HCC Addendum Form 1 - Connecticut

Transcription

Rapid Quote AddendumSTATE OF CONNECTICUTHCC-SP-18 03/07Patricia KurowskiTelephone Number1HOUSATONIC COMMUNITY COLLEGEQuote Due Date:Purchasing Services Officer 1203-332-5191Rapid Quote Addendum #PROCUREMENT SERVICES - ROOM A104900 Lafayette BoulevardBridgeport CT 06604-4704RAPID QUOTE ADDENDUM #1May 18, 2009(9:00 a.m.)HCC 09-06DESCRIPTION:Additional Walk Thru InformationWalk Thru date: May 4, 2009 (10:00 a.m.) Late arrivals (15 minutes or more) will notbe given credit for attendance nor allowed to participate in the bid process.Bids submitted by contractors who have not properly registered and attended thewalk thru shall be rejected as non-responsive. All attendees of the walk thru will berequired to register. Proper registration means that the attendee has signed his/hername to the official roster and listed the name and address of the company he/sherepresents on the official roster no later than the designated start time of the walk thru.See additional sheet for directions to Housatonic Community CollegeThis Addendum must be Signed & Returned with your Quote.Authorized Signature of BidderCompany NamePatricia KurowskiPurchasing Services Officer 1(Original Signature on Document in Procurement Files)Date Issued: April 23, 2009

Directions to Housatonic:From Fairfield and points west:Connecticut Turnpike, I-95 north to exit 27. Go two blocks to Lafayette Boulevard. Go leftonto Lafayette (going under I-95). The parking garage entrance is on your right about 1 1/2blocks from the underpass.Merritt Parkway, north to exit 49S, travel south on Rt. 25 to exit 1 (Prospect St.). At bottom ofexit ramp go left onto Prospect St. Take left onto Lafayette Blvd. Entrance to parking garage ison right, about 1/2 block.From Milford, Stratford and points east:Connecticut Turnpike, I-95, south to exit 27 (Lafayette Blvd.). Use right hand exit ramp toenter Lafayette Blvd. Parking garage is on your right one light from the exit ramp.From Trumbull, Huntington, Monroe, the Valley, and points north: Route 8-25From Merritt Parkway Southbound: take Exit 52, south to Rt. 8-25. Go south on Rt. 8-25 toexit 1. At bottom of exit ramp go left onto Prospect St. Take left onto Lafayette Blvd. Entranceto parking garage is on right, about 1/2 block.

INVITATION FOR BIDSHCC SP-11STATE OF CONNECTICUTHOUSATONIC COMMUNITY COLLEGEPROCUREMENT SERVICES900 LAFAYETTE BLVD – ROOM 104ABRIDGEPORT, CT. 06604PatriciaKurowski203-332-5191Telephone NumberNOTICE TO VENDORS: Logon tohttp: / /www.das .state.ct.us/ busopp.aspselect the Bidder Notification System &complete the form to automatically receive a synopsisof new Bids & RFP’s via e-mail.Addresses for undeliverable e-mails will be deleted.www.das.state.ct.us/busopp.aspDAS CT State Web Sitepkurowski@hcc.commnet.eduPurchasing Services Officer 1(203) 332-5248Fax NumberRequest for Proposal (Rapid Quote)SPECIFICATIONS & BID DOCUMENTS ATTACHEDRFP Number: 09-06RFP Opening Date & Time: May 18, 2009 (9:00 a.m.)Bid Description: Moving Services: Fine Art, Pedestals and BonnetsSpecial Instructions: This offering is a Rapid Quote, therefore, your response may be faxed, mailed, emailed or handcarried but must arrive prior to the specified bid opening date and time. There will not be a public bid openingBID NO.: 09-06NOTE: Return original and one copy ofyour bid responseDUE DATE: May 18, 2009 (9:00 a.m.)Return Bid by Mail, Email or Fax To:PATRICIA KUROWSKIPROCUREMENT SERVICES-ROOM 104ABids must be time & date stamped byHCC Procurement & cannot be acceptedafter specified Bid Opening Time.Allow sufficient time if mailing your bid.Hand-delivered bids must be brought to:HOUSATONIC COMMUNITY COLLEGE900 LAFAYETTE BLVD.BRIDGEPORT, CT. 06604FAX: 203-332-5248NOTE; PLEASE REFER TO ANNOUNCEMENTPAGE FOR PROJECT TIMELINEPATRICIA KUROWSKIHCC BUSINESS OFFICE – ROOM 104A900 LAFAYETTE BLVD.BRIDGEPORT, CT. 06604

