to pay any person for influencing or attempting to influence a federal agency or Congress in connection with the award of any federal contract, grant, loan or cooperative agreements. In addition, contract applicants, recipients and sub-recipients must file a form disclosing any expenditure they make for lobbying out of non-federal funds during the contract period. Necessary forms are available from the City Clerk and must be returned to the City with other contract documents. It is the responsibility of the general Vendor to obtain executed forms from any Sub Vendors who fall within the provisions of the Code and to provide the City with the same. A-7

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall Request For Proposals 2018-1 202 Hwy 124 E ADA Door Opener Hallsville City Hall The City of Hallsville, Missouri (the City ) seeks bids from qualified contractors for all materials and labor to install

More information

ROGERS CORPORATION - TERMS AND CONDITIONS OF PURCHASE

ROGERS CORPORATION - TERMS AND CONDITIONS OF PURCHASE ROGERS CORPORATION - TERMS AND CONDITIONS OF PURCHASE THE FOLLOWING TERMS AND CONDITIONS, AND THOSE SPECIFIED ON THE FACE OF THIS PURCHASE ORDER, SHALL EXCLUSIVELY GOVERN THE PURCHASE OF ALL MATERIALS

More information

City of Mexico Beach Replacement of Fire Department Roofing Shingles

City of Mexico Beach Replacement of Fire Department Roofing Shingles City of Mexico Beach Replacement of Fire Department Roofing Shingles 2018 BID INFORMATION, REQUIREMENTS, INSTRUCTIONS AND SPECIFICATIONS BID INFORMATION BIDS DUE BY: Thursday, April 19 th, 2018 at 2:00

More information

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS 1. PREPARATION OF BID FORM: The District invites proposals on the form(s) enclosed to be submitted

More information

CITY OF DES PLAINES PROPOSAL AND CONTRACT FOR PURCHASE AND DELIVERY OF PRODUCTS BARRACUDA BACKUP SERVER ISSUED: APRIL 2016

CITY OF DES PLAINES PROPOSAL AND CONTRACT FOR PURCHASE AND DELIVERY OF PRODUCTS BARRACUDA BACKUP SERVER ISSUED: APRIL 2016 CITY OF DES PLAINES PROPOSAL AND CONTRACT FOR PURCHASE AND DELIVERY OF PRODUCTS BARRACUDA BACKUP SERVER ISSUED: APRIL 2016 OWNER: City of Des Plaines (the City ) 1420 Miner Street Des Plaines, Illinois

More information

SAMPLE DOCUMENT FOR FORMATTING ILLUSTRATION ONLY JOINT VENTURE AGREEMENT

SAMPLE DOCUMENT FOR FORMATTING ILLUSTRATION ONLY JOINT VENTURE AGREEMENT SAMPLE DOCUMENT FOR FORMATTING ILLUSTRATION ONLY JOINT VENTURE AGREEMENT This agreement made as of the day of,. BETWEEN: AND The above parties, sometimes hereinafter referred to collectively as the Parties

More information

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS SECTION 00200 INSTRUCTIONS TO BIDDERS PARAGRAPH TITLE PAGE NO. 1. FORMAT 3 2. SPECIFICATION LANGUAGE 3 3. GENERAL DESCRIPTION OF THE PROJECT 3 4. QUALIFICATION OF CONTRACTORS 3 5. DOCUMENT INTERPRETATION

More information

AGREEMENT. NOW, THEREFORE, in consideration of the promises and covenants of this Agreement, the parties hereto agree as follows:

AGREEMENT. NOW, THEREFORE, in consideration of the promises and covenants of this Agreement, the parties hereto agree as follows: AGREEMENT THIS AGREEMENT (the Agreement ) made and entered into this day of, 2012, by and between the City of Overland Park, Kansas (the CITY ), and Head Start of Shawnee Mission, Inc. a non-profit organization

More information

AGREEMENT. NOW, THEREFORE, in consideration of the promises and covenants of this Agreement, the parties hereto agree as follows:

AGREEMENT. NOW, THEREFORE, in consideration of the promises and covenants of this Agreement, the parties hereto agree as follows: AGREEMENT THIS AGREEMENT ( Agreement), made and entered into this day of, 2012, by and between the City of Overland Park, Kansas (the CITY ), and The Salvation Army, a non-profit Illinois corporation (

More information

PARTICIPATING ADDENDUM NASPO ValuePoint Body Armor Products Administered by the State of Colorado (hereinafter Lead State )

PARTICIPATING ADDENDUM NASPO ValuePoint Body Armor Products Administered by the State of Colorado (hereinafter Lead State ) PARTICIPATING ADDENDUM NASPO ValuePoint Body Armor Products Administered by the State of Colorado (hereinafter Lead State ) MASTER AGREEMENT Central Lake Armor Express, Inc. dba Armor Express Master Agreement

More information

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No.

