2:00PM PHONE NUMBER: FREE NUMBER: FAX NUMBER: ADDRESS: FEID NO.:

Size: px
Start display at page:

Download "2:00PM PHONE NUMBER: FREE NUMBER: FAX NUMBER: ADDRESS: FEID NO.:"

Transcription

1 Page 1 of 30 pages AGENCY MAILING DATE: 06/20/2013 FLORIDA DEPARTMENT OF CORRECTIONS INVITATION TO BID Acknowledgement Form AGENCY TERM CONTRACT FOR SERVICES Linda Gilyard Procurement Manager Department of Corrections Bureau of Procurement and Supply 501 South Calhoun Street Tallahassee, FL Telephone: (850) SOLICITATION TITLE: RESPONSES WILL BE OPENED: VENDOR NAME: SLUDGE HAULING, TREATMENT & DISPOSAL 2:00PM SOLICITATION NO: 12-DC-8404 VENDOR MAILING ADDRESS: CITY STATE ZIP: *AUTHORIZED SIGNATURE (MANUAL) PHONE NUMBER: FREE NUMBER: FAX NUMBER: ADDRESS: FEID NO.: *AUTHORIZED SIGNATURE (TYPED), TITLE *This individual must have the authority to bind the Bidder. I certify that this Bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a response for the same materials, supplies or equipment and services, and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this Bid and certify that I am authorized to sign this Bid Submittal for the Bidder/Contractor and that the Bid is in compliance with all requirements of the Invitation to Bid, including but not limited to, certification requirements and mandatory attestations. In submitting a Bid to an agency for the State of Florida, the Vendor offers and agrees that if the Bid is accepted, the Vendor will convey, sell, assign or transfer to the State of Florida all rights, title and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Florida for price fixing relating to the particular materials, supplies or equipment and services purchased or acquired by the State of Florida. At the State s discretion, such assignment shall be made and become effective at the time the Department tenders final payment to the Bidder/Contractor. NO BID SUBMITTED: Please provide reason for No Bid in this Space NOTE: THIS BOX FOR DEPARTMENT USE ONLY THIS BIDDER ACKNOWLEDGEMENT/GENERAL CONDITIONS FORM AND THE ACCOMPANYING BID CONSTITUTE AN OFFER FROM THE BIDDER. IF ANY OR ALL PARTS OF THE BID ARE ACCEPTED BY THE DEPARTMENT, AN AUTHORIZED REPRESENTATIVE OF THE DEPARTMENT SHALL AFFIX HIS/HER SIGNATURE HERETO. THIS SHALL THEN CONSTITUE THE WRITTEN AGREEMENT BETWEEN THE PARTIES. BY: Authorized Agency Signature Date: Contract Number Effective: The State of Florida s general contract conditions, Form PUR 1000 (10/06), and the General Instructions to Respondents, Form PUR 1001 (10/06), as required by Rule 60A, F.A.C. are each hereby incorporated by reference. Any terms and conditions set forth within this document shall supersede any and all conflicting terms and conditions set forth within Form PUR 1000 and Form PUR Model ITB-Term Contract for Services Page 1 of 30 ITB #12-DC-8404

2 TABLE OF CONTENTS SECTION 1 DEFINITIONS... 4 SECTION 2 INTRODUCTION Background and Statement of Purpose Contract Cooperative Purchasing... 5 SECTION 3 SCOPE OF SERTVICES General Description Delivery Estimated Quantities Response Time Contractor Requirements... 6 SECTION 4 PROCUREMENT RULES AND INFORMATION Procurement Manager Timeline Procurement Rules Posting of Notice of Agency Decision Filing of Notices of Intent to Protest or Formal Protests SECTION 5 BID FORMAT AND CONTENTS Responsiveness Requirements Contact for Contract Administration SECTION 6 AWARD OF CONTRACT Basis of Award Identical Tie Bids Incomplete Cost Information Sheet SECTION 7 CONTRACT TERMS AND CONDITIONS Contract Payments and Invoices Travel Expenses Contract Management Records Procurement of Materials with Recycled Content Employment of Department Personnel Non-Discrimination Americans with Disabilities Act Bidder s Insurance Copyrights, Right to Data, Patents and Royalties Disputes Independent Contractor Status Assignment Severability Use of Funds for Lobbying Prohibited Reservation of Rights Convicted Felons Certification Taxes Condition and Packaging Safety Standards Conflict Of Interest Sample Nonconformance to Contract Conditions Legal Requirements Price Adjustments Facilities Distribution of Certification of Contract Model ITB-Term Contract for Services Page 2 of 30 ITB #12-DC-8404

3 7.29 Addition/Deletion of Items Scope Changes after Contract Execution State Initiatives Subcontracts Substitution of Key Personnel ATTACHMENT 1 CONTACT FOR CONTRACT ADMINISTRATION ATTACHMENT 2 SCOPE OF WORK ATTACHMENT 3 - SECURITY GUIDELINES ATTACHMENT 4 PURCHASE ORDER TERMS AND CONDITIONS ATTACHMENT 5 COST INFORMATION SHEET Model ITB-Term Contract for Services Page 3 of 30 ITB #12-DC-8404

4 SECTION 1 DEFINITIONS The following terms used in this Invitation to Bid ( ITB ), unless the context otherwise clearly requires a different construction and interpretation, have the following meanings: 1.1 Balance of Line: Balance of line refers to additional items that may be needed by the department. Awards are not based on pricing submitted for balance of line items, but bidders must submit pricing for all balance of line items in order for their bid to be considered responsive. When balance of line items are listed in a solicitation, the department will clearly indicate what items will be considered in the basis for award. 1.2 Breach of Contract: A failure of the successful bidder(s) to perform in accordance with the terms and conditions of the Contract which may result from this ITB. 1.3 Contract: The agreement which results from this ITB between the winning Bidder and the Department. 1.4 Contractor or successful bidder: The organization or individual providing services to the Department in accordance with the terms of the Contract which results from this ITB. 1.5 Department or Owner: The Florida Department of Corrections referred to in this ITB document. 1.6 Deliverables - Those services, items and/or materials provided, prepared and delivered to the Department in the course of performance of the Contract. Deliverables shall be more specifically described in definable verifiable detail in the Statement of Work. 1.7 Material Deviations: The Department has established certain requirements with respect to bids to be submitted by bidders. The use of shall, must or will (except to indicate simple futurity) in this ITB indicates a requirement or condition which may not be waived by the Department except where the deviation there from is not material. A deviation is material if, in the Department s sole discretion, the deficient response is not in substantial accord with this ITB s requirements, provides an advantage to one bidder over other bidders, has a potentially significant effect on the quantity or quality of items bid, or on the cost to the Department. Material deviations cannot be waived and shall be the basis for rejection of a bid. 1.8 Minor Irregularity: A variation from the ITB terms and conditions which does not affect the price of the bid or give the bidder an advantage or benefit not enjoyed by the other bidders or does not adversely impact the interests of the Department. A minor irregularity will not result in a rejection of a bid. 1.9 P-Card: Refers to the State of Florida s purchasing card program, using the Visa platform Purchase Order: The contract document issued by the Department to the Vendor to procure goods and services Responsible Vendor: A vendor who has the capability in all respects to fully perform the contract requirements and the integrity and reliability that will assure good faith performance Responsive Bid: A bid, submitted by a responsive and responsible vendor that conforms in all material respects to the solicitation Vendor, Offeror and Bidder: A legally qualified corporation, partnership or other entity submitting a bid to the Department pursuant to this ITB Winning or successful bidder: The business or entity submitting the lowest responsive bid, meeting all requirements of the Department s ITB. Model ITB-Term Contract for Services Page 4 of 30 ITB #12-DC-8404