State of ConnecticutHousatonic Community CollegeAnnouncement of Request for Proposals forMoving Services: Fine Art, Pedestals and BonnetsApril 21, 2009RFP No. HCC 09-06The State of Connecticut is committed to provide goods and services thatbest meet the needs of our customers.To that end, Housatonic Community College is seeking proposals forMoving Services: Fine Art, Pedestals and BonnetsHousatonic Community College welcomes the opportunity to work with ourcustomers and suppliers to provide Moving Services: Fine Art, Pedestals andBonnets as outlined throughout this Request for Proposal (RFP) document.We invite you to be part of this effort.PROJECT TIMELINEPost on web: April 21, 2009Mandatory Walkthru: May 4, 2009 (10:00 a.m.)Questions (due by): May 11, 2009Questions will be answered in 3 business days in the form of anaddendum to the posted bid.Due date: May 18, 2009 (9:00 a.m.)

PROPOSAL SCHEDULEHCC SP-16Patricia KurowskiPurchasing ServicesOfficer 1(203) 332-5191Telephone NumberSTATE OF CONNECTICUTHOUSATONICDELIVERY:COMMUNITYCOLLEGEBID NUMBER09-06PROCUREMENT SERVICESPROPOSAL SCHEDULEIMPORTANT!RETURN ORIGINAL AND ONE COPYSSN OR FEIN #:Terms/Payment: Purchase Order/Net 30Page1OF1DESCRIPTION OF COMMODITY AND/OR SERVICESRELOCATION OF FINE ART, PEDESTALSAND BONNETS PERATTACHED SCOPE OF WORKTOTAL PRICEWRITTEN SIGNATURE OF PERSON AUTHORIZED TO SIGN BIDS ON BEHALF OF THE ABOVE NAMED BIDDERTYPE OR PRINT NAME OF AUTHORIZED PERSON DATETITLE OF AUTHORIZED PERSONPage 1 of 1

BID # 09-06HOUSATONIC COMMUNITY COLLEGECONTRACTOR INFORMATION SHEETLegal Vendor Business NameBusiness AddressCity State Zip CodeContact PersonTelephone NumberFax NumberEmail AddressReferences (List at least 3 projects similar to this that you have completed).Include company name, contact name, contact phone number and description ofproject (including price) (Use additional sheet if needed)

Project Description:Housatonic Community College (HCC) 900 Lafayette Boulevard, Bridgeport, CT,is relocating approximately 200 works of art from Lafayette Hall to a new location(Beacon Hall), adjacent to Lafayette Hall. The project will entail the packing andpreparation of the works of art in Lafayette Hall, the move of art from LafayetteHall to Beacon Hall and the installation of the artwork plus several over-sizedworks of art in Beacon Hall. These locations will be determined by a mandatorywalk-through prior to the selection of a final vendor.SCOPE OF WORKThis package is intended to solicit an overall cost for art relocation services. Theprice will be determined by the number of hours required to complete the entireproject. The work will be completed in two phases. A mandatory walk-through toview all artwork within the scope of work is required. Proposals for final costs willbe provided as a lump sum bid. The College reserves the right to add or deleteany number of works. Note: All installations within stairways should be assumedto be above reach range of floor, landings and stairs. Scaffolding and/or lifts willbe needed for this work.Phase 1: Work will be packed and wrapped in Lafayette Hall and then moved toBeacon Hall. Contractor is to package all designated artwork currently housed inLafayette Hall in rooms A228 and C102. Additional pieces currently displayed willbe removed and packed. (see list below for these special, over-sized pieces)Work will be temporarily stored in Room 133 and 136 in Beacon Hall andunwrapped. Artworks will be prepared for installation. The final locations for theartwork in Beacon Hall will be determined by the museum curator.

Phase 2: Unpack and Install the following pieces of art listed below and vitrineplacement:1. 'Windstar," wall sculpture: install under curator's direction.(3’ by 2’ by 6” deep)2. "911 Tribute," painting on wood, install, final location to be determined. Thispiece is heavy, 7.5 feet and approx. 200 pounds and will need additional cleatsor supports at wall.3. Two oversized unframed paintings (8’ x 12’) by Amy Bartell currently located inthe cafeteria to be installed in 3rd floor student lounge4. Nicholas Krushenick, painting, 8’ x 5’: currently on display space atLafayette Hall to be relocated to Beacon Hall, final location to be determined.5. Candace Engals, 4 piece, curved shaped canvas: Remove artwork fromexisting display area in "C" wing of Lafayette Hall, relocate to Beacon Hall andinstall at stairway wall. The outside framework of this art fills is an imaginary6 foot square. The piece requires french cleats and scaffolding for installation.Dimensions of each section which needs to be placed within a 6 foot square:a. 35.5” x 30.5"x 6”b. 59.5” x 82” x 6.5”c. 40” x 58” x 18”d. 66” x 47.5” x 6”6. Suzanne Benton, sculpture: stored in A228 to be relocated to Events roomarea. This piece is 8’ x 3’ x 3’ and will require scaffolding and/or lifts to install.

7. Pedestals and Bonnets currently located in C102 to move to Rooms 133 and136 in Beacon Hall.Final Locations: To be determined by the museum curator, on site.Dimensions of Pedestals to be moved from Lafayette Hall C 102to Rooms 133 and 136 in Beacon Hall:(2) 29.5” x 39” x 27”(2) 42” x 49.5” x 19.5”(2) 40.5” x 19.5” x 19.5”(2) 33” x 41.5” x 29.5”(2) 40.5” x 49.5” x 19.5”(2) 29” x 39” x 26.5”(4) 29.5” x 20.5” x 20.5”Dimensions of Bonnets to be moved from Lafayette Hall C102to Rooms 133 and 136 in Beacon Hall:(2) 7.5” x 25” x 37”(2) 26” x 48” x 18”(2) 26” x 48” x 18”(2) 41.5” x 37.5” x 25”(2) 15.5” x 19” x 19”(2) 42” x 40” x 28”(2) 26” x 18” x 18”(2) 32” x 19” x 19”8. All questions should be directed via e-mail to:Patricia Kurowski (pkurowski@hcc.commnet.edu)Final due date for questions: May 11, 2009 (5:00 p.m.)All questions will be answered in three (3) business days in the form of anaddendum to HCC Bid 09-06.

InsuranceUpon award, the successful bidder will be required to provide a current certificate ofinsurance naming required certificate holder and additional insured. HCC reserves theright to require the vendor to carry specific limits that are stated below: Contractor shallnot commence work under this contract until he has obtained all insurance requiredunder this Section, nor shall the Contractor allow any sub-contractor to commence workon his subcontract until all similar insurance required of the subcontractor has beenobtained.(a) Commercial General Liability: 1,000,000 combined single limit per occurrence forbodily injury, personal injury and property damage. Coverage shall include, Premisesand Operations, Independent Contractors, Products and Completed Operations,Contractual Liability and Broad Form Property Damage coverage. If a generalaggregate is used, the general aggregate limit shall apply separately to the project orthe general aggregate limit shall be twice the occurrence limit.(b) Automobile Liability: 1,000,000 combined single limit per accident for bodily injury.Coverage extends to owned, hired and non-owned automobiles. If the vendor/contractordoes not own an automobile, but one is used in the execution of the contract, then onlyhired and non-owned coverage is required. If a vehicle is not used in the execution ofthe contract then automobile coverage is not required.(c) Workers’ Compensation and Employers Liability: Statutory coverage in compliancewith the Compensation laws of the State of Connecticut. Coverage shall includeEmployer’s Liability with minimum limits of 100,000 each accident, 500,000disease – Policy limit, 100,000 each employee.

STANDARD BIDTERMS AND CONDITIONSSP-19 Rev. 02/06(Prev. Rev. 12/05)Jill BelisleContract Specialist(860) 713-5149Telephone NumberSTATE OF CONNECTICUTHCC BID NO: 09-06DEPARTMENT OF ADMINISTRATIVE SERVICESPROCUREMENT SERVICES165 Capitol Avenue, 5t h Floor SouthPO Box 150414HARTFORD, CT 06115-0414Standard Bid and Contract Terms and Conditions - Page 1 of 4All Invitations For Bids issued by the Department ofAdministrative Services, Procurement Services will bindBidders to the terms and conditions listed below, unlessspecified otherwise in any individual Invitation For Bids.Incorporated by reference into this contract are applicableprovisions of the Connecticut General Statutes includingbut not limited to Sections 4a-50 through 4a-80 andapplicable provisions of the Regulations of ConnecticutState Agencies including but not limited to Sections 4a-521 through 4a-52-22.The contractor agrees to comply with the statutes andregulations as they exist on the date of this contract andas they may be adopted or amended from time to timeduring the term of this contract and any amendmentsthereto.Submission of Bids1. Bids must be submitted on forms supplied byProcurement Services. Telephone or facsimile bids will not beaccepted in response to an Invitation For Bids.2. The time and date bids are to be opened is given in eachbid issued. Bids received after the specified time and date ofbid opening given in each bid proposal shall not be considered.Bid envelopes must clearly indicate the bid number as well asthe date and time of the opening of the bid. The name andaddress of the Bidder should appear in the upper left handcorner of the envelope.3. Incomplete bid forms may result in the rejection of the bid.Amendments to bids received by Procurement Services afterthe time specified for opening of bids, shall not be considered.An original and one copy of the proposal schedule shall bereturned to Procurement Services. Bids shall be computerprepared, typewritten or handwritten in ink. Bids submitted inpencil shall be rejected. All bids shall be signed by a personduly authorized to sign bids on behalf of the bidder. Unsignedbids may be rejected. Errors, alterations or corrections on boththe original and copy of the proposal schedule to be returnedmust be initialed by the person signing the bid proposal ortheir authorized designee. In the event an authorized designeeinitials the correction, there must be written authorizationfrom the person signing the bid proposal to the personinitialing the erasure, alterations, or correction. Failure to doso shall result in rejection of bid for those items erased, alteredor corrected and not initialed.4. Conditional bids are subject to rejection in whole or inpart. A conditional bid is defined as one which limits, modifies,expands or supplements any of the terms and conditionsand/or specifications of the invitation for bids.5. Alternate bids will not be considered. An alternate bid isdefined as one which is submitted in addition to the biddersprimary response to the invitation for bids.6. Prices should be extended in decimal, not fraction, to benet, and shall include transportation and delivery charges fullyprepaid by the Contractor to the destination specified in thebid, and subject only to cash discount.7. Pursuant to Section 12-4 12 of the Connecticut GeneralStatutes, the State of Connecticut is exempt from the paymentof excise, transportation and sales taxes imposed by the FederalGovernment and/or the State. Such taxes must not be includedin bid prices.8. In the event of a discrepancy between the unit price andthe extension, the unit price shall govern.9. By its submission the Bidder represents that the bid is notmade in connection with any other Bidder submitting a bid forthe same commodity or commodities and is in all respects fairand without collusion or fraud.10. All bids will be opened and read publicly and upon awardare subject to public inspection.Guaranty or Surety11. Bid and or performance bonds may be required. Bondsmust meet the following requirements: Corporation - must besigned by an official of the corporation above their official titleand the corporate seal must be affixed over the signature; Firm orPartnership - must be signed by all the partners and indicatethey are “doing business as”; Individual - must be signed by theowner and indicated as “Owner”. The surety company executingthe bond or countersigning must be licensed in Connecticutand the bond must be signed by an official of the suretycompany with the corporate seal affixed over their signature.Signatures of two witnesses for both the principal and thesurety must appear on the bond. Power of attorney for theofficial signing the bond for the surety company must besubmitted with the bond.Samples12. Accepted bid samples do not supersede specifications forquality unless sample is superior in quality. All deliveries shallhave at least the same quality as the accepted bid sample.13. Samples are furnished free of charge. Bidder must indicateif their return is desired, provided they have not been madeuseless by test. Samples may be held for comparison withdeliveries.Award14. Award will be based on quality of the articles or services tobe supplied, their conformance with specifications, deliveryterms, price, administrative costs, past performance, andfinancial responsibility.15. Procurement Services may reject any bidder in default ofany prior contract or guilty of misrepresentation or any bidderwith a member of its firm in default or guilty ofmisrepresentation.16. Procurement Services may correct inaccurate awardsresulting from clerical or administrative errors.Contract17. Section 51 of Public Act No. 05-287 (the “Act”) requires thatthis solicitation include a notice of the consulting affidavitrequirements described in the Act. Accordingly, pursuant to theAct, vendors are notified as follows:(a) No state agency shall execute a contract for the purchase ofgoods or services, which contract has a total value to the state

STANDARD BIDTERMS AND CONDITIONSSP-19 Rev. 02/06(Prev. Rev. 12/05)Jill BelisleContract Specialist(860) 713-5149Telephone NumberSTATE OF CONNECTICUTHCC BID NO: 09-06DEPARTMENT OF ADMINISTRATIVE SERVICESPROCUREMENT SERVICES165 Capitol Avenue, 5t h Floor SouthPO Box 150414HARTFORD, CT 06115-0414Standard Bid and Contract Terms and Conditions - Page 2 of 4of fifty thousand dollars or more in any calendar or fiscal year,unless the state agency obtains the written affidavit describedin subsection (b) of this section.(b) (1) The chief official of the vendor awarded a contractdescribed in subsection (a) of this section or the individualawarded such contract who is authorized to execute suchcontract, shall attest in an affidavit as to whether anyconsulting agreement has been entered into in connection withsuch contract. Such affidavit shall be required if any duties ofthe consultant included communications concerning businessof such state agency, whether or not direct contact with a stateagency, state or public official or state employee was expectedor made. "Consulting agreement" means any written or oralagreement to retain the services, for a fee, of a consultant forthe purposes of (A) providing counsel to a contractor, vendor,consultant or other entity seeking to conduct, or conducting,business with the State, (B) contacting, whether in writing ororally, any executive, judicial, or administrative office of thestate, including any department, institution, bureau, board,commission, authority, official or employee for the purpose ofsolicitation, dispute resolution, introduction or requests forinformation or(C) any other similar activity related to such contract.“Consulting agreement” does not include any agreementsentered into with a consultant who is registered under theprovisions of Chapter 10 of the Connecticut General Statutesconcerning the State’s Codes of Ethics, as of the date suchaffidavit is submitted. (2) Such affidavit shall be sworn as true tothe best knowledge and belief of the person signing thecertification on the affidavit and shall be subject to thepenalties of false statement. (3) Such affidavit shall include thename of the consultant, the consultant's firm, the basic termsof the consulting agreement, a brief description of the servicesprovided, and an indication as to whether the consultant is aformer state employee or public official. If the consultant is aformer state employee or public official, such affidavit shallindicate his or her former agency and the date suchemployment terminated. (4) Such affidavit shall be amendedwhenever the vendor awarded the contract enters into any newconsulting agreement during the term of the contract.(c) If a vendor refuses to submit the affidavit required undersubsection (b) of this section, then the state agency shall notaward the Contract to such vendor and shall award thecontract to the next highest ranked vendor or the next lowestresponsible qualified bidder or seek new bids or proposals.18. Pursuant to the requirements of Section 37(c) of PublicAct No. 05-287, the summary of State ethics laws developed bythe State Ethics Commission pursuant to section 1-8 1b of theConnecticut General Statutes is incorporated by reference intoand made a part of this Agreement as if the summary had beenfully set forth in this Agreement.19. The existence of the contract shall be determined inaccordance with the requirements set forth above. However,the award of the contract is not an order to ship.20. The Contractor shall not assign or otherwise dispose oftheir contract or their right, title or interest, or their power toexecute such contract to any other person, firm or corporationwithout the prior written consent of Procurement Services.21. Bidders have ten days after notice of award to refuseacceptance of the award; after ten days the award will bebinding on the Contractor. If the Contractor refuses to acceptthe award within the ten day period, the award will be made tothe next lowest responsible qualified bidder.22. Failure of a Contractor to deliver commodities or performservices as specified will constitute authority for ProcurementServices to purchase these commodities or services on the openmarket. The Contractor agrees to promptly reimburse the Statefor excess cost of these purchases. The purchases will bededucted from the contracted quantities.23. Rejected commodities must be removed by the Contractorfrom State premises within 48 hours. Immediate removal maybe required when safety or health issues are present.24. Contractor agrees to: hold the State harmless from liabilityof any kind for the use of any copyright or uncopyrightedcomposition, secret process, patented or unpatented inventionfurnished or used in the performance of the contract; guaranteetheir products against defective material or workmanship;repair damages of any kind, for which they are responsible tothe premises or equipment, to their own work or to the work ofother contractors; obtain and pay for all licenses, permits, feesetc. and to give all notices and comply with all requirements ofcity or town in which the service is to be provided and to theState of Connecticut; to carry proper insurance to protect theState from loss.25. Notwithstanding any provision or language in thiscontract to the contrary, the Commissioner may terminate thiscontract whenever he/she determines in his/her sole discretionthat such termination is in the best interests of the State. Anysuch termination shall be effected by delivery to the Contractorof a written notice of termination. The notice of termination shallbe sent by registered mail to the Contractor address furnishedto the State for purposes of correspondence or by hand delivery.Upon receipt of such notice, the Contractor shall bothimmediately discontinue all services affected (unless the noticedirects otherwise) and deliver to the State all data, drawings,specifications, reports, estimates, summaries, and such otherinformation and materials as may have been accumulated bythe Contractor in performing his duties under this contract,whether completed or in progress. All such documents,information, and materials shall become the property of theState. In the event of such termination, the Contractor shall beentitled to reasonable compensation as determined by theCommissioner of the Department of Administrative Services,however, no compensation for lost profits shall be allowed.Delivery26. All products and equipment delivered must be new unlessotherwise stated in the bid specifications.27. Delivery will be onto the specified State loading docks bythe Contractor unless otherwise stated in the bid specifications.28.Deliveries are subject to re-weighing on State sealedscales.29. Payment terms are net 45 days after receipt of goods orinvoice, whichever is later, unless otherwise specified.

STANDARD BIDTERMS AND CONDITIONSSP-19 Rev. 02/06(Prev. Rev. 12/05)Jill BelisleContract Specialist(860) 713-5149Telephone NumberSTATE OF CONNECTICUTHCC BID NO: 09-06DEPARTMENT OF ADMINISTRATIVE SERVICESPROCUREMENT SERVICES165 Capitol Avenue, 5t h Floor SouthPO Box 150414HARTFORD, CT 06115-0414Standard Bid and Contract Terms and Conditions - Page 3 of 430. Charges against a Contractor shall be deducted fromcurrent obligations. Money paid to the State by the Contractorshall be payable to the Treasurer, State of Connecticut.Tangible Personal Property31. For the entire term of the Agreement and any and all of itsextensions, the Contractor, on its own behalf and on behalf of allof its Affiliates, shall comply fully with the provisions of Conn.Gen. Stat. §12-41 1b, including, but not limited to, thefollowing:(a) The Contractor and its Affiliates shall collect and remit tothe State of Connecticut, Department of Revenue Services, onbehalf of its customers any Connecticut use tax due under theprovisions of Chapter 219 of the Connecticut General Statutesfor items of tangible personal property sold by the Contractoror by any of its Affiliates in the same manner as if theContractor and such Affiliates were engaged in the business ofselling tangible personal property for use in Connecticut andhad sufficient nexus under the provisions of Chapter 219 to berequired to collect Connecticut use tax;(b) A customer’s payment of a use tax to the Contractor or itsAffiliates relieves the customer of liability for the use tax;(c) The Contractor and its Affiliates shall remit all use taxesthey collect from customers no later than the last day of themonth of the calendar quarter that follows the effective date ofthis Agreement or the last day of the tax collection periodduring which the tax was collected, whichever is later.Notwithstanding the previous sentence, if the Agreementprovides for an earlier date, then that earlier date shall control;(d) The Contractor and its Affiliates are not liable for use taxbilled by them but not paid to them by a customer; and(e) If the Contractor or its Affiliates fail to remit use taxescollected on behalf of their customers by the date requiredabove, then they shall be subject to the interest and penaltiesprovided for persons required to collect sales tax underChapter 219 of the Connecticut General Statutes.For purposes of this section of the Agreement, the word“Affiliate” means any person, as defined in Conn. Gen. Stat.§12-1, that controls, is controlled by, or is under commoncontrol with another person. A person controls another personif the person owns, directly or indirectly, more than ten percent of the voting securities of the other person. The word“voting security” means a security that confers upon the holderthe right to vote for the election of members of the board ofdirectors or similar governing body of the business, or that isconvertible into, or entitles the holder to receive, upon itsexercise, a security that confers such a right to vote. “Votingsecurity” includes a general partnership interest.32. The Contractor represents and warrants that each of itsAffiliates has vested in the Contractor plenary authority to sobind the Affiliates in any agreement with the State ofConnecticut. The Contractor on its own behalf and on behalf ofits Affiliates shall also provide, no later than 30 days afterreceiving a request by the State’s contracting authority, suchinformation as the State may require to ensure, in the State’ssole determination, compliance with the provisions of Chapter219 of the Connecticut General Statutes, including, but notlimited to, §12-411b.Saving Clause33. The Contractor shall not be liable for losses or delays in thefulfillment of the terms of the contract due to wars, acts of publicenemies, strikes, fires, floods, acts of God or any other acts notwithin the control of or reasonably prevented by the Contractor.The Contractor will give written notice of the cause and probableduration of any such delay.Advertising34. Contractors may not reference sales to the State foradvertising and promotional purposes without the prior approvalof Procurement Services.Rights35. The State has sole and exclusive right and title to all printedmaterial produced for the State and the contractor shall notcopyright the printed matter produced under the contract.36. The Contractor assigns to the State all rights title andinterests in and to all causes of action it may have under Section4 of the Clayton Act, 15 USC 15, or under Chapter 624 of thegeneral statutes. This assignment occurs when the Contractor isawarded the contract.37. Contractor agrees that it is in compliance with all applicablefederal, state and local laws and regulations, including but notlimited to Connecticut General Statutes Sections 4a-60 and 4a60a. The Contractor also agrees that it will hold the Stateharmless and indemnify the State from any action which mayarise out of any act by the contractor concerning lack ofcompliance with these laws and regulations.Executive Orders38. This Agreement is subject to the provisions of ExecutiveOrder No. 7B of Governor M. Jodi Rell, promulgated November16, 2005, concerning contracting reforms, Executive Order No.Three of Governor Thomas J. Meskill, promulgated June 16,1971, concerning labor employment practices, Executive OrderNo. Seventeen of Governor Thomas J. Meskill, promulgatedFebruary 15, 1973, concerning the listing of employmentopenings and Executive Order No. Sixteen of Governor John G.Rowland promulgated August 4, 1999, concerning violence in theworkplace, all of which are incorporated into and are made apart of this agreement as if they had been fully set forth in it. Forcomplete text of said documents, please go t

Rapid Quote Addendum STATE OF CONNECTICUT Rapid Quote Addendum # HCC-SP-18 03/07 Patricia Kurowski HOUSATONIC COMMUNITY COLLEGE 1 Purchasing Services Officer 1 Quote Due Date: PROCUREMENT SERVICES - ROOM A104 May 18, 2009 (9:00 a.m.) 203-332-5191 900 Lafayette Boulevard Telephone Number Bridgeport CT 06604-4704 RAPID QUOTE ADDENDUM # 1 HCC 09-06 DESCRIPTION: