Solicitation 15DC6P5. Identity Management System. designation: Public

Size: px
Start display at page:

Download "Solicitation 15DC6P5. Identity Management System. designation: Public"

Transcription

1 5 Solicitation 15DC6P5 designation: Public 6/9/2015 7:16 AM p. 1 6

2 15DC6P5 5 Number Title 15DC6P5 Start Date Jun 9, :15:03 AM MDT End Date Jun 30, :00:00 PM MDT Question & Answer End Date Jun 24, :00:00 PM MDT Contact Diane Capson Senior Buyer Purchasing Contract Duration Contract Renewal Prices Good for One Time Purchase 4 annual renewals Not Applicable Comments The purpose of this RFP is to solicit competitive proposals from qualified companies to provide Jordan School District with an Identity Management solution to manage the lifecycle of user accounts and group membership in multiple computer systems and applications. This solution will be used for district employees ad students in described systems and applications. Please attach Schedule C Cost as a separate attachment. Item Response Form Item Quantity 15DC6P each Prices are not requested for this item. Delivery Location Description Download RFP document. Information Systems 7387 S Campus View Drive West Jordan UT Qty 1 6/9/2015 7:16 AM p. 2 6

3 REQUEST FOR PROPOSAL IDENTITY MANAGEMENT SYSTEM RFP # 15DC6P5 RELEASE DATE: June 9, 2015 DUE DATE: June 30, 2:00 P.M. (MDT) Purchasing Department 7905 South Redwood Rd West Jordan, Utah /9/2015 7:16 AM p. 3

4 I. GENERAL A. Intent of Request for Proposal (RFP) The purpose of this Request for Proposal is to solicit competitive proposals from qualified vendors to provide with an Identity Management solution. is looking for a solution to manage the lifecycle of user accounts and group membership in multiple computer systems and applications. This solution will be used for district employees and students in described systems and applications. It will be based on data originating from two authoritative databases. The system must be able to interface with the district s primary student information system, Skyward Student Management System, as an authoritative source for student data and the primary human resource system, Skyward Financial Management System, as an authoritative source for employee data. The district s initial focus is the management of accounts in Microsoft Active Directory and Google Apps for Education, although additional applications may be added in the future. Additionally, the system must be able to manage accounts created outside of Skyward. The district is also interested in the ability to facilitate self-service password resets for students and employees in the systems managed by the software. B. Background is the 4th largest district in Utah, serving nearly 52,000 students. Jordan School District employs approximately 6,000 full-time and part-time employees. The district operates 57 school and district locations throughout the communities of Bluffdale, Herriman, Riverton, South Jordan, West Jordan, Copperton, and southwest portions of unincorporated Salt Lake County. consists of 54 schools: 34 elementary schools, 10 middle schools, 6 high schools, 1 technical center and 3 special schools. C. Eligibility Requirements In order to be eligible to respond to this RFP, the proposer must meet all of the following qualifications: 1. Experience The proposer must have demonstrated experience working with other K-12 school districts and on projects of similar scope. 2. Non-Discrimination The company must comply, at all times in the bidding and contracting process, with all applicable Federal, State, County and City anti-discrimination laws, ordinances, rules and regulations. Any violations of this provision shall be considered a violation of a material provision of the contract and shall be grounds for cancellation, termination or suspension. D. Proposal Requirements 1. Conformance to Response Form Guidelines All proposal information must be submitted in the manner and format outlined in section III. The cost proposal shall be evaluated separately from the technical qualification s portion of 6/9/2015 7:16 AM p. 4

5 the proposal. Please submit the cost schedule in a separate envelope. Only one (1) copy of the cost proposal is required. 2. Proposals Submitted on a Timely Basis Submissions must be received by Tuesday, June 30, 2:00 p.m. (MDT). Statements received after the deadline will be late and ineligible for consideration. 3. Proposals Submitted Electronically The preferred method of submitting your proposal is electronically through BidSync, If submitting electronically, we would request that you also submit four (4) hard copies to the JSD Purchasing Department, 7905 S. Redwood Road, West Jordan, UT by the due date and time. However, if you choose not to submit through BidSync, you must include an electronic copy (i.e., flash drive or CD) with the four (4) identical hard copies in a sealed envelope. 4. Proposals Submitted in BidSync When submitting a proposal electronically through BidSync, please allow sufficient time to complete the online forms and upload documents. The solicitation will end at the closing time listed in the RFP. If you are in the middle of uploading your proposal at the closing time, the system will stop the process and your proposal will not be received by the system. Electronic proposals may require uploading of electronic attachments. The BidSync site will accept a wide variety of document types as attachments. However, the submission of documents containing embedded documents (zip files), mov, wmp, and mp3 files are prohibited. All documents should be attached as separate files. Registering with BidSync.com is available to all interested parties at no charge. Assistance in the registration process, how-to-use the site, technical training, trouble-shooting, assistance in downloading/uploading documents, etc. is provided by BidSync. The District cannot provide these services. 5. Unacceptable Submissions Faxed or ed proposals are not acceptable forms of submission and will not be considered as a valid response from an offeror. 6. Questions and Addenda All questions, interpretations, or clarifications regarding this solicitation shall be submitted through BidSync and are subject to the deadline for submitting questions before June 24, 2:00 p.m. (MDT). If any company detects any discrepancy, conflict, omission, or other error in these documents, they shall notify the District in writing, thru BidSync, and request clarification or modification of the RFP documents. Clarifications, interpretations, and answers will be posted on BidSync and are considered addenda to the original request for proposal. Any addenda submitted prior to the submittal deadline shall become part of this RFP and any information required shall be included in your proposal. Suppliers are cautioned not to 6/9/2015 7:16 AM p. 5

6 consider verbal modifications. No district employee, board of education member, or administrator should be contacted in regards to this solicitation. E. Written Agreement If a proposing vendor expects to have a formal contract signed, a copy of that contract should be included in vendor s proposal. The district reserves the right to propose revised terms and conditions as deemed necessary. F. Contract Period The term of the initial contract shall be for one (1) year with the option to renew for four (4) additional annual renewals for a maximum of five (5) years. G. Contract Form The contract to be executed between the District and the successful offeror will be in the form of a formal contract for the services required and approved only by Board. H. Effective Date. It is anticipated that the contract shall commence on or about August 25, I. Termination Rights 1. Both the Contractor and the District have the right to cancel without cause at any time upon ninety (90) days written notice of its intent to terminate the contract. 2. Termination for cause may include, but is not limited to, failure to perform services in accordance with contract terms, failure to adhere to established laws, failure to follow ethics governing the practice of law, or failure to successfully provide satisfaction through no fault of the District. If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner its obligations under this contract, or if the Contractor shall violate any of the covenants or agreements thereof, the District may, upon written notice to the Contractor, terminate the right of the Contractor to proceed under this contract with such part or parts hereof as to which there has been a default, and may hold the Contractor liable for any damages caused to the District by reason of such default and termination. J. Proposal Calendar It is anticipated that the following schedule will be followed: June 9, 2015 June 24, 2015 June 30, 2015 July 23, 2015 Request for Proposal released Questions Due 2:00 PM Proposals due - Sealed proposals with four (4) complete copies are to be submitted to the Purchasing Department no later than 2:00 PM MDT cost proposal in a separate envelope Finalists identified 6/9/2015 7:16 AM p. 6

7 Week of August 10, 2015 August 25, 2015 May request on-site or web scripted demonstration from the finalists Contract Award Circumstances may require that this schedule be altered to best suit the needs of the District. K. Clarification of Proposal The district may request formal written clarification of any item at any time. L. Required Signatures Proposals must be signed by an official of the company authorized to bind the company to the proposed terms for a period of sixty (60) days from the date of receipt by the District s Chief Procurement Officer. M. Evaluation Criteria To enable the District to conduct a uniform review process of all responses to this solicitation, components of the proposal shall be submitted as set forth below. The District reserves the right to reject submittals that do not follow the requested format. 1. The District will evaluate each proposal submitted based on responsiveness to the District s overall needs. The award of contract, if made, will be to the proposer who is responsive and responsible to all administrative and technical requirements of the RFP; who has demonstrated competence and qualifications in regards to providing the services required; the cost and prices for the services offered; and who receives the highest rating based upon all of the criteria set forth in the RFP. 2. A committee will evaluate proposals against the following weighted criteria. Each area of the evaluation criteria must be addressed in detail in the proposal. The following criteria and weighting will be used to evaluate the proposals: 15 Points Company Profile, Experience, Expertise, and References Tabs 2 and 3 It is important to that the successful proposer has demonstrated experience in a similar public K-12 education environment with projects similar in scope. 60 Points System Functionality, Specifications, and Services Tab 4 and Schedule B It is important to that the successful proposer has a proven solution with all of the necessary functionality. Ease of use, implementation, training and technical requirements will also be evaluated. 25 Points Skyward Integration 15 Points System Functionality 5 Points Ease of Use 5 Points Implementation 5 Points Training 5 Points Technical Requirements 6/9/2015 7:16 AM p. 7

8 25 Points Cost Schedule C Software Licensing Project Planning and Implementation Training Annual Maintenance Other Costs The proposal must include all costs associated with the complete implementation of this project. Pricing must be submitted separately from the technical portion of the proposal. The points assigned to each offeror's cost proposal will be based on the lowest proposal price. The offeror with the lowest proposed price will receive 100% of the price points. All other offerors will receive a portion of the total cost points based on what percentage higher their proposed price is than the lowest proposed price. The formula to compute the points is: Cost Points x (Lowest Proposed Price/Offeror s Proposed Price). All proposals in response to this RFP will be evaluated in a manner consistent with the Utah Procurement Code, policy, and all applicable rules and policies. In the initial phase of the proposal evaluation process, the evaluation committee will review all proposals received by the due date and time indicated. First, non-responsive proposals (those not conforming to RFP requirements) will be eliminated. Second, the remaining proposals that, in the judgment of the evaluation committee, fail to offer sufficient and substantive provisions to warrant further consideration will be eliminated. Each proposer bears sole responsibility for the items included or not included in the response submitted by the company. The District reserves the right to disqualify any proposal that includes significant deviations or exceptions to the terms, conditions and/or specifications contained in this RFP. At the conclusion of this initial evaluation phase, finalist s proposals will be selected for detailed review and evaluation, including oral presentations and/or demonstration if required. The District reserves the right to be the sole judge as to the overall acceptability of any proposal or to judge the individual merits of specific provisions within competing offers. N. Scripted Demonstration Should the evaluation committee deem a scripted demonstration is necessary, the District may choose to limit participation to the top highest scoring offerors. All other offers will receive no further consideration. Presentations are limited to only the materials provided in the RFP response. The committee may also choose to discuss each offerors rates at this time. O. Best and Final Offers Prior to making an award decision, the District may find it necessary to clarify or modify certain aspects of the RFP. In such instances, the District may issue one or more Best and Final Offers (BAFO). During a BAFO process, those invited to participate may modify their cost proposals to include different rates, fees and charges. Those participating need not respond to the BAFO in order to be considered for an award. In such cases, their immediate past proposal shall then be considered their final offer. BAFOs shall then be evaluated based on the same criteria as the original RFP or by new criteria established for the Best and Final Offer. As necessary, more than 6/9/2015 7:16 AM p. 8

9 one BAFO may be issued. Following the evaluation process, the offers will be ranked from highest to lowest score. If the price rates differ between the highest and next lowest scoring offer and is less than 5% or $10,000, whichever is greater; then the highest scoring offeror shall be considered for award. In the event the differences are greater than 5% or $10,000 and justification for the price differential cannot be justified in writing, then the next highest scoring offeror will be considered and so forth and so on until an acceptable offeror is chosen. P. Confidentiality The Government Records Access and Management Act (GRAMA), Utah Code Title 63G-2-309, provides that trade secrets, commercial information or non-individual financial information may be protected by JSD after submitting a Claim of Business Confidentiality. To protect information under a Claim of Business Confidentiality under 63G-2-305, the offeror must provide: 1. A written claim of business confidentiality; and 2. A concise statement of reasons supporting the claim of business confidentiality. A Claim of Business Confidentiality may be appropriate for information such as client lists and non-public financial statements. Pricing and service elements may not be protected. An entire proposal may not be protected under a Claim of Business Confidentiality. To ensure the information is protected, the District asks the offeror to clearly identify in the Executive Summary and in the body of the proposal any specific information for which an offeror claims business confidentiality protection as PROTECTED. All materials submitted become the property of. Materials may be evaluated by anyone designated by the District as part of the proposal evaluation committee. Materials submitted may be returned only at the District s option. Q. Right of Rejection The Board of Education reserves the right to reject any and all proposals or to waive any non-statutory informality. The Board further reserves the right to make the contract award deemed by the Procurement Officer of the school district to be in the best interest of the District. The decision to accept or reject the contract shall be final. JSD reserves the right to award the contract to a technically qualified lower cost proposer(s) in the event the high scoring offer is determined to not be the best value offered to the District, based on a cost benefit analysis. R. Company Proposal Proposals must be signed by an official of the company authorized to bind the company and conditions must be company for a period of sixty (60) days from the date of receipt. 6/9/2015 7:16 AM p. 9

10 II. PROPOSED SOLUTION AND SERVICES A. Skyward Integration The district student information system (SIS) is the Skyward Student Management System. This system serves as the primary or authoritative source for all student data. The district finance information system (FIS) is the Skyward Financial Management System. This serves as the primary/authoritative source for all employee data in the Human Resource module of Skyward. The SIS and FIS operate as two separate databases. Provide a comprehensive/detailed explanation of how the proposed solution will interface with Skyward for both student and employee data. Include descriptions as to the frequency and method of monitoring changes in the SIS and FIS Skyward systems; i.e., real-time connection, scheduled checks, batch process, etc. Clearly identify roles and specific work that is to be completed by: 1) The proposing vendor, 2) Skyward Inc., or 3) to fully implement the described interface. Additionally, there will be a need to manage some accounts created outside of the Skyward system. The data from the Skyward interface will be initially used to manage user accounts in Microsoft Active Directory and Google Apps for Education; with additional applications added in the future. B. System Functionality The following identifies the basic functionality required of an identity management solution for. Specifications include, but are not limited to: 1. Ability to clean up accounts after merging of duplicate users in authoritative source 2. Ability to have more than one authoritative source including the ability to manually create and manage accounts 3. Active Directory integration: a. Provision and manage accounts b. Disable and enable accounts based on one or more data elements c. Manage group membership based on Skyward attributes (i.e. student schedule) d. Create and change home folders e. Move users in domain f. Edit attributes 4. Google Apps for Education integration: a. Provision and manage accounts b. Disable and enable accounts based on one or more data elements c. Manage group membership based on AD group membership d. Manage group membership based on Skyward attributes (i.e. student schedule) e. Manage aliases f. Manage renames 6/9/2015 7:16 AM p. 10

11 5. Other Applications integration: a. Provision and manage accounts 6. Secure Self Service Password Reset: a. At login screen on AD bound Windows OS b. At login screen on AD bound Apple OS c. HTML 5 compatible web portal for use with portable and non-ad devices d. Ability to handle password resets via alternate account e. Ability to allow, disallow and require usage of self-service password reset for select groups of users 7. Create and maintain multiple user templates: a. Define different source data fields to populate attributes based on user type (i.e., students, staff, etc.) 8. Password sync between AD and Google for select user groups 9. Ability to audit changes 10. notifications: a. Ability to configure notifications of selected events such as errors b. Option for single for multiple events on a scheduled basis 11. Ability to communicate with various systems being managed in a secure manner 12. Ability to extend schema 13. Ability to create custom roles 14. Ability to manage schedule of sync 15. Ability to connect with other systems via ODBC, CSV, text file, etc. C. Implementation and Training Describe in detail all project planning, implementation and training requirements. Training agendas, targeted audience, and the duration of each training offering should be included in the response. Training must be interactive. D. Technical Requirements Describe the technical requirements for the hardware, software, and network specifications for items/capabilities that must be provided by the district, e.g., server hardware, operating system software, virtualization software, third party products, network connectivity, etc. Technical specifications must be appropriately scaled to meet the capacity to support 57 school and district locations and 52,000+ students. 6/9/2015 7:16 AM p. 11

12 III. PROPOSAL RESPONSE REQUIREMENTS A. Proposal Format & Content Proposals should be organized and tabbed in the following format and contain appropriate responses to the information requested above. Overall responsiveness criteria will be addressed on whether the content in your proposal meets the following formatted criteria. Tab #1 - Certification of Proposal Form provided as Schedule A. Please read, fill out, sign and attach to the proposal. Tab #2 Company Profile Company Name Project Coordinator Name/Title Address, Phone, Fax, , Website Partner Companies Related to this Proposal Company description, background and history Support Staff and Level of Certification(s) Support Model of Operation and Hours Proposed Partners/Supplier/Manufacturers Tab #3 Experience, Expertise and References Describe the qualifications, experience and expertise of the proposing organization that would help qualify this solution as the winning proposal. Include details about key personnel assigned to work with the district. Provide three (3) references from other school districts that your company has worked with. References must be similar in size and project scope as. Provide complete client information, including a contact name, phone number and . Include a description of the product(s) the client is using and how long they have been using it. Tab #4 Proposed System Functionality, Specifications, and Services Provide complete narrative for the following also read and fill out the form provided as Schedule B and attach to proposal. Proposal Summary - Provide a complete summary of the proposal including software, hardware, training and implementation along with the resources necessary to meet the requirements of this RFP. This overview should clearly demonstrate the proposer's understanding of the district s expectations and how they will be achieved. Skyward Interface - Provide a detailed explanation of how the proposed solution will interface with Skyward for both student and employee data. Include descriptions as to the frequency and method of monitoring changes in the SIS and FIS Skyward systems; i.e., real-time connection, scheduled checks, batch process, etc. Clearly identify roles and specific work that is to be completed by the proposing vendor, Skyward Inc., or to fully test and implement the described interface. The proposed interface must preserve the integrity of 6/9/2015 7:16 AM p. 12

13 accounts created outside of Skyward, e.g. service accounts. The data from the Skyward interface will be initially used to manage user accounts in Microsoft Active Directory and Google Apps for Education; with additional applications added in the future. System Functionality See Schedule B. Please fill form out and attach to proposal. Ease of Use - Describe in detail the general workflow of the solution beginning with the Skyward Student and Finance System interfaces, the creation of accounts in Active Directory and Google Apps for Education. Describe the import, update, and maintenance of school information, student and employee demographics between the Skyward SIS and FIS and the proposed solution. Include a description of how accounts are managed (changes, adds, deletes, merges, etc.) and identify tasks that will require manual intervention by system administrators. Finalists will need to demonstrate ease of use during their scheduled demonstration. Implementation and Training - Describe in detail all project planning, implementation and training requirements. Roles of the district and provider should be clearly identified. Training agendas, targeted audience, and the duration of each training offering should be included in the response. Technical Requirements - Describe the technical hardware, software, and network specifications for items/capabilities to be provided by the district and not included as part of the vendor s proposal, e.g., server hardware, operating system software, virtualization software, third party products, network connectivity, etc. Technical specifications and quantities must be appropriately scaled to meet the capacity to support 57 school and district locations, 52,000+ students, and approximately 6,000 employees. Tab #5 Additional Information (Optional) This is an opportunity to address areas not specifically mentioned in the RFP; such as the added value your company brings to a partnership with JSD, what sets your company apart from your competitors, and why your company is the right partner for JSD. Cost Proposal (Separate Envelope) Cost will be evaluated independently from the technical proposal. Please enumerate all costs associated with the services offered in relation to the Scope of Work in the provided Schedule C. Any costs not listed in your proposal will not be paid to the awarded company at the time of invoicing and payment after services are completed. The proposer must use the following schedules, or copies thereof, in submitting a proposal. The schedules must be completed in their entirety. Other materials that support these forms may be included in the proposal document. Completed schedules shall be rated against the evaluation criteria outline in the Request for Proposal. Please tab each section of the offer to match those included in the RFP. 6/9/2015 7:16 AM p. 13

14 Schedule A CERTIFICATION OF PROPOSAL I (we) have read the Request for Proposal #15DC6P5 and fully understand its intent. I (we) certify that I (we) have adequate personnel and resources to fulfill the proposal requirements. I (we) further understand that our ability to meet the criteria and provide the required services shall be judged solely by. I (we) further certify that, since the receipt of this Request for Proposal, no contact, discussion, or negotiation has been made nor will be made regarding this proposal with any employee or Board Member other than the appropriate contact people identified in the Request for Proposal. I (we) certify that all forms and addenda contained herein shall be considered part of the entire RFP response and that the complete documents submitted shall be considered a legally binding document. Furthermore, I (we) are prepared to comply with all requirements contained therein. I (we) agree to hold the RFP amount(s) company for sixty (60) days to give JSD adequate time to evaluate this proposal. I (we) agree that any knowledge, experience, process or product developed as a result of this scope of work may be replicated by for future use and/or projects. Submitted By: Legal Name of Submitting Company Authorized Agent Signature Name and Title Date Signed 6/9/2015 7:16 AM p. 14

15 Schedule B Proposed System Functionality, Specifications, and Services System Functionality Please respond YES or NO to each specification as to whether the capability is available in the current system or not. The following definitions will be used in the evaluation of this section: YES NO This capability is available in the current system as delivered and requires no additional software development. This capability is not available in the current system as delivered. Boxes are gray if a response is not necessary. Use COMMENTS to clarify responses. SECTION SPECIFICATION YES NO COMMENTS System Functionality 1. Ability to clean up accounts after merging of duplicate users in authoritative source 2. Ability to have more than one authoritative source including the ability to manually create and manage accounts 3. Active Directory integration: 3a. Provision and manage accounts 3b. Disable and enable accounts based on one or more data elements 3c. Manage group membership based on Skyward attributes (i.e.student schedule) 3d. Create and change home folders 6/9/2015 7:16 AM p. 15

16 3e. Move users in domain 3f. Edit attributes 4. Google Apps for Education integration: 4a. Provision and manage accounts 4b. Disable and enable accounts based on one or more data elements 4c. Manage group membership based on AD group membership 4d. Manage group membership based on Skyward attributes (i.e. student schedule) 4e. Manage aliases 4f. Manage renames 5. Other Applications integration: 5a. Provision and manage accounts 6. Secure Self Service Password Reset: 6a. At login screen on AD bound Windows OS 6b. At login screen on AD bound Apple OS 6c. HTML 5 compatible web portal for use with portable and non-ad devices 6d. Ability to handle password resets via alternate account 6e. Ability to allow, disallow, and require usage of self-service password reset for select groups of users 6/9/2015 7:16 AM p. 16

17 7. Create and maintain multiple user templates: 7a. Define different source data fields to populate attributes based on user type (i.e., students, staff, etc.) 8. Password sync between AD and Google for select user groups 9. Ability to audit changes 10. notifications: 10a. Ability to configure notifications of selected events such as errors 10b. Option for single for multiple events on a scheduled basis 11. Ability to communicate with various systems being managed in a secure manner 12. Ability to extend schema 13. Ability to create custom roles 14. Ability to manage schedule of sync 15. Ability to connect with other systems via ODBC, CSV, text file, etc. 6/9/2015 7:16 AM p. 17

18 Schedule C Cost Provide all costs associated with the complete implementation of this project. Include a description and quantity of system hardware, software, or network components that will be provided by the district. Items provided by the district must be specified in Response Section Tab #4 Technical Requirements Software Qty Unit Price Extended Total Project Planning and Implementation Qty Unit Price Extended Total Training Qty Unit Price Extended Total 6/9/2015 7:16 AM p. 18

19 Annual Recurring Costs Description First Year Second Year Third Year $ $ $ $ $ Describe any other costs required to meet all requirements of the RFP. Any cost not listed will not be considered after the award. Other Costs Qty Unit Price Extended Total Items included in the following table must correspond to the technical requirements identified in Section B.6. of the response. The district will provide estimated costs for these items and include them in the overall evaluation. Cost of district-supplied items to meet technical requirements: Qty Unit Price Extended Total System Hardware, System Software, Virtualization, Third Party Products, etc. 6/9/2015 7:16 AM p. 19

20 EVALUATION SCORESHEET IDENTITY MANAGEMENT SYSTEM SOLICITATION # 15DC6P5 Firm Name: Score will be assigned as follows: 0 = Failure, no response 1 = Poor, inadequate, fails to meet requirement 2 = Fair, only partially responsive Evaluator: 3 = Average, meets minimum requirement 4 = Above Average, exceeds minimum requirement 5 = Superior 1 Selection Criteria Score (0-5) Weight Points Company Profile, Experience, Expertise, & References (15 Points) Company Profile 5 points x1 Experience & Expertise 5 points x1 2 References 5 points x1 System Functionality, Specifications, and Services (60 Points) Skyward Integration 25 points x5 System Functionality 15 points x3 Ease of Use 5 points x1 Implementation 5 points x1 Training 5 points x1 Technical Requirements 5 points x1 4 Cost (25 points possible) 25 points *Entered by Purchasing TOTAL EVALUATION POINTS 100 POINTS POSSIBLE TOTAL 6/9/2015 7:16 AM p. 20

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments COUNTY OF SARPY, NEBRASKA SPECIFICATIONS VOIP Phones For the Various County Departments PROPOSALS DUE: Thursday, 2:00 p.m., June 13, 2013 1 P age P:\VOIP Phones\RFP_VOIP.docx General Information Notice

More information

REQUEST FOR PROPOSAL YEARBOOK PUBLISHING & PRINTING RFP # 13PA006P

REQUEST FOR PROPOSAL YEARBOOK PUBLISHING & PRINTING RFP # 13PA006P REQUEST FOR PROPOSAL YEARBOOK PUBLISHING & PRINTING RFP # 13PA006P Canyons School District Purchasing Department 9361 South 300 East Sandy, Utah 84070-2538 Table of Contents I. GENERAL... 2 A. Intent of

More information

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS Jail Boiler Replacement Project For the Facilities Management Department PROPOSALS DUE: 2:00 p.m., Thursday, November 20, 2014 1 P age P:\Jail Boiler Replacement

More information

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642 COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP Issue Date: August 22, 2008 RFP #: 1642 Title: Applicant Tracking Software Classification Code: 20851 Issuing Agency: Using Agency And/Or Location Where

More information

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING

More information

The University of Procurement Services Department, N.S.F.A.A.F.A.F.F.F.F.F.F.A.F.F.A.

The University of Procurement Services Department, N.S.F.A.A.F.A.F.F.F.F.F.F.A.F.F.A. MONTCLAIR STATE UNIVERSITY STANDARD CONTRACT TERMS AND CONDITIONS I. The contractor certifies that it understands and agrees that the following terms and conditions (collectively the "University s Standard

More information

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS Issued: TABLE OF CONTENTS 1. Introduction...3 1.1 Purpose...3 1.2 Background...3 1.3 Scope of Work...3 1.4 Current Infrastructure...3

More information

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,

More information

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS Contracting for Independent Contractor services with the University of Utah may require completion of the following: Employee/Independent

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