5 SECTION 2 INTRODUCTION 2.1 Background and Statement of Purpose The Florida Department of Corrections is seeking qualified vendors to provide sludge hauling, treatment and disposal services to various correctional institutions within the State of Florida. The Florida Department of Corrections (DC) owns and operates wastewater treatment plants (WWTPs) throughout the State of Florida. It is necessary to properly treat and dispose of the sludge (also known as residuals or biosolids) resulting from the operation of these WWTPs. It is the intent of the Department to secure the services of contractors to properly haul and dispose of the sludge from each facility upon the request of the WWTP operator at the facility on an as-needed basis. It shall be the contractor s responsibility to provide all labor and equipment necessary to load, haul and dispose of the sludge. At the facilities where the sludge is dried for disposal in a landfill, the Department will provide labor and equipment to load the dried sludge. 2.2 Contract As a result of this ITB, the successful bidder shall be awarded a three (3) year contract. Purchases shall be accomplished through issuance of a MyFloridaMarketPlace (MFMP) purchase order(s). The following correctional sites and locations included under the Contract resulting from this ITB are as follows: Name of Facility/Site REGION II Marion REGION III Avon Park CI Polk CI Lake CI Charlotte CI Hardee CI Big Pine Key RP Martin CI City WWTP is North of Ocala, Florida WWTP is East of Avon Park, Florida WWTP is East of Polk City, Florida WWTP is North of Clermont, Florida WWTP is Southeast of Punta Gorda, Florida WWTP is in Bowling Green, Florida WWTP is in Big Pine Key, Florida WWTP is in Indiantown, Florida Based on the unique operational needs of the correctional system and on available funding, in any Contract resulting from this ITB, the Department reserves the right to require the Successful bidder to add or delete institutions and satellite facilities, in addition to those originally contemplated by this ITB. Therefore, the Successful bidder should be prepared, in advance, to make any necessary changes as required 2.3 Cooperative Purchasing Pursuant to their own governing laws, and subject to the agreement of the successful bidder, other governmental entities may be permitted to make purchases in accordance with the terms and conditions contained herein. The Department shall not be a party to any transaction between the successful bidder and any other purchaser. BALANCE OF PAGE INTENTIONALLY LEFT BLANK Model ITB-Term Contract for Services Page 5 of 30 ITB #12-DC-8404

6 SECTION 3 SCOPE OF SERTVICES 3.1 General Description The Scope of Services to be utilized/followed in performing work under this ITB and resulting Contract are indicated in ATTACHMENT (2). 3.2 Delivery The Contractor shall respond to the WWTP operator s request by sending a truck within five (5) days after receiving the request to haul and dispose of the sludge. 3.3 Estimated Quantities The estimated number of gallons of sludge that will be generated annually under the resulting contract from this ITB is indicated on Attachment (5) Cost Information Sheet. The quantities listed herein are estimates, given only as a guideline for preparing your bid, and should not be construed as representing actual quantities to be purchased under any resulting contract. 3.4 Response Time The successful bidder shall begin providing services within five (5) days after receipt of order. 3.5 Contractor Requirements Examination of Site and Bid Documents The bidder, before submitting his/her bid, may visit the site of the proposed work and familiarize himself/herself with conditions which may in any manner affect the work to be done, or the equipment, materials and labor required. The bidder shall examine this ITB carefully. Ignorance of any requirements contained herein or of conditions existing at the site, will not relieve the Contractor of liability and obligations under the Contract Security Guidelines For work performed and/or delivery of product(s) under the resultant Contract, the successful bidder and his employees, agents or subcontractors shall adhere to the Security Guidelines included in Attachment (3). BALANCE OF PAGE INTENTIONALLY LEFT BLANK Model ITB-Term Contract for Services Page 6 of 30 ITB #12-DC-8404

7 SECTION 4 PROCUREMENT RULES AND INFORMATION 4.1 Procurement Manager Questions related to the procurement should be addressed to: Linda Gilyard, Procurement Manager Florida Department of Corrections Bureau of Procurement and Supply 501 South Calhoun Street Tallahassee, Florida Telephone: (850) Fax: (850) gilyard.linda@mail.dc.state.fl.us Pursuant to Section (23), Florida Statutes, Proposers to this solicitation or persons acting on their behalf may not contact, between the release of the solicitation and the end of the seventy-two (72) hour period following the agency posting the Notice of Agency Decision, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the Procurement Manager or as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a Proposal. Questions will only be accepted if submitted in writing and received on or before the date and time specified in the Timeline (Section 4.2). Responses to questions will be posted on the Vendor Bid System (VBS) on or about the date referenced in the Timeline (Section 4.2). Any person requiring special accommodation in responding to this solicitation because of a disability should call the Bureau of Procurement and Supply at at least five (5) days prior to any pre-solicitation conference, solicitation opening or meeting. If you are hearing or speech impaired, please contact the Bureau of Procurement and Supply by using the Florida Relay Service, which can be reached at (TDD). Interested parties are encouraged to carefully review all the materials contained herein and prepare Proposals accordingly. 4.2 Timeline Listed below are the important actions and dates/times by which the actions must be taken or completed. If the Department finds it necessary to change any of these dates/times, it will be accomplished by addendum. All listed times are Eastern Standard Time. DATE TIME ACTION /20/13 Release of ITB to public, posted on VBS Mandatory (or Non-Mandatory) Bidders Conference (if applicable) Mandatory (or Non-Mandatory) Site Visits (if applicable /10/13 Last day for written inquiries to be received by the Department /12/13 Anticipated date that written responses to written inquiries will be posted on the VBS /18/13 2:00PM Bids Due/Bid Opening /22/13 Anticipated posting of Agency Decision. Model ITB-Term Contract for Services Page 7 of 30 ITB #12-DC-8404

8 4.3 Procurement Rules Submission of Bids Each bid response shall be prepared simply and economically, providing a straightforward, concise delineation of the Bidder s capabilities to satisfy the requirements of this ITB. Elaborate bindings, colored displays, and promotional material are not desired. Emphasis in each bid must be on completeness and clarity of content. In order to expedite the review of bids, it is essential that Bidders follow the format and instructions contained in the Section 5, Bid Format and Contents. Bids are due at the time and date specified in the Timeline (Section 4.2) at the Department of Corrections, and shall be submitted to the attention of the Procurement Manager at the address listed in Section 4.1. Bid responses received late (after Bid opening date and time) will not be considered and no modification by the Bidder of submitted bids will be allowed, unless the Department has made a request for additional information. No Department staff will be held responsible for the inadvertent opening of a bid response not properly sealed, addressed or identified Bid Opening Bids are due and will be publicly opened at the time and date specified in the Timeline (Section 4.2). The public opening will take place at the Department of Corrections, Bureau of Procurement and Supply, 501 South Calhoun Street, Tallahassee, Florida The name of all Bidders submitting bids will be made available to interested parties upon written request to the Procurement Manager listed in Section Costs of Preparing Proposals The Department is not liable for any costs incurred by a Bidder in preparing and responding to this ITB, including oral presentations, if applicable Disposal of Proposals All bids become the property of the State of Florida and will be a matter of public record subject to the provisions of Chapter 119, Florida Statutes. Selection or rejection of the bid will not affect this right Bid Rules for Withdrawal A submitted bid may be withdrawn by submitting a written request for its withdrawal to the Department, signed by an authorized representative of the Bidder, within seventy-two (72) hours after the bid submission date indicated in the Timeline. Any submitted bid shall remain a valid bid for three hundred and sixty five (365) days after the bid submission date Rejection of Bids The Department shall also reject any or all bids containing material deviations. In determining whether a bid contains a material deviation or a minor irregularity, the Department will use the definitions of those terms set forth in Section Bidder s Conference/Site Visits There will be no bidders conference or site visit for this ITB. Questions shall be submitted in accordance with Section 4.3.8, Inquiries. Model ITB-Term Contract for Services Page 8 of 30 ITB #12-DC-8404

9 4.3.8 Bid Inquiries Any inquiries from Bidders concerning this ITB shall be submitted in writing, identifying the submitter, to the Procurement Manager identified in Section 4.1 of this ITB and must be received no later than the date and time specified in the Timeline (Section 4.2). inquiries are preferred. It is the responsibility of the Bidder to confirm receipt of inquiries Interested parties shall examine this ITB to determine if the Department's requirements are clearly stated. If there are any requirements that restrict competition, Bidders may request, in writing, to the Department that the requirements be changed. The Bidder who requests changes to the Department's requirements must identify and describe their difficulty in meeting the Department's requirements, must provide detailed justification for a change, and must recommend changes to the requirements. Requests for changes to this ITB must be received by the Department no later than the date shown for written inquires in the Timeline (Section 4.2). A Bidder s failure to request changes by the date described above shall be considered to constitute Bidder s acceptance of Department's requirements. The Department shall determine what changes to this ITB would be acceptable to the Department. If required, the Department will issue an addendum reflecting the acceptable changes to this ITB, which shall be posted on VBS, in order that all Bidders shall be given the opportunity of proposing to the same requirements Addenda If the Department deems it necessary to supplement, modify or interpret any portion of the solicitation or exhibits, addenda and materials relative to this procurement, it will be posted on the Florida Vendor Bid System at Interested parties are responsible for monitoring this site for new or changing information or clarifications relative to this procurement Price/Cost Discussions Any discussion by a bidder with any employee or authorized representative of the Department involving cost or price information, occurring prior to posting of the Notice of Agency Decision, will result in rejection of said bidder s response Verbal Instructions No negotiations, decisions, or actions shall be initiated or executed by the bidder as a result of any discussions with any Department employee. Only those communications which are in writing from the Department s staff identified in Section 4.1 of this ITB shall be considered a duly authorized expression on behalf of the Department. Only communications from the bidder s representative which are in writing and signed will be recognized by the Department as duly authorized expressions on behalf of the bidder No Prior Involvement and Conflicts of Interest The bidder shall not compensate in any manner, directly or indirectly, any officer, agent or employee of the Department for any act or service which he/she may do, or perform for, or on behalf of, any officer, agent, or employee of the bidder. No officer, agent, or employee of the Department shall have any interest, directly or indirectly, in any Contract or purchase made, or authorized to be made, by anyone for, or on behalf of, the Department. The Proposer shall have no interest and shall not acquire any interest that shall conflict in any manner or degree with the performance of the services required under this ITB State Licensing Requirements All entities defined under Chapters 607, 617 or 620, Florida Statutes, seeking to do business with the Department shall be on file and in good standing with the State of Florida s Department of State. Model ITB-Term Contract for Services Page 9 of 30 ITB #12-DC-8404

10 MyFloridaMarketPlace Vendor Registration All vendors doing business with the State of Florida for the sale of commodities or contractual services as defined in Section , F.S., shall register on the MyFloridaMarketPlace system, unless exempted under subsection 60A , F.A.C. State agencies shall not enter into an agreement for the sale of commodities or contractual services as defined in Section F.S. with any vendor not registered in the MyFloridaMarketplace system, unless exempted by rule. A vendor not currently registered in the MyFloridaMarketPlace system shall do so within 5 days after posting of intent to award. Registration may be completed at: Those lacking internet access may request assistance from MyFloridaMarketPlace Customer Service at or from State Purchasing, 4050 Esplanade Drive, Suite 300, Tallahassee, Florida Scrutinized Companies List Pursuant to Section , F.S., an entity or affiliate who has been placed on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List is ineligible for and may not bid on, submit a Proposal for, or enter into or renew a contract with an agency or local governmental entity for goods or services of $1 million or more. In executing a contract resulting from this ITB and any subsequent renewals, the Contractor certifies that it is not listed on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to Section , Florida Statutes. Pursuant to Section (5), F.S., the Contractor agrees the Department may immediately terminate this contract for cause if the Contractor is found to have submitted a false certification or if Contractor is placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List during the term of the contract. Additionally, the submission of a false certification may subject company to civil penalties, attorney s fees, and/or costs Unauthorized Employment of Alien Workers The Department does not intend to award publicly funded Contracts to those entities or affiliates who knowingly employ unauthorized alien workers, constituting a violation of the employment provisions as determined pursuant to Section 274A of the Immigration and Nationality Act Confidential, Proprietary, or Trade Secret Material The Department takes its public records responsibilities as provided under chapter 119, Florida Statutes and Article I, Section 24 of the Florida Constitution, very seriously. If the Bidder considers any portion of the documents, data or records submitted in response to this solicitation to be confidential, trade secret or otherwise not subject to disclosure pursuant to chapter 119, Florida Statutes, the Florida Constitution or other authority, the Bidder must also simultaneously provide the Department with a separate redacted copy of its response and briefly describe in writing the grounds for claiming exemption from the public records law, including the specific statutory citation for such exemption. This redacted copy shall contain the Department s solicitation name, number, and the name of the Bidder on the cover, and shall be clearly titled Redacted Copy. The redacted copy shall be provided to the Department at the same time the Bidder submits its response to the solicitation and must only exclude or redact those exact portions which are claimed confidential, proprietary, or trade secret. The Bidder shall be responsible for defending its determination that the redacted portions of its response are confidential, trade secret or otherwise not subject to disclosure. Further, the Bidder shall protect, defend, and indemnify the Department for any and all claims arising from or relating to Bidder s determination that the redacted portions of its response are confidential, proprietary, trade secret or otherwise not subject to disclosure. If the Bidder fails to submit a Redacted Copy with its response, the Department is authorized to produce the entire documents, data or records submitted by the Bidder in answer to a public records request for these records. In no event shall the Department, or any of its employees or agents, be liable for disclosing, or otherwise failing to protect, the confidentiality of information submitted in response to this solicitation. Model ITB-Term Contract for Services Page 10 of 30 ITB #12-DC-8404

11 Disclosure of Bid Submittal Contents All documentation produced as part of this solicitation shall become the exclusive property of the Department and may not be removed by the Bidder or its agents. All replies shall become the property of the Department and shall not be returned to the Bidder. The Department shall have the right to use any or all ideas or adaptations of the ideas presented in any reply. Selection or rejection of a bid shall not affect this right. 4.4 Posting of Notice of Agency Decision In regard to any competitive solicitation, the Department shall post a public notice of agency action when the Department has made a decision to award a contract, reject all bids or proposals, or to cancel or withdraw the solicitation. The Notice of Agency Decision will be posted on or about the date shown in the Timeline (Section 4.2) and will remain posted for a period of seventy-two (72) hours (Saturdays, Sundays and State holidays shall be excluded in the computation of the seventy-two (72) hour time period). Posting will be made available on the Florida Vendor Bid System at Filing of Notices of Intent to Protest or Formal Protests Pursuant to Section (3), Florida Statutes and PUR 1001 #20, a Notice of Protest or Formal Written Protest shall be filed with the Clerk of the Agency, located at 501 South Calhoun Street, Tallahassee, Florida , (telephone ). Protest related documents may be hand-delivered to the Clerk of the Agency by entering the Calhoun Street entrance and asking the person at the Security Desk to call the agency clerk to come down to the entrance to receive the documents for filing. Documents left at the Security Desk will not be considered filed until received by the Agency Clerk. Formal protests may not be faxed. Protest documents received after hours will be filed the next business day. Protests sent to the Procurement Manager by any means (mail, fax or ), will not be considered filed with the Agency Clerk until they are received at the Carlton building address. To the extent anything in this section conflicts with PUR 1001, this section controls. Failure to file a notice of protest or formal written protest of the specifications or the agency s intended agency action within the time prescribed in Section (3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. Pursuant to Section (2)(c), Florida Statutes, a formal written protest must be accompanied by a bond written by a Surety Company licensed to do business in the State of Florida payable to the Department of Corrections in an amount equal to one percent (1%) of the estimated total value of the proposed contract amount submitted by the protestor. The amount of the bond will be provided by the Department s Office of General Counsel/Contracts Section and can be obtained by contacting the appropriate staff at (telephone number , facsimile number ). In lieu of a bond, the Department may accept a cashier s check, official bank check, or money order in the amount of the bond. BALANCE OF PAGE INTENTIONALLY LEFT BLANK Model ITB-Term Contract for Services Page 11 of 30 ITB #12-DC-8404

12 SECTION 5 BID FORMAT AND CONTENTS This section contains instructions that describe the required format for the submitted bid. The Bidder shall supply one (1) signed original Bid, and should submit one (1) electronic copy, in pdf format on a CD. If Bidder submits a redacted copy of the bid as outlined in Section , then the Bidder shall also submit one (1) electronic copy of their redacted Bid in pdf format, on CD. The submit CDs shall not be password protected, The Bid shall be submitted in sealed envelopes or boxes and clearly marked ITB #12-DC-8404, Sludge Hauling, Treatment & Disposal, and also Redacted for the redacted copies, and should also be marked with the opening date and time 5.1 Responsiveness Requirements The following terms, conditions, or requirements must be met by the bidder to be responsive to this ITB. Failure to meet these responsiveness requirements may cause rejection of a bid Bidder shall complete, sign and return the ITB Acknowledgement Form (page 1). The bidder must return at least one copy with an original signature The bidder shall complete, sign, date and return all pricing page(s), entitled Cost Information Sheet, and by submitting a bid or bids under this ITB, each Bidder warrants its agreement to the prices submitted. Bids should be submitted with the most favorable pricing terms bidder can offer to the State. Any modifications, counter offers, deviations, or challenges may render the bid non-responsive. By submitting an offer or offers under this ITB, each bidder warrants its agreement to the prices submitted. 5.2 Contact for Contract Administration The bidder shall complete and insert Attachment 1 of this ITB with their response. BALANCE OF PAGE INTENTIONALLY LEFT BLANK Model ITB-Term Contract for Services Page 12 of 30 ITB #12-DC-8404

13 SECTION 6 AWARD OF CONTRACT 6.1 Basis of Award As the best interest of the State may require, the right is reserved to make award(s) by individual item, group of items, all or none, or a combination thereof; on a geographical district basis and/or on a statewide basis with one or more suppliers; to reject any and all bids or waive any minor irregularity or technicality in bids received. When it is determined there is competition to the lowest responsible bidder, evaluation of other bids is not required. Bidders are cautioned to make no assumptions unless their bid has been evaluated as being responsive. All awards made as a result of this bid shall conform to applicable Florida Statutes. In the event the low cost bidder is found non-responsive, the Department may proceed to the next lowest cost responsive bidder and continue the award process. Firm prices shall be bid and, where products are included, shall include all packaging, handling, shipping and delivery charges, including environmental & fuel service fees. All calculations will be reviewed and verified. The Department may correct mathematical errors; however, in the event of any miscalculation, unit prices shall prevail. 6.2 Identical Tie Bids When evaluating bids/proposals/responses to solicitations, if the Department receives identical pricing or scoring from multiple vendors, the department shall determine the order of award using the criteria set forth in Rule 60A-1.011, FA.C. and Chapter , F.S. Certified Veteran Business Enterprises. 6.3 Incomplete Cost Information Sheet Any cost information sheet that is incomplete or in which there are significant inconsistencies or inaccuracies may be rejected by the Department. No deviations, qualifications, or counter offers will be accepted. The Department reserves the right to reject any and all bids. All calculations will be reviewed and verified. The Department may correct mathematical errors; however, in the event of any miscalculation, unit prices shall prevail. BALANCE OF PAGE INTENTIONALLY LEFT BLANK Model ITB-Term Contract for Services Page 13 of 30 ITB #12-DC-8404

14 SECTION 7 CONTRACT TERMS AND CONDITIONS This section contains standard terms and conditions that shall be included in any Contract (purchase order) which results from this ITB, along with Attachment 4, Purchase Order Terms and Conditions. By submitting a bid in response to this ITB, the bidder is deemed to have accepted these terms and conditions in their entirety. 7.1 Contract A bidder s bid in response to this ITB shall be considered as their formal offer Upon selection of the winning bid and completion of the seventy-two (72) hour posting process indicated in Section 6.1, an authorized representative of the Department shall affix their signature to the specified area on the bottom of the ITB Bidder Acknowledgement Form (Page 2), thereby certifying the bid as the Contract.. Once the bid submittal has been certified by the Department, the bidder shall be known as the "Contractor", the certified bid shall constitute the Contract between the parties. The Contractor will be notified by letter accompanied with a copy of the certified bid (Contract). If there is a conflict in language between the Department's ITB and the bidder's submitted bid, the Department's ITB will govern. 7.2 Payments and Invoices Transaction Fee The Department of Management Services has instituted a statewide eprocurement System ( System ), with the assistance of a third-party agent, Accenture LLP ( Accenture ). All transactions from this Contract shall be processed through this system. Pursuant to Section (23), Florida Statutes (2002), a Transaction Fee of one percent (1%) of the total dollar amount of each purchase order shall apply to all purchases from this Contract unless otherwise exempt as indicated in 60A-1.032, F.A.C.. This fee, paid by the successful bidder, is not submitted to the department and shall not be added to purchase orders as a separate item. It is the intent of the system to automatically deduct the Transaction Fee from payments to the successful bidder. However, this feature is not currently available and successful bidders are expected to self-report until a method of automatic deduction is implemented. By submission of these self-reports and corresponding successful bidder deposits, the successful bidder is certifying their correctness. All such reports and fee deposits shall be subject to audit by the State. The successful bidder shall receive a credit for any Transaction Fee paid by the successful bidder for the purchase of any item(s) returned to the successful bidder through no fault, act, or omission of the successful bidder. Notwithstanding the foregoing, a Transaction Fee is non-refundable when an item is rejected or returned, or declined, due to the successful bidder s failure to perform or comply with specifications or requirements of the applicable purchase order or Contract. Failure to comply with these requirements shall constitute grounds for declaring the successful bidder in default and recovering reprocurement costs from the successful bidder in addition to all outstanding fees. SUCCESSFUL BIDDERS DELINQUENT IN PAYING TRANSACTION FEES MAY BE EXCLUDED FROM BIDDING ON DEPARTMENT CONTRACTS Supporting Documentation for Invoices The successful bidder agrees to submit invoices for compensation for delivery of products/ services in detail sufficient for a proper pre-audit and post-audit thereof. Invoices will be paid upon receipt, inspection and acceptance of products/service(s) Purchasing Card Program The State of Florida has implemented a purchasing card program, using the Visa platform. Upon mutual agreement of both parties, vendors may receive payments via purchasing card in the same manner as other Visa purchases. Model ITB-Term Contract for Services Page 14 of 30 ITB #12-DC-8404

15 7.2.4 Vendor s Expenses The successful bidder shall pay for all licenses, permits, and inspection fees or similar charges required for this Contract, and shall comply with all laws, ordinances, regulations, and any other requirements applicable to the work to be performed under this Contract Timeframes for Payment and Interest Penalties Contractors providing goods and services to the Department should be aware of the following time frames: 1. Upon receipt, the Department has five (5) working days to inspect and approve the goods and services and associated invoice, unless the ITB specifications, or this Contract specifies otherwise. The Department has twenty (20) days to deliver a request for payment (voucher) to the Department of Financial Services. The twenty (20) days are measured from the latter of the date the invoice is received or the goods or services are received, inspected, and approved. 2. If a payment is not available within forty (40) days, a separate interest penalty, as specified in Section , Florida Statutes, will be due and payable, in addition to the invoice amount, to the Contractor. However in the case of health services contracts, the interest penalty provision applies after a thirty-five (35) day time period to health care contractors, as defined by rule. Interest penalties of less than one (1) dollar will not be enforced unless the Contractor requests payment. Invoices, which have to be returned to a Contractor because of Contractor preparation errors, may cause a delay of the payment. The invoice payment requirements do not start until the Department receives a properly completed invoice Vendor Ombudsman 7.3 Travel Expenses A Vendor Ombudsman has been established within the Department of Financial Services. The duties of this individual include acting as an advocate for vendors who may be experiencing problems in obtaining timely payment(s) from a state agency. The Vendor Ombudsman may be contacted by calling the Department of Financial Services Toll Free Hotline. The Department shall not be responsible for the payments of any travel expenses incurred by the contractor resulting from this ITB. 7.4 Contract Management Department s Contract Manager The Contract Manager(s) for this Contract will be identified in the resultant Purchase Order(s). The Contract Manager will perform the following functions: a. serve as the liaison between the Department and the Contractor; b. submit requests to the Contract Administrator to process all change orders or amendments, renewals and terminations of this Contract; c. evaluate Contractor performance upon completion of the initial Contract term and prior to any renewals. This evaluation will be placed on file and will be considered in determining whether to renew the Contract, if applicable, and/or if the Contract is subsequently used as a reference in future procurements; and d. the Contract Manager may delegate functions to a Local Contract Coordinator.. Model ITB-Term Contract for Services Page 15 of 30 ITB #12-DC-8404

16 7.5 Records Department s Contract Administrator The Contract Administrator for this purchase will be: Chief, Bureau of Procurement and Supply Department of Corrections Carlton Building 501 S. Calhoun Street Tallahassee, FL / (telephone) 850/ (facsimile number) The Contract Administrator will perform the following functions: a. maintain the Purchase Order or P-Card file; b. process all change orders and purchase order cancellations; and c. maintain the official records of all correspondence between the Department and the Vendor Disclosure of Bid Contents All documentation produced as part of this solicitation shall become the exclusive property of the Department and may not be removed by the Respondent or its agents. All bid submittals shall become the property of the Department and shall not be returned to Respondent. The Department shall have the right to use any or all ideas or adaptations of the ideas submitted. Selection or rejection of a bid shall not affect this right Audit Records The successful bidder agrees to maintain books, records, and documents (including electronic storage media) in accordance with generally accepted accounting procedures and practices which sufficiently and properly reflect all revenues and expenditures of funds provided by the Department under this Contract, and agrees to provide a financial and compliance audit to the Department or to the Office of the Auditor General and to ensure that all related party transactions are disclosed to the auditor The successful bidder agrees to include all record-keeping requirements in all subcontracts and assignments related to this Contract Retention of Records The successful bidder agrees to retain all client records, financial records, supporting documents, statistical records, and any other documents (including electronic storage media) pertaining to this Contract for a period of five (5) years. The successful bidder shall maintain complete and accurate record-keeping and documentation as required by the Department and the terms of this Contract. Copies of all records and documents shall be made available for the Department upon request. All invoices and documentation must be clear and legible for audit purposes. All documents must be retained by the successful bidder at the address listed on the ITB Bidder Acknowledgement Form (page 1), for the duration of this Contract. Any records not available at the time of an audit will be deemed unavailable for audit purposes. Violations will be noted and forwarded to the Department s Inspector General for review. All documents must be retained by the Vendor at the Vendor s primary place of business for a period of five (5) years following termination of the Contract, or, if an audit has been initiated and audit findings have not been resolved at the end of five (5) years, the records shall be retained until resolution of the audit findings. The Vendor shall cooperate with the Department to facilitate the duplication and transfer of any said records or documents during the required retention period. The Vendor shall advise the Department of the location of all records pertaining to this Contract and shall notify the Department by certified mail within ten (10) days if/when the records are moved to a new location. Model ITB-Term Contract for Services Page 16 of 30 ITB #12-DC-8404

17 7.6 Procurement of Materials with Recycled Content It is expressly understood and agreed that any products or materials which are the subject of, or are required to carry out, this Contract shall be procured in accordance with the provisions of Section , Florida Statutes. 7.7 Employment of Department Personnel The successful bidder shall not knowingly engage, employ or utilize, on a full-time, part-time, or other basis during the period of this Contract, any current or former employee of the Department where such employment conflicts with Section , Florida Statutes. 7.8 Non-Discrimination No person, on the grounds of race, creed, color, national origin, age, gender, marital status or disability, shall be excluded from participation in, be denied the proceeds or benefits of, or be otherwise subjected to discrimination in, the performance of this Contract. 7.9 Americans with Disabilities Act The successful bidder shall comply with the Americans with Disabilities Act. In the event of the successful bidder s noncompliance with the nondiscrimination clauses, the Americans with Disabilities Act, or with any other such rules, regulations, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the successful bidder may be declared ineligible for further contracts Bidder s Insurance The successful bidder agrees to provide adequate insurance coverage on a comprehensive basis and to hold such insurance at all times during the existence of this Contract. The successful bidder accepts full responsibility for identifying and determining the type(s) and extent of insurance necessary to provide reasonable financial protection for the successful bidder and the Department under this Contract. Upon issuance of the Purchase Order, the vendor may be required to furnish the Department written verification of such insurance coverage. Such coverage may be provided by a self-insurance program established and operating under the laws of the State of Florida. The Department reserves the right to require additional insurance where appropriate. If the successful bidder is a state agency or subdivision as defined in Section , Florida Statutes, the successful bidder shall furnish the Department, upon request, written verification of liability protection in accordance with Section , Florida Statutes. Nothing herein shall be construed to extend any party s liability beyond that provided in Section , Florida Statutes Copyrights, Right to Data, Patents and Royalties Where activities supported by this Contract produce original writing, sound recordings, pictorial reproductions, drawings or other graphic representation and works of any similar nature, the Department has the right to use, duplicate and disclose such materials in whole or in part, in any manner, for any purpose whatsoever and to have others acting on behalf of the Department to do so. If the materials so developed are subject to copyright, trademark, or patent, legal title and every right, interest, claim or demand of any kind in and to any patent, trademark or copyright, or application for the same, will vest in the State of Florida, Department of State for the exclusive use and benefit of the state. Pursuant to Section , Florida Statutes, no person, firm or corporation, including parties to this Contract, shall be entitled to use the copyright, patent, or trademark without the prior written consent of the Department of State. The Department shall have unlimited rights to use, disclose or duplicate, for any purpose whatsoever, all information and data developed, derived, documented, or furnished by the successful bidder under this Contract. All computer programs and other documentation produced as part of the Contract shall become the exclusive property of the State of Florida, Department of State, with the exception of data processing software developed by the Department pursuant to Section , Florida Statutes, and may not be copied or removed by any employee of the Contractor without express written permission of the Department. Model ITB-Term Contract for Services Page 17 of 30 ITB #12-DC-8404

18 The successful bidder, without exception, shall indemnify and save harmless the Department and its employees from liability of any nature or kind, including costs and expenses for or on account of any copyrighted, patented, or unpatented invention, process, or article manufactured or supplied by the successful bidder. The successful bidder has no liability when such claim is solely and exclusively due to the combination, operation, or use of any article supplied hereunder with equipment or data not supplied by the successful bidder or is based solely and exclusively upon the Department s alteration of the article. The Department will provide prompt written notification of a claim of copyright or patent infringement and will afford the successful bidder full opportunity to defend the action and control the defense of such claim. Further, if such a claim is made or is pending, the successful bidder may, at its option and expense, procure for the Department the right to continue use of, replace, or modify the article to render it noninfringing. (If none of the alternatives are reasonably available, the Department agrees to return the article to the successful bidder upon its request and receive reimbursement, fees and costs, if any, as may be determined by a court of competent jurisdiction.) If the successful bidder uses any design, device, or materials covered by letter, patent or copyright, it is mutually agreed and understood without exception that the Contract prices shall include all royalties or costs arising from the use of such design, device, or materials in any way involved in the work to be performed hereunder Disputes Purchasing entities are to report any vendor failing to perform according to the requirements of this contract on a Department of Management Services (DMS) Vendor form (#PUR7017). A copy of the PUR7017 will be provided to the State Purchasing Office at the Department of Management Services. Should the vendor fail to satisfactorily correct the problem within a prescribed period of time, then a Request for Assistance form (#DC2-509) shall be filed with the Bureau of Procurement & Supply in Tallahassee, FL., with a copy to the Contract Manager. If the dispute still cannot be resolved, the circumstances will be submitted in writing to the Department s Bureau Chief, Bureau of Procurement and Supply. The Bureau Chief shall decide the dispute, reduce the decision to writing, and deliver a copy to the Vendor and the Contract Manager. Copies of these submittals shall remain in the contract file for use in decisions regarding renewal options Independent Contractor Status The successful bidder shall be considered an independent Contractor in the performance of its duties and responsibilities under this Contract. The Department shall neither have nor exercise any control or direction over the methods by which the successful bidder shall perform its work and functions other than as provided herein. Nothing in this Contract is intended to, nor shall be deemed to constitute, a partnership or a joint venture between the parties Assignment The successful bidder shall not assign its responsibilities or interests under this Contract to another party without prior written approval of the Department s Contract Administrator, or the Contract Manager, if applicable. The Department shall, at all times, be entitled to assign or transfer its rights, duties and obligations under this Contract to another governmental agency of the State of Florida upon giving written notice to the successful bidder Severability The invalidity or unenforceability of any particular provision of this Contract shall not affect the other provisions hereof and this Contract shall be construed in all respects as if such invalid or unenforceable provision was omitted, so long as the material purposes of this Contract can still be determined and effectuated Use of Funds for Lobbying Prohibited The successful bidder agrees to comply with the provisions of Section , Florida Statutes, which prohibits the expenditure of state funds for the purposes of lobbying the Legislature, the Judicial branch, or a state agency. Model ITB-Term Contract for Services Page 18 of 30 ITB #12-DC-8404

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT Solicitation Number: Bid Title: Number of Addenda as of above date: New Generation Glock Pistols None Commodity Code: 680-450 Date and Time Due: April

More information

INVITATION TO BID FOR AIR FILTERS ITB NO: DMS-15/ THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES

INVITATION TO BID FOR AIR FILTERS ITB NO: DMS-15/ THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES 4050 Esplanade Way Tallahassee, Florida 32399-0950 Tel: 850.488.2786 Fax: 850.922.6149 Rick Scott, Governor Chad Poppell, Secretary INVITATION TO BID FOR AIR FILTERS ITB NO: DMS-15/16-038 THE STATE OF

More information

Bids Due: March 16, 2018

Bids Due: March 16, 2018 4050 Esplanade Way Tallahassee, FL 32399-0950 Tel: 850-488-2786 Fax: 850-922-6149 Rick Scott, Governor Erin Rock, Secretary STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES DIVISION OF STATE PURCHASING

More information

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PURCHASE ORDER TERMS & CONDITIONS

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PURCHASE ORDER TERMS & CONDITIONS STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PURCHASE ORDER TERMS & CONDITIONS 375-040-55 Page 1 of 7 1. SERVICES AND PERFORMANCE Purchase Order No.: Appropriation Bill Number(s) / Line Item Number(s)

More information

Invitation to Bid (ITB) For Lawn Care Services ITB No: DMS 14/ The State of Florida Department of Management Services

Invitation to Bid (ITB) For Lawn Care Services ITB No: DMS 14/ The State of Florida Department of Management Services 4050 Esplanade Way Tallahassee, Florida 32399-0950 Tel: 850.488.2786 Fax: 850. 922.6149 Rick Scott, Governor Chad Poppell, Secretary Invitation to Bid (ITB) For Lawn Care Services ITB No: DMS 14/15-040

More information

INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB NO: DMS-14/ THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES

INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB NO: DMS-14/ THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES 4050 Esplanade Way Tallahassee, Florida 32399-0950 Tel: 850.488.2786 Fax: 850. 922.6149 Rick Scott, Governor Craig J. Nichols, Agency Secretary INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB

More information

State of Florida Department of Transportation. APRISA XE 960 MHz Radios

State of Florida Department of Transportation. APRISA XE 960 MHz Radios State of Florida Department of Transportation INVITATION TO BID APRISA XE 960 MHz Radios ITB-DOT-16/17-9081-GH CONTACT FOR QUESTIONS: Greg Hill, Procurement Agent greg.hill@dot.state.fl.us 605 Suwannee

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

FLORIDA DEPARTMENT OF LAW ENFORCEMENT

FLORIDA DEPARTMENT OF LAW ENFORCEMENT FLORIDA DEPARTMENT OF LAW ENFORCEMENT February 15, 2011 With this sheet you have received solicitation documents for the following: Solicitation No. Number of Addenda as of above date: Item(s) of Bid ITB

More information

State of Florida Department of Transportation

State of Florida Department of Transportation State of Florida Department of Transportation INVITATION TO BID FDOT APL Traffic Equipment Supplemental bid to ITB-DOT-15/16-9005-GH ITB-DOT-16/17-9011-GH CONTACT FOR QUESTIONS: Greg Hill, Procurement

More information

State of Florida PUR 1001 General Instructions to Respondents

State of Florida PUR 1001 General Instructions to Respondents State of Florida PUR 1001 General Instructions to Respondents Contents 1. Definitions. 2. General Instructions. 3. Electronic Submission of Responses. 4. Terms and Conditions. 5. Questions. 6. Conflict

More information

DMS Catalog Class No.:

DMS Catalog Class No.: STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION STANDARD WRITTEN AGREEMENT 375-040-19 Page 1 of 10 Agreement No. Financial Project I.D. 232917 1 A1 03 F.E.I.D. No.: Appropriation Bill Number(s)/Line Item

More information

FLORIDA DEPARTMENT of CORRECTIONS

FLORIDA DEPARTMENT of CORRECTIONS FLORIDA DEPARTMENT of CORRECTIONS Governor RICK SCOTT Secretary MICHAEL D. CREWS 501 South Calhoun Street, Tallahassee, FL 32399-2500 http://www.dc.state.fl.us May 5, 2014 AMENDMENT NO: SUBJECT: TITLE:

More information

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION MFMP CONTRACT TERMS AND CONDITIONS

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION MFMP CONTRACT TERMS AND CONDITIONS STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION MFMP CONTRACT TERMS AND CONDITIONS OGC 07/13 Page 1 of 8 1. SERVICES AND PERFORMANCE Contract ( CR ) No.: Appropriation Bill Number(s) / Line Item Number(s)

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

SUBMIT REPLY TO: Department of Law Enforcement Office of General Services 2331 Phillips Road Tallahassee, FL Telephone Number: (850)

SUBMIT REPLY TO: Department of Law Enforcement Office of General Services 2331 Phillips Road Tallahassee, FL Telephone Number: (850) FLORIDA DEPARTMENT OF LAW ENFORCEMENT INVITATION TO BID Acknowledgement Form Page 1 of 19 pages Agency Release Date: Wednesday, May 4, 2016 Solicitation Number: Bids are Due: Tuesday, May 24, 2016 2:00

More information

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT. Cellular Tower Software. June 19, 2014, no later than 3:00 PM EST

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT. Cellular Tower Software. June 19, 2014, no later than 3:00 PM EST STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT Solicitation Number: Bid Title: Cellular Tower Software Commodity Code: 252-925, 725-360 Date Due and Time: June 19, 2014, no later than 3:00 PM EST

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

Acknowledgement Form FLORIDA DEPARTMENT OF LAW ENFORCEMENT INVITATION TO BID SUBMIT REPLY TO:

Acknowledgement Form FLORIDA DEPARTMENT OF LAW ENFORCEMENT INVITATION TO BID SUBMIT REPLY TO: Page 1 of 19 pages Agency Release Date: March 10, 2016 SUBMIT REPLY TO: FLORIDA DEPARTMENT OF LAW ENFORCEMENT INVITATION TO BID Acknowledgement Form Department of Law Enforcement Office of General Services

More information

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

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

FLORIDA DEPARTMENT OF HEALTH (DOH) DOH

FLORIDA DEPARTMENT OF HEALTH (DOH) DOH FLORIDA DEPARTMENT OF HEALTH (DOH) DOH 16-039 10-2016 INVITATION TO BID (ITB) FOR Air Conditioner Replacement Services TABLE OF CONTENTS SECTION 1.0: Introductory Materials... SECTION 2.0: Procurement

More information

AMENDMENT 3 CONTRACT RENEWAL TO Alternate Contract Source Agreement: ACS Commercial Off-the-Shelf Software

AMENDMENT 3 CONTRACT RENEWAL TO Alternate Contract Source Agreement: ACS Commercial Off-the-Shelf Software AMENDMENT 3 CONTRACT RENEWAL TO Alternate Contract Source Agreement: 252-030-09-ACS Commercial Off-the-Shelf Software This Amendment, effective as of the last date signed below, is by and between the State

More information

AMENDMENT NO.: 1 Contract Renewal Contract No.: Contract Name: Agriculture and Lawn Equipment

AMENDMENT NO.: 1 Contract Renewal Contract No.: Contract Name: Agriculture and Lawn Equipment Contract Name: This Amendment ( Amendment ), effective as of July 1, 2017 to the Agriculture and Lawn Equipment Contract No. 21100000-15-1 ( Contract ), between the State of Florida, Department of Management

More information

Request for Proposals (RFP) for Court Reporting Services. RFP No: OAG 14/15-3 The State of Florida Office of the Attorney General

Request for Proposals (RFP) for Court Reporting Services. RFP No: OAG 14/15-3 The State of Florida Office of the Attorney General Request for Proposals (RFP) for Court Reporting Services RFP No: OAG 14/15-3 The State of Florida Office of the Attorney General Procurement Officer: Ethel Grimes Operations & Management Consultant Manager

More information

FLORIDA DEPARTMENT OF HEALTH (DOH) DOH17-016

FLORIDA DEPARTMENT OF HEALTH (DOH) DOH17-016 FLORIDA DEPARTMENT OF HEALTH (DOH) DOH17-016 9.2017 INVITATION TO BID (ITB) FOR Air Condition Unit Replacement Project, St. Petersburg Center, Pinellas County, FL TABLE OF CONTENTS SECTION 1.0: Introductory

More information

SCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL. Issued: June 2, 2017

SCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL. Issued: June 2, 2017 SCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL Issued: June 2, 2017 Proposals Due: Thursday, June 22, 2017 SCOTT COUNTY CDA, Shakopee,

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

REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION

REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION I. PURPOSE REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION TERMS, CONDITIONS AND SPECIFICATIONS The Florida Department of

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

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI Invitation for Bid. 28475 Caustic Soda 50% T. F. Green Airport, Warwick, RI August 27, 2018 The Rhode Island Airport Corporation (RIAC) is seeking bids to provide, on an as-needed basis approximately nine

More information

SUBMIT REPLY TO: Department of Law Enforcement Office of General Services 2331 Phillips Road Tallahassee, FL Telephone Number: (850)

SUBMIT REPLY TO: Department of Law Enforcement Office of General Services 2331 Phillips Road Tallahassee, FL Telephone Number: (850) FLORIDA DEPARTMENT OF LAW ENFORCEMENT INVITATION TO BID Acknowledgement Form Page 1 of 26 pages Agency Release Date: Wednesday, January 18, 2017 Solicitation Number: Bids are Due: Thursday, February 9,

More information

Attachment O Standard Draft Contract STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES MEDIUM AND HEAVY DUTY TRUCKS

Attachment O Standard Draft Contract STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES MEDIUM AND HEAVY DUTY TRUCKS Attachment O Standard Draft Contract STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES MEDIUM AND HEAVY DUTY TRUCKS Contract No.: 25101600-16 THIS CONTRACT is entered into between the State of Florida,

More information

REQUEST FOR PROPOSALS NO FOR GENERAL CORPORATE LEGAL SERVICES

REQUEST FOR PROPOSALS NO FOR GENERAL CORPORATE LEGAL SERVICES REQUEST FOR PROPOSALS NO. 16-0014 FOR GENERAL CORPORATE LEGAL SERVICES August 12, 2016 Refer ALL Inquiries to: Gregory Bickford, Procurement Officer Purchasing Department Citizens Property Insurance Corporation

More information

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK REQUEST FOR PROPOSALS RFP 11-13 SEASONAL ARTIFICIAL ICE SKATING RINK Page 2 of 13 REQUEST FOR PROPOSALS (RFP) 11-13 SEASONAL ARTIFICIAL ICE SKATING RINK Sealed Proposals for Purchasing RFP 11-13 Seasonal

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

TITLE PAGE STATE OF FLORIDA INVITATION TO BID DOH Printing of DOH 1628 Laboratory Request Forms

TITLE PAGE STATE OF FLORIDA INVITATION TO BID DOH Printing of DOH 1628 Laboratory Request Forms TITLE PAGE STATE OF FLORIDA INVITATION TO BID DOH11-056 Printing of DOH 1628 Laboratory Request Forms Administrative Lead: Gerry Mingledorff, Purchasing Office Florida Department of Health 4052 Bald Cypress

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 Annual Water Meter Purchase

INVITATION FOR BID Annual Water Meter Purchase Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 INVITATION FOR BID Annual Water Meter Purchase Issue Date: February 16, 2017 Bid Number: 17-006 Agent/Contact: David Bries Submissions

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

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

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

PURCHASE ORDER TERMS AND CONDITIONS

PURCHASE ORDER TERMS AND CONDITIONS PURCHASE ORDER TERMS AND CONDITIONS 1. SERVICES & DELIVERABLES. Seller agrees to provide to CORTEC PRECISION SHEETMETAL (or its subsidiaries, if such subsidiaries are designated as the contracting parties

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

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED BEDFORD COUNTY R E Q U E S T F O R P R O P O S A L S CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED PUBLIC

More information

REQUEST FOR PROPOSAL (RFP) # FY DESIGN BUILD COMPRESSED NATURAL GAS (CNG) FUELING STATION CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA)

REQUEST FOR PROPOSAL (RFP) # FY DESIGN BUILD COMPRESSED NATURAL GAS (CNG) FUELING STATION CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) REQUEST FOR PROPOSAL (RFP) # FY 2014-2015-001 DESIGN BUILD COMPRESSED NATURAL GAS (CNG) FUELING STATION CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) TERMS AND CONDITIONS FORMS AND AGREEMENT PREPARED

More information

Firm Submitting Bid INVITATION TO BID. DEADLINE FOR QUESTIONS: May 2, 2018 TIME: 5:00 PM. SUBMISSION DUE DATE: May 9, 2018 TIME: 2:00PM EST

Firm Submitting Bid INVITATION TO BID. DEADLINE FOR QUESTIONS: May 2, 2018 TIME: 5:00 PM. SUBMISSION DUE DATE: May 9, 2018 TIME: 2:00PM EST Firm Submitting Bid INVITATION TO BID ITB NO: 2018-22 TITLE: ADVERTISEMENT: April 20, 2018 DEADLINE FOR QUESTIONS: May 2, 2018 TIME: 5:00 PM SUBMISSION DUE DATE: May 9, 2018 TIME: 2:00PM EST SUBMIT TO:

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

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 Proposal To Audit Southeast/South-Central Educational Cooperative for Fiscal Year March 21, 2016

Request for Proposal To Audit Southeast/South-Central Educational Cooperative for Fiscal Year March 21, 2016 Request for Proposal To Audit Southeast/South-Central Educational Cooperative for Fiscal Year 2016 March 21, 2016 Table of Contents Page I. General Information 1 A. Issuing Office B. Purpose of Document

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

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR OFFERORS

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR OFFERORS PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR OFFERORS SECTION TITLE F G H General Information About the RFP General Instructions for Offerors General Conditions for Offerors 18 SECTION

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

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

DESIGN - BUILD PROPOSAL OF

DESIGN - BUILD PROPOSAL OF DESIGN - BUILD PROPOSAL OF (Proposer's Firm Name) (Prequalified Name, if Applicable) (Proposing Firm's Physical Address - City - State -- Zip) F.E.I.D. No. Telephone No. FAX No. Email Address for constructing

More information

COLLIER COUNTY SHERIFF S OFFICE Standard Contract Provisions

COLLIER COUNTY SHERIFF S OFFICE Standard Contract Provisions COLLIER COUNTY SHERIFF S OFFICE Standard Contract Provisions The following are standard requirements of the Collier County Sheriff's Office (CCSO) for use in Non- Standard (Contractor/Consultant/Vendor

More information

HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN SAMPLE CONTRACT NO DEVELOPMENT PARTNER

HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN SAMPLE CONTRACT NO DEVELOPMENT PARTNER Attachment J CONTRACT BETWEEN THE HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN AND COMPANY NAME INTRODUCTION This contract by and between the Housing Authority of the County of San Joaquin (hereinafter

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

NOTICE OF REQUEST FOR PROPOSALS FOR ARCHITECTURAL AND RELATED SERVICES. This is a REQUEST FOR PROPOSAL by UMATILLA SCHOOL DISTRICT

NOTICE OF REQUEST FOR PROPOSALS FOR ARCHITECTURAL AND RELATED SERVICES. This is a REQUEST FOR PROPOSAL by UMATILLA SCHOOL DISTRICT NOTICE OF REQUEST FOR PROPOSALS FOR ARCHITECTURAL AND RELATED SERVICES This is a REQUEST FOR PROPOSAL by UMATILLA SCHOOL DISTRICT FOR ARCHITECTURAL AND RELATED SERVICES IN RELATION TO THE 2016 BOND ISSUE

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

Register, 2014 Commerce, Community, and Ec. Dev.

Register, 2014 Commerce, Community, and Ec. Dev. 3 AAC is amended by adding a new chapter to read: Chapter 109. Procurement Alaska Energy Authority Managed Grants. Article 1. Roles and Responsibilities. (3 AAC 109109.010-3 AAC 109109.050) 2. Source Selection

More information

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES NORTHEAST FLORIDA STATE HOSPITAL

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES NORTHEAST FLORIDA STATE HOSPITAL STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES NORTHEAST FLORIDA STATE HOSPITAL INVITATION TO BID WATER HEATER REPLACEMENT FOR BLDG. 12 AT NORTHEAST FLORIDA STATE HOSPITAL ITB - # 05-1415R Commodity

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

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

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES INVITATION TO BID Contract for Neurology Services at Northeast Florida State Hospital ITB-# 2013-14-NEUROLOGY SERVICES COMMODITY CODES: 974-150, 974-480,

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

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

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

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

AGREEMENT. between BROWARD COUNTY, FLORIDA. and. for BILLING RELATED TO THE SOUTHWEST REGIONAL LANDFILL

AGREEMENT. between BROWARD COUNTY, FLORIDA. and. for BILLING RELATED TO THE SOUTHWEST REGIONAL LANDFILL AGREEMENT between BROWARD COUNTY, FLORIDA and for BILLING RELATED TO THE SOUTHWEST REGIONAL LANDFILL This Agreement ( Agreement ) is entered into by and between BROWARD COUNTY, a political subdivision

More information

City State Country Zip. Contact Name Telephone Fax

City State Country Zip. Contact Name Telephone Fax UNIFIED EFI FORUM, INC. CONTRIBUTORS AGREEMENT This Unified EFI Forum, Inc. ( Forum ) Contributors Agreement ( Agreement ) is entered into by and between the Forum and the party set forth below and its

More information

Instructions to Proposers & Contractors (ITPC): RFP

Instructions to Proposers & Contractors (ITPC): RFP : RFP Table of Contents Section Description Page 1.0 General Conditions 1 1.1 Applicability 1 1.2 Definitions 1 2.0 Conditions To Propose 3 2.1 Pre-qualification of Proposers 3 2.2 RFP Forms, Document

More information

NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS ("RFP") DISTRICT INSPECTOR GENERAL/INTERNAL AUDIT SERVICES RFP #12-002

NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS (RFP) DISTRICT INSPECTOR GENERAL/INTERNAL AUDIT SERVICES RFP #12-002 NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS ("RFP") DISTRICT INSPECTOR GENERAL/INTERNAL AUDIT SERVICES RFP #12-002 The Northwest Florida Water Management District, 81 Water Management

More information

Instructions to Bidders Page 1 of 8

Instructions to Bidders Page 1 of 8 Page 1 of 8 1. BIDDING DEFINITIONS Addendum: Written or graphic instruments issued prior to the opening of Proposals that make changes, additions, or deletions to the Bid Documents, or Contract Documents.

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

APPLE INDIA PRIVATE LIMITED PURCHASE AGREEMENT PURCHASE ORDER TERMS AND CONDITIONS

APPLE INDIA PRIVATE LIMITED PURCHASE AGREEMENT PURCHASE ORDER TERMS AND CONDITIONS APPLE INDIA PRIVATE LIMITED PURCHASE AGREEMENT PURCHASE ORDER TERMS AND CONDITIONS THIS PURCHASE AGREEMENT (the 'Agreement') sets forth the terms and conditions that apply to all purchases of goods and

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

RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE PROCUREMENT OF SUPPLIES. SERVICES, BOND COUNSEL AND LEGAL COUNSEL

RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE PROCUREMENT OF SUPPLIES. SERVICES, BOND COUNSEL AND LEGAL COUNSEL RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE PROCUREMENT OF SUPPLIES. SERVICES, BOND COUNSEL AND LEGAL COUNSEL RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING

More information

Terms and Conditions

Terms and Conditions MASTER TERMS AND CONDITIONS FOR PURCHASE ORDERS ALL PURCHASE ORDERS ( ORDER OR ORDERS ) BETWEEN ALORICA INC. ( ALORICA ), ITS SUBSIDIARIES AND AFFILIATES, AND THE PARTY SUPPLYING THE PRODUCTS OR SERVICES

More information

WASHINGTON COUNTY PROPERTY RECORDS TECHNOLOGY AND INFORMATION SUBSCRIPTION AGREEMENT

WASHINGTON COUNTY PROPERTY RECORDS TECHNOLOGY AND INFORMATION SUBSCRIPTION AGREEMENT WASHINGTON COUNTY PROPERTY RECORDS TECHNOLOGY AND INFORMATION SUBSCRIPTION AGREEMENT THIS AGREEMENT is between the COUNTY OF WASHINGTON, a political subdivision of the State of Minnesota ( COUNTY ), and

More information

SERVICE AGREEMENT XX-XXXX-XXX-XX

SERVICE AGREEMENT XX-XXXX-XXX-XX SERVICE AGREEMENT XX-XXXX-XXX-XX This Service Agreement ( Agreement ) in entered into by and between Missouri Foundation for Health ( Foundation ) and ( Contractor ). WHEREAS, Foundation desires the services

More information

PORTLAND STATE UNIVERSITY REQUEST FOR QUOTATIONS #21841 Avaya Telephone Sets

PORTLAND STATE UNIVERSITY REQUEST FOR QUOTATIONS #21841 Avaya Telephone Sets PORTLAND STATE UNIVERSITY REQUEST FOR QUOTATIONS #21841 Avaya Telephone Sets Portland State University (PSU) Purchasing Rules, Policies and Guidelines allows PSU departments to use an Informal Procurement

More information

Sample Licensing Agreement

Sample Licensing Agreement Agreement Between Laura C. George and The Awesomest Company, Inc. This art licensing agreement (the Agreement ) is entered into as of May 10th, 2016 (the Effective Date ) between Laura C. George ( Artist

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

CONTRACT BETWEEN THE HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN AND ABC COMPANY INTRODUCTION

CONTRACT BETWEEN THE HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN AND ABC COMPANY INTRODUCTION CONTRACT BETWEEN THE HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN AND ABC COMPANY INTRODUCTION This contract by and between the Housing Authority of the County of San Joaquin (hereinafter Authority )

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

REQUEST FOR QUALIFICATIONS (RFQ) FOR LOBBYIST SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) FOR LOBBYIST SERVICES REQUEST FOR QUALIFICATIONS (RFQ) FOR LOBBYIST SERVICES The City of St. Pete Beach ( City ) is seeking statements of qualifications for the purpose of selecting a lobbyist to provide services representing

More information

( ) SAP Vendor: AGREEMENT FOR INSTALLATION OF UTILITY FACILITY ON STRUCTURE

( ) SAP Vendor: AGREEMENT FOR INSTALLATION OF UTILITY FACILITY ON STRUCTURE BRIDGE D-401 AGRMT No: (8.12.2005) SAP Vendor: AGREEMENT FOR INSTALLATION OF UTILITY FACILITY ON STRUCTURE THIS AGREEMENT, numbered in COMMONWEALTH files, made and entered into this day of, by and between

More information

Purchasing Department 4880 Bulls Bay Highway Jacksonville, FL 32219 PH (904) 858-4848 FAX (904) 858-4868 December 18, 2009 RFQ/ITB RECOMMENDATION FOR AWARD NO.: 020-10/DB GSA 2 CORE CITY/NORTH SIDE RFP

More information

Georgia State University Standard Purchase Order Terms & Conditions for Goods and Services

Georgia State University Standard Purchase Order Terms & Conditions for Goods and Services Georgia State University Standard Purchase Order Terms & Conditions for Goods and Services Please note that these Purchase Order Terms and Conditions may be supplemented by additional terms or modified

More information

Municipal Code Online Inc. Software as a Service Agreement

Municipal Code Online Inc. Software as a Service Agreement Exhibit A Municipal Code Online Inc. Software as a Service Agreement This Municipal Code Online, Inc. Software as a Service Agreement ( SaaS Agreement ) is made and entered into on this date, by and between

More information

REQUEST FOR STATEMENT OF QUALIFICATIONS FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION

REQUEST FOR STATEMENT OF QUALIFICATIONS FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION BID NUMBER: SOQ/DA-18/19-1 OPENING DATE: JUNE 22, 218 @ 2: P.M. I. PURPOSE REQUEST FOR STATEMENT OF QUALIFICATIONS FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION TERMS,

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

AGREEMENT FOR SERVICES OF INDEPENDENT CONTRACTOR

AGREEMENT FOR SERVICES OF INDEPENDENT CONTRACTOR AGREEMENT FOR SERVICES OF INDEPENDENT CONTRACTOR THIS AGREEMENT (hereafter Agreement) is made by and between the County of Santa Barbara, a political subdivision of the State of California (hereafter COUNTY)

More information

ADDENDUM TO STANDARD CONTRACT BETWEEN Community Coordinated Care for Children, Inc. (4C) AND (CONTRACTOR)

ADDENDUM TO STANDARD CONTRACT BETWEEN Community Coordinated Care for Children, Inc. (4C) AND (CONTRACTOR) ADDENDUM TO STANDARD CONTRACT BETWEEN Community Coordinated Care for Children, Inc. (4C) AND (CONTRACTOR) This Contract Addendum, entered into between, hereinafter referred to as the Contractor to provide

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

TML MultiState IEBP Executive Director EXECUTIVE SEARCH FIRM SERVICES Request for Qualifications

TML MultiState IEBP Executive Director EXECUTIVE SEARCH FIRM SERVICES Request for Qualifications TML MultiState IEBP Executive Director EXECUTIVE SEARCH FIRM SERVICES Request for Qualifications For more information contact: Daniel E. Migura Jr. Phone: 512-719-6557 1821 Rutherford Lane, Suite #300

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

AMBASSADOR AGREEMENT

AMBASSADOR AGREEMENT AMBASSADOR AGREEMENT Preamble THIS (the Agreement ) is effective, 20 (the Effective Date ) between NXGEN A TRANSACTION COMPANY, a Montana corporation ( NXG ), and ( Ambassador ). Recitals WHEREAS, NXG

More information

ITB-CD Re-Bid Term Contract for Code Enforcement Mowing and General Clean Up Services. Required Submittal Packet. Revised per Addendum 2

ITB-CD Re-Bid Term Contract for Code Enforcement Mowing and General Clean Up Services. Required Submittal Packet. Revised per Addendum 2 ITB-CD-09-10 Re-Bid Term Contract for Code Enforcement Mowing and General Clean Up Services Required Submittal Packet Revised per Addendum 2 1. All addenda (signed and dated) 2. The following fourteen

More information