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No. SPECIFICATIONS Renovations and Additions to the Coffee Springs Senior Center Coffee Springs, Alabama G Mark Pepe Architect 307 West Adams Street Dothan, Alabama 36303 (334) 712-9721 (334) 699-2028 Facsimile

More information

CONTRACT FOR ROOF REMOVAL AND REPLACEMENT - Milford Middle School

CONTRACT FOR ROOF REMOVAL AND REPLACEMENT - Milford Middle School CONTRACT FOR ROOF REMOVAL AND REPLACEMENT - Milford Middle School THIS AGREEMENT made this day of, 2013 between the Milford School District, a New Hampshire school district having a usual place of business

More information

SECTION A - INSTRUCTIONS

SECTION A - INSTRUCTIONS SECTION A - INSTRUCTIONS 1. INTRODUCTION The Long Beach Unified School District (District) is seeking sealed bids from qualified vendors (Bidder), to provide classroom medical/science equipment. The intent

More information

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M. REQUEST FOR PROPOSAL ARCHITECTURAL SERVICES Proposals will be received by the City of Topeka, Kansas at the Contracts & Procurement Office until 2:00 PM, local time March 14, 2008 for the purpose of furnishing

More information

REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas 66603

REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas 66603 REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas 66603 QUOTATION NO. 003-18 VENDOR ADDRESS PHONE THIS IS NOT AN ORDER 1. In communications always

More information

SEVES USA INC. PPC Insulators Division North America Purchase Order Terms & Conditions. Title and risk of loss. Governing Terms & Conditions.

SEVES USA INC. PPC Insulators Division North America Purchase Order Terms & Conditions. Title and risk of loss. Governing Terms & Conditions. SEVES USA INC. PPC Insulators Division North America Purchase Order Terms & Conditions Governing Terms & Conditions This Purchase Order ( Order ) constitutes the offer of Seves USA Inc. USA, Inc. ( Seves

More information

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO 63144 REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES 2013-2014 THIS IS NOT AN ORDER 1 CITY OF BRENTWOOD NOTICE FOR PROPOSAL City of Brentwood

More information

REQUEST FOR PROPOSAL Enterprise Asset Management System

REQUEST FOR PROPOSAL Enterprise Asset Management System City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Enterprise Asset Management System Issue Date: Thursday April 9, 2015 Bid Number: 15 019 Agent/Contact:

More information

The intent of this bid is to purchase soccer uniforms to be issued by the Parks & Recreation Department to youth soccer program participants.

The intent of this bid is to purchase soccer uniforms to be issued by the Parks & Recreation Department to youth soccer program participants. July 18 th, 2016 The City of North Lauderdale is currently soliciting price quotations for the purchase of soccer uniforms for the Parks and Recreation Department s Youth Soccer League. QUOTATIONS WILL

More information

Prufrex USA, Inc. TERMS AND CONDITIONS OF PURCHASE

Prufrex USA, Inc. TERMS AND CONDITIONS OF PURCHASE Prufrex USA, Inc. TERMS AND CONDITIONS OF PURCHASE 1 Contract Formation: These Terms and Conditions of Purchase (the "Terms and Conditions") apply to any purchases by Prufrex USA, Inc., its subsidiaries,

More information

Effective 08/01/2005 1/6

Effective 08/01/2005 1/6 STANDARD CLAUSES FOR ROCKLAND COUNTY PURCHASE ORDERS The parties to the attached purchase order, or other agreement of any kind (hereinafter, "the contract" or "this contract") agree to be bound by the

More information

CONTRACT AWARD. Period of Contract: August 1, 2011 through July 31, 2012 (With the option to renew for four additional 12-month periods)

CONTRACT AWARD. Period of Contract: August 1, 2011 through July 31, 2012 (With the option to renew for four additional 12-month periods) Date of Award: July 27, 2011 CONTRACT AWARD Contract ID: 00000000000000000000##### Replaces Contract: 0###0 Procurement Officer: Telephone: 785/###-#### E-Mail Address: Web Address: Item: Agency/Business

More information

CITY OF SPRING HILL, TENNESSEE REQUEST FOR PROPOSAL FOR. Sandblasting & Painting of Fire Hydrants

CITY OF SPRING HILL, TENNESSEE REQUEST FOR PROPOSAL FOR. Sandblasting & Painting of Fire Hydrants CITY OF SPRING HILL, TENNESSEE REQUEST FOR PROPOSAL FOR Sandblasting & Painting of Fire Hydrants Sealed Proposals will be received by the City of Spring Hill, Tennessee, for FIRE HYDRANT SANDBLASTING,

More information

Sunnyside Valley Irrigation District

Sunnyside Valley Irrigation District 2019 Perforated HDPE Pipe Bid Package Sealed bids will be received until 11:00 am. January 4th, 2019 at Field Office 1105 Yakima Valley Hwy. P.O. Box 239 Sunnyside, WA 98944 509-837-6980 Project Contact:

More information

City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona (520) Fax (520)

City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona (520) Fax (520) City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona 85635 (520) 458-3315 Fax (520) 452-7025 NOTICE OF REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS NUMBER: PROPOSAL

More information

SPECIFICATIONS. Autoclave/Sterilizer FOR. Lake Land College District Number 517 Mattoon, Illinois PROJECT NO Bid Date; May 22, 2018

SPECIFICATIONS. Autoclave/Sterilizer FOR. Lake Land College District Number 517 Mattoon, Illinois PROJECT NO Bid Date; May 22, 2018 SPECIFICATIONS FOR Autoclave/Sterilizer Lake Land College District Number 517 Mattoon, Illinois 61938 PROJECT NO. 2018-008 Bid Date; May 22, 2018 SECTION 000101 TABLE OF CONTENTS SECTION DESCRIPTION 001113

More information

INSTRUCTIONS TO BIDDERS Medical Center

INSTRUCTIONS TO BIDDERS Medical Center Revisions: Revisions were made to these Instructions to Bidders to conform to recent changes to the Code of Virginia and to changes in policy. Revised paragraphs are indicated by a vertic al line in the

More information

TERMS AND CONDITIONS OF THE INVITATION TO BID

TERMS AND CONDITIONS OF THE INVITATION TO BID TERMS AND CONDITIONS OF THE INVITATION TO BID 1. PREPARATION OF BID. a) Bidders are expected to examine the drawings, specifications, and all instructions. Failure to do so shall be at the bidder=s risk.

More information

INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Name: Individual: Business: (mark one)

INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Name: Individual: Business: (mark one) INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Part One: University Information ( University or KSU) Contracting University Department/Office: Contracting

More information

STANDARD TERMS AND CONDITIONS ACKNOWLEDGEMENT DELUXE PLASTICS

STANDARD TERMS AND CONDITIONS ACKNOWLEDGEMENT DELUXE PLASTICS STANDARD TERMS AND CONDITIONS ACKNOWLEDGEMENT DELUXE PLASTICS 1. Acceptance. This acknowledgment shall operate as Deluxe Plastics ( Deluxe ) acceptance of Buyer s purchase order, but such acceptance is

More information

SAN ANTONIO WATER SYSTEM SERVICES AGREEMENT AGREEMENT FOR. THIS IS A SERVICE AGREEMENT (this Agreement ) by and between

SAN ANTONIO WATER SYSTEM SERVICES AGREEMENT AGREEMENT FOR. THIS IS A SERVICE AGREEMENT (this Agreement ) by and between SAN ANTONIO WATER SYSTEM SERVICES AGREEMENT AGREEMENT FOR THIS IS A SERVICE AGREEMENT (this Agreement ) by and between (the Contractor ), and San Antonio Water System, municipally-owned utility of the

More information

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COUNTY OF OSWEGO PURCHASING DEPARTMENT COUNTY OF OSWEGO PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com Daniel Stevens, Purchasing Director May 18, 2017

More information

Request for Quotation Q. Steamboat Springs Emergency Solar Tower Phones

Request for Quotation Q. Steamboat Springs Emergency Solar Tower Phones Request for Quotation 792-18Q Steamboat Springs Emergency Solar Tower Phones Due: April 6, 2018 2:00 p.m. Mountain Time Buyer: Colorado Mountain College Purchasing Department 802 Grand Avenue Glenwood

More information

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS SECTION 1. BID FORM A. GENERAL SECTION 00 21 13 INSTRUCTIONS TO BIDDERS (1) Sealed bids will be received in the office of the Director of Administration, City Hall, Covington, Louisiana, 317 N. Jefferson

More information

802-18Q. Defibrillator. Due: 06/15/2018 2:00 p.m. MST

802-18Q. Defibrillator. Due: 06/15/2018 2:00 p.m. MST 802-18Q Defibrillator Due: 06/15/2018 2:00 p.m. MST Buyer: CMC Purchasing Department 802 Grand Avenue / Glenwood Springs, CO 81601 / bids@coloradomtn.edu Section I: Introduction Colorado Mountain College

More information

Section III. Contract for Supply and Delivery of Goods

Section III. Contract for Supply and Delivery of Goods Section III. Contract for Supply and Delivery of Goods FPU.SF 19.18 IOM office-specific Ref. No.: IOM Project Code: LEG Approval Code / Checklist Code AGREEMENT FOR THE SUPPLY AND DELIVERY OF GOODS Between

More information

DEPARTMENT OF PUBLIC WORKS. Road Division ADDENDUM #1 COUNTY OF MERCED DEPARTMENT OF PUBLIC WORKS REQUEST FOR PROPOSAL:

DEPARTMENT OF PUBLIC WORKS. Road Division ADDENDUM #1 COUNTY OF MERCED DEPARTMENT OF PUBLIC WORKS REQUEST FOR PROPOSAL: DEPARTMENT OF PUBLIC WORKS Road Division Dana S. Hertfelder Director 345 West 7th Street Merced, CA 95340 Phone: (209) 385-7601 Fax: (209) 722-7690 www.co.merced.ca.us Equal Opportunity Employer ADDENDUM

More information

ATTACHMENT B: SAMPLE CONTRACT (AGREEMENT)

ATTACHMENT B: SAMPLE CONTRACT (AGREEMENT) ATTACHMENT B: SAMPLE CONTRACT (AGREEMENT) CITY OF PLACERVILLE PAVEMENT REHABILITATION PROJECT PROJECT NO. xxxx THIS AGREEMENT ( Agreement ) approved by the City Council this 26th day of June, in the year

More information

INVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number:

INVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number: INVITATION TO BID Date: April 13, 2018 From: KENAI PENINSULA BOROUGH SCHOOL DISTRICT Purchasing Department 139 East Park Avenue Soldotna, Alaska 99669 (907)714-8876 BID NUMBER: #125-18 BID DUE DATE: 4:00

More information

Request for Proposal. RFP # Non-Profit, Sports Photography

Request for Proposal. RFP # Non-Profit, Sports Photography County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-0303-1, Sports Photography This procurement

More information

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B Prince George County SCHOOL BOARD Operations Office 6410 Courts Drive Prince George, Virginia 23875 804-733-2700 Fax 804-861-5271 Invitation For Bid Filters, Brake Drums & Brake Shoes IFB-19-1807-4B This

More information

CITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE. BID No

CITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE. BID No CITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE BID No. 2017-07 See, Attached List of City Owned Surplus Real Estate which is Available Bid Opening Date: January 26, 2018 at 2:00

More information

INVITATION TO BID INSTRUCTIONS TO BIDDERS

INVITATION TO BID INSTRUCTIONS TO BIDDERS Exhibit A INVITATION TO BID INSTRUCTIONS TO BIDDERS Scope: A contract will be awarded with the requirement to supply, IT SAN Hard Drives and Support to the Susquehanna Area Regional Airport Authority (S.A.R.A.A.).

More information

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 dstevens@oswegocounty.com Daniel Stevens Tamara Allen Purchasing

More information

KANSAS Internet Crimes Against Children Task Force

KANSAS Internet Crimes Against Children Task Force KANSAS Internet Crimes Against Children Task Force 130 S. Market, Suite B050, Wichita, Kansas 67202 316 337 6552 316 337 7028 LETTER OF AGREEMENT SUBGRANT AWARDING RECOVERY ACT FUNDING Parties This Letter

More information

Saddles for Sale RFSB # N

Saddles for Sale RFSB # N PROCUREMENT, CONTRACTING AND PAYMENT SERVICES REQUEST FOR SURPLUS BIDS (RFSB) Issued: June 15, 2016 Saddles for Sale RFSB #90003634N West Virginia University Board of Governors on behalf of West Virginia

More information

Deadline to receive Sealed Bids is Thursday, September 21, 2017 at 9:00 a.m. EST.

Deadline to receive Sealed Bids is Thursday, September 21, 2017 at 9:00 a.m. EST. (ADVERTISEMENT) OWNER: Middle Kentucky CAP, Inc. 171 Howell Heights Jackson, KY 41339 INVITATION FOR BID (IFB) Middle Kentucky CAP is seeking sealed bids for blacktop paving. installation to _171 Howell

More information

REQUEST FOR BID # TIRE DISPOSAL SERVICES

REQUEST FOR BID # TIRE DISPOSAL SERVICES REQUEST FOR BID # 201705-376 TIRE DISPOSAL SERVICES BID SCHEDULE & DEADLINES: May 13, 2017 June 13, 2017 June 5, 2017 at 2:00 P.M. June 13, 2017 at 5:00 P.M. June 14, 2017 at 9:30 A.M. Bid Release Date

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION 4 World Trade Center, 150 Greenwich Street,21st Floor,New York, NY 10007 REQUEST FOR QUOTATION Page 1 Of 8 Vendor No. Collective/Bid # / Bid Due Date 0000054998 / 12/12/2018 Bids must be received no later

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 1 DATE: 5/4/2010 RE: BID/RFP #: RFP-DOT-09/10-9041-LG BID/RFP TITLE: Custodial Services for the Haydon Burns Building and Other FDOT Facilities in Tallahassee

More information

INVITATION TO BID INSTRUCTIONS TO BIDDERS

INVITATION TO BID INSTRUCTIONS TO BIDDERS INVITATION TO BID INSTRUCTIONS TO BIDDERS Scope: A contract will be awarded with the requirement to supply, Sodium Acetate or Sodium Formate based solid deicing product to the Susquehanna Area Regional

More information

CITY OF FAIRBANKS BID REQUEST FOR FURNISHING LED STREET LIGHT FIXTURES (MATERIALS ONLY) THE CITY OF FAIRBANKS PUBLIC WORKS DEPT BID NUMBER: FB-14-41

CITY OF FAIRBANKS BID REQUEST FOR FURNISHING LED STREET LIGHT FIXTURES (MATERIALS ONLY) THE CITY OF FAIRBANKS PUBLIC WORKS DEPT BID NUMBER: FB-14-41 CITY OF FAIRBANKS BID REQUEST FOR FURNISHING (MATERIALS ONLY) TO THE CITY OF FAIRBANKS PUBLIC WORKS DEPT BID NUMBER: FB-14-41 BID OPENING DATE/TIME: NOVEMBER 28, 2014 11:00 AM PURCHASING JOAN HANCOCK PHONE:

More information

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M.

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M. CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER 10-01-02 OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M. The Request for Proposal and related documents may be

More information

CANADIAN COUNCIL OF MINISTERS OF THE ENVIRONMENT INC. (CCME)

CANADIAN COUNCIL OF MINISTERS OF THE ENVIRONMENT INC. (CCME) CANADIAN COUNCIL OF MINISTERS OF THE ENVIRONMENT INC. (CCME) PROFESSIONAL SERVICES CONTRACT THIS AGREEMENT made in duplicate as of the xx th day of Month, 2016; BETWEEN: Name of Contractor Address City,

More information

REQUEST FOR QUALIFICATIONS FOR PEER REVIEW AND ON-CALL CONSULTING ENGINEER SERVICES FOR PLANNING & DEVELOPMENT

REQUEST FOR QUALIFICATIONS FOR PEER REVIEW AND ON-CALL CONSULTING ENGINEER SERVICES FOR PLANNING & DEVELOPMENT REQUEST FOR QUALIFICATIONS FOR PEER REVIEW AND ON-CALL CONSULTING ENGINEER SERVICES FOR PLANNING & DEVELOPMENT TOWN OF COVENTRY, RHODE ISLAND Department of Planning & Development 1670 Flat River Road Coventry,

More information

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS SECTION TITLE F G H General Information About the IFB General Instructions for Bidders General Conditions for Bidders 18 SECTION F

More information

RETRO REFLECTIVE GLASS BEADS

RETRO REFLECTIVE GLASS BEADS RETRO REFLECTIVE GLASS BEADS The Reno-Tahoe Airport Authority Purchasing and Materials Management Division is currently accepting sealed bids for retro reflective glass beads, Invitation to Bid Number

More information

REQUEST FOR PROPOSAL Police Department Roof System Renovation

REQUEST FOR PROPOSAL Police Department Roof System Renovation City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Police Department Roof System Renovation Issue Date: Thursday September 18, 2014 Bid Number:

More information

INVITATION FOR BID KITCHEN EQUIPMENT - POS. BID DUE: Tuesday, November 20, 2018 at 10:30 a.m.

INVITATION FOR BID KITCHEN EQUIPMENT - POS. BID DUE: Tuesday, November 20, 2018 at 10:30 a.m. INVITATION FOR BID KITCHEN EQUIPMENT - POS BID DUE: Tuesday, November 20, 2018 at 10:30 a.m. Joppa-Maple Grove School District #38 911 Joppa North Ave. Joppa, IL 62953 Contents Section I Information for

More information

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING September 12, 2018 REQUEST FOR PROPOSALS For Road Striping City of Spring Hill, Tennessee Sealed Proposals will be received

More information

PART I - GENERAL INFORMATION

PART I - GENERAL INFORMATION REQUEST FOR PROPOSALS GRAND TRAVERSE COUNTY BALLOT PRINTING 2018 ELECTIONS PART I - GENERAL INFORMATION 1-1. PURPOSE The Grand Traverse County Election Commission is requesting proposals from qualified

More information

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350 CITY OF PROSSER REQUEST FOR PROPOSAL To Provide On Call Electrical Services Located at: 601 7 TH STREET PROSSER, WASHINGTON 99350 Instructions To Contractors, Pricing Forms, Business Questionnaire, Agreement,

More information

1.1 'Products' means [those products which are mentioned in the attached Annex "A"]

1.1 'Products' means [those products which are mentioned in the attached Annex A] DISTRIBUTORSHIP AGREEMENT I This Agreement, made and entered into this first day of July, 2005 by and between [X Inc.]a corporation duly organized and existing under the laws of the Republic of xxxxx and

More information

CITY OF ROCHESTER TACTICAL BODY ARMOR BID BID #12-11 INVITATION TO BID

CITY OF ROCHESTER TACTICAL BODY ARMOR BID BID #12-11 INVITATION TO BID INVITATION TO BID The City of Rochester, New Hampshire is accepting sealed bids for Tactical Body Armor. Bids must be submitted in a sealed envelope plainly marked: Sealed Bid, Tactical Body Armor Bid

More information

Diesel Engine Replacement for. Gillig Low Floor Buses

Diesel Engine Replacement for. Gillig Low Floor Buses JACKSON AREA TRANSPORTATION AUTHORITY INVITATION FOR BID (IFB 2016-01) Diesel Engine Replacement for Gillig Low Floor Buses Issue date: January 13, 2017 Bid due date and time: February 10, 2017 by 3 P.M.

More information

AGREEMENT FOR PROFESSIONAL SERVICES Contract No.

AGREEMENT FOR PROFESSIONAL SERVICES Contract No. AGREEMENT FOR PROFESSIONAL SERVICES Contract No. This AGREEMENT FOR PROFESSIONAL SERVICES ( AGREEMENT ) is made and entered into effective as of the day of, 20, by and between the CITY OF ALHAMBRA, a charter

More information

MASTER TERMS AND CONDITIONS FOR PURCHASE ORDERS

MASTER TERMS AND CONDITIONS FOR PURCHASE ORDERS MASTER TERMS AND CONDITIONS FOR PURCHASE ORDERS ALL PURCHASE ORDERS BETWEEN Expert Global Solutions, INC ( EGS ) its subsidiaries and affiliates AND VENDOR ( VENDOR ) ARE SUBJECT TO THE FOLLOWING MASTER

More information

GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE. between the City of and

GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE. between the City of and GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE between the City of and [Insert Vendor's Co. Name] THIS AGREEMENT is made by and between the City of, a Washington municipal corporation (hereinafter

More information

CITY OF APOPKA BID NAME: SURPLUS SALE BID NUMBER: # BID DEPOSIT REQUIRED: BID CLOSING DATE: July 9, 2018 BID CLOSING TIME: 10:00 A.M.

CITY OF APOPKA BID NAME: SURPLUS SALE BID NUMBER: # BID DEPOSIT REQUIRED: BID CLOSING DATE: July 9, 2018 BID CLOSING TIME: 10:00 A.M. CITY OF APOPKA PURCHASING DIVISION BID NAME: SURPLUS SALE BID NUMBER: #2018-18 BID DEPOSIT REQUIRED: No REFER ALL QUESTIONS REGARDING THIS BID TO: PURCHASING DIVISION EMAIL: Purchase@apopka.net BID CLOSING

More information

TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS. Public Procurement Board. Accra, Ghana

TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS. Public Procurement Board. Accra, Ghana TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS Public Procurement Board Accra, Ghana October 2003 i Table Contents Table Contents... i Introduction and Instructions... 1 Section I. Invitation for

More information

AGREEMENT WHEREAS WHEREAS, WHEREAS, NOW, THEREFORE, Grant of License.

AGREEMENT WHEREAS WHEREAS, WHEREAS, NOW, THEREFORE, Grant of License. AGREEMENT THIS LICENSE AGREEMENT ( Agreement ) is entered into and is effective as of the date the last signatory signs and is by and between Delta Sigma Theta Sorority, Incorporated ( Delta or Licensor

More information

DISTRIBUTOR AGREEMENT

DISTRIBUTOR AGREEMENT DISTRIBUTOR AGREEMENT THIS AGREEMENT is made this day of, 19, by and between [Name of Company], with its principal place of business located at [Address] (the "Company") and [Name of Distributor], [Address]

More information

CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid

CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid 2015-021 January 28, 2015 1 BID FORM... 3 METHOD OF AWARD... 3 INTRODUCTION... 5 SPECIFICATIONS... 5 BID OPENING INFORMATION:... 5 WRITTEN

More information

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014 Bid Addendum #1 Bid # 13/14-01FA: Issued March 19, 2014 *This addendum forms a part of the Agreement documents and modifies the original bid documents. The following revisions, clarifications, deletions

More information

CONTRACT FOR SALE AND PURCHASE

CONTRACT FOR SALE AND PURCHASE CONTRACT FOR SALE AND PURCHASE THIS CONTRACT FOR SALE AND PURCHASE ("Agreement") is entered into on this day of, 20, by and between BROWARD COUNTY, a political subdivision of the State of Florida ("COUNTY''

More information

Tulsa Community College

Tulsa Community College Tulsa Community College Request for Proposal For Banking Services Project #: RFP-17001-BC RFP Issue Date: October 14, 2016 Proposal Due Date/Time: October 28, 2016 2:00 PM CST Submit Proposals to: Tulsa

More information

Request for Proposal. Physical Security Professional Review. ASIS Chapter Calgary / Southern Alberta

Request for Proposal. Physical Security Professional Review. ASIS Chapter Calgary / Southern Alberta Request for Proposal Physical Security Professional Review ASIS Chapter 162 - Calgary / Southern Alberta August 2013 Table of Contents 1. Project Scope... 4 1.1 Introduction... 4 1.2 Purpose... 4 1.3 Project

More information

Home Foundation Subcontractor Services Agreement

Home Foundation Subcontractor Services Agreement Home Foundation Subcontractor Services Agreement This Packet Includes: 1. General Information 2. Instructions and Checklist 3. Step-by-Step Instructions 4. Home Foundation Subcontractor Services Agreement

More information

INFORMATION FOR BIDDERS

INFORMATION FOR BIDDERS 1. Receipt and Opening of Bids: INFORMATION FOR BIDDERS The City of Pulaski, TN (herein called the Owner ), invites bids on the form attached hereto, all blanks of which must be appropriately filled in.

More information

LEGAL NOTICE - RFP WANTED. Automated Refuse Container Lids, For 300 Gallon Capacity Containers GENERAL INFORMATION AND INSTRUCTIONS

LEGAL NOTICE - RFP WANTED. Automated Refuse Container Lids, For 300 Gallon Capacity Containers GENERAL INFORMATION AND INSTRUCTIONS RFP PACKAGE NO. 14-18 CITY OF BEVERLY HILLS PUBLIC WORKS SERVICES-SOLID WASTE DIVISION 345 FOOTHILL ROAD BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - RFP WANTED Automated Refuse Container Lids, For 300

More information

GENERAL PROVISIONS FOR FIXED-PRICE CONTRACTS (MATERIEL) (14 April 2015)

GENERAL PROVISIONS FOR FIXED-PRICE CONTRACTS (MATERIEL) (14 April 2015) GENERAL PROVISIONS FOR FIXED-PRICE CONTRACTS (MATERIEL) (14 April 2015) Clause l - DEFINITIONS As used throughout this contract, the following terms shall have the meaning set forth below: 1.1 The term

More information

ATTENTION ALL BIDDERS

ATTENTION ALL BIDDERS ETOWAH COUNTY COMMISSION 800 Forrest Avenue, Gadsden, AL 35901 REQUEST FOR BID ATTENTION ALL BIDDERS YOU MUST MARK ON THE ENVELOPE: BID NO. FY 2016-2017-18 AGGREGATE The Etowah County Commission is soliciting

More information

ICON DRILLING PURCHASE ORDER TERMS & CONDITIONS

ICON DRILLING PURCHASE ORDER TERMS & CONDITIONS ICON DRILLING ABN 75 067 226 484 PURCHASE ORDER TERMS & CONDITIONS Acceptance of this offer is subject to the terms and conditions of this Agreement. Acceptance of materials, work or services, payment

More information

RENTAL AGREEMENT FOR USE BY MISSISSIPPI DEPARTMENTS AND VENDORS (applicable to equipment rental transactions)

RENTAL AGREEMENT FOR USE BY MISSISSIPPI DEPARTMENTS AND VENDORS (applicable to equipment rental transactions) RENTAL AGREEMENT FOR USE BY MISSISSIPPI DEPARTMENTS AND VENDORS (applicable to equipment rental transactions) The Agreement is entered into by and between Mississippi State University (hereinafter referred

More information

PROFESSIONAL SERVICES AGREEMENT

PROFESSIONAL SERVICES AGREEMENT PROFESSIONAL SERVICES AGREEMENT THIS PROFESSIONAL SERVICES AGREEMENT, dated as of, 20 (this Agreement ), is made and entered into by and between William Marsh Rice University, a Texas non-profit corporation

More information

SOLICITATION # EATONTON-PUTNAM SENIOR CITIZEN CENTER CONGREGATE MEALS PROGRAM

SOLICITATION # EATONTON-PUTNAM SENIOR CITIZEN CENTER CONGREGATE MEALS PROGRAM SOLICITATION #060115-001 EATONTON-PUTNAM SENIOR CITIZEN CENTER CONGREGATE MEALS PROGRAM Eatonton City Council 201 N. Jefferson Avenue P.O. BOX 3820 Eatonton, Georgia 31024 June 8, 2015 10:00AM RETURN ENTIRE

More information

Central Unified School District Request for Proposal

Central Unified School District Request for Proposal Central Unified School District Request for Proposal Auditing Services RFP Number 55 Print Date: 2/6/2004 10:19 AM REQUEST FOR PROPOSALS AUDITING SERVICES TABLE OF CONTENTS Notice of Request for Proposals

More information

REQUEST FOR BID # DEDICATED INTERNET ACCESS SERVICE 100M

REQUEST FOR BID # DEDICATED INTERNET ACCESS SERVICE 100M REQUEST FOR BID # 201608-347 DEDICATED INTERNET ACCESS SERVICE 100M BID SCHEDULE & DEADLINES: August 20 September 20, 2016 September 12, 2016 at 2:00 P.M. September 20, 2016 at 2:00 P.M. September 21,

More information

2 each $ Total Bidder to specify Make/Model/Year of Mower (Z-Turn) 1 each $ Total Bidder to specify Make/Model/Year of Mower (1600 Turbo)

2 each $ Total Bidder to specify Make/Model/Year of Mower (Z-Turn) 1 each $ Total Bidder to specify Make/Model/Year of Mower (1600 Turbo) INVITATION TO BID CITY OF CHEYENNE, WYOMING PURCHASING DIVISION ROOM 307 MUNICIPAL BUILDING 2101 O NEIL AVENUE, CHEYENNE, WY82001 PHONE: (307) 637-6345 (This is not an order) BID OPENING DATA BID NUMBER:

More information

SAMPLE PROPERTY AND LIABILITY INSURANCE BROKER SERVICES AGREEMENT BETWEEN SPOKANE AIRPORT AND

SAMPLE PROPERTY AND LIABILITY INSURANCE BROKER SERVICES AGREEMENT BETWEEN SPOKANE AIRPORT AND SAMPLE PROPERTY AND LIABILITY INSURANCE BROKER SERVICES AGREEMENT BETWEEN SPOKANE AIRPORT AND TABLE OF CONTENTS 1. TERM... 1 2. SCOPE OF WORK... 2 3. COMPENSATION... 2 4. AGREEMENT DOCUMENTS... 2 5. BROKER'S

More information

LICENSE AGREEMENT WHEREAS WHEREAS, NOW, THEREFORE, Grant of License. Ownership of Marks.

LICENSE AGREEMENT WHEREAS WHEREAS, NOW, THEREFORE, Grant of License. Ownership of Marks. LICENSE AGREEMENT THIS LICENSE AGREEMENT ( Agreement ) is entered into and is effective this day of, 20, by and between Delta Sigma Theta Sorority, Incorporated ( Delta or Licensor ), a not-for-profit

More information

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA Request for Proposal (RFP) For Patrol Rifles Bid Proposals due no later than 4:00 PM, Wednesday, August 20, 2014 at the County Council

More information

KNEEBINDING AUTHORIZED DEALER AGREEMENT

KNEEBINDING AUTHORIZED DEALER AGREEMENT 2016-2017 KNEEBINDING AUTHORIZED DEALER AGREEMENT Authorized Dealer: DBA: Address: City: State/Province: ZIP/Postal Code: Telephone: ( ) Fax: ( ) Manager: E-mail: Website(s): This Agreement is between

More information

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY 2019 CALENDAR YEAR

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY 2019 CALENDAR YEAR INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY 2019 CALENDAR YEAR MUNICIPAL PROSECUTOR The Borough of Lavallette, located on a barrier

More information

Accenture Purchase Order Terms and Conditions. Accenture shall mean Accenture Japan Ltd or an Affiliate Company as defined below.

Accenture Purchase Order Terms and Conditions. Accenture shall mean Accenture Japan Ltd or an Affiliate Company as defined below. Accenture Purchase Order Terms and Conditions Accenture shall mean Accenture Japan Ltd or an Affiliate Company as defined below. Affiliate Company shall mean any Accenture entity, whether incorporated

More information

COLLEGE OF THE SEQUOIAS COMMUNITY COLLEGE DISTRICT Board of Trustees Meeting June 8, 2015

COLLEGE OF THE SEQUOIAS COMMUNITY COLLEGE DISTRICT Board of Trustees Meeting June 8, 2015 COLLEGE OF THE SEQUOIAS COMMUNITY COLLEGE DISTRICT Board of Trustees Meeting June 8, 2015 CONSENT CALENDAR 6 Weapons Firing Range License Agreement between College of the Sequoias Public Safety Training

More information

SEI Biobased Participant Agreement

SEI Biobased Participant Agreement SEI Biobased Participant Agreement This Biobased Participant Agreement ( Agreement ) effective (the Effective Date), between The Safety Equipment Institute ( SEI ), a nonprofit corporation, having its

More information

ATTENTION ALL BIDDERS

ATTENTION ALL BIDDERS ETOWAH COUNTY COMMISSION 800 Forrest Avenue, Gadsden, AL 35901 REQUEST FOR BID ATTENTION ALL BIDDERS YOU MUST MARK ON THE ENVELOPE: BID NO. FY 2018-2019-05 UNFINISHED TRAFFIC SIGNS AND POSTS The Etowah

More information

INVITATION TO BID. 3. All bids submitted will be considered firm for a period of 60 days from the bid opening date.

INVITATION TO BID. 3. All bids submitted will be considered firm for a period of 60 days from the bid opening date. INVITATION TO BID The Arlington Heights Park District will receive sealed bids for: PURCHASE OF TWO ZERO- TURN LAWN MOWERS at the Park District office at 410 N. Arlington Heights Road, until 11:00 AM on

More information

Request for Proposal. INDEPENDENT CONTRACTOR ATTORNEY ACE CODE ENFORCEMENT Ref #121817RFPSOL LUZERNE COUNTY PENNSYLVANIA

Request for Proposal. INDEPENDENT CONTRACTOR ATTORNEY ACE CODE ENFORCEMENT Ref #121817RFPSOL LUZERNE COUNTY PENNSYLVANIA Request for Proposal INDEPENDENT CONTRACTOR ATTORNEY ACE CODE ENFORCEMENT Ref #121817RFPSOL LUZERNE COUNTY PENNSYLVANIA DUE DATE: 4:00 p.m. January 19, 2018 Luzerne County Purchasing Department Attention:

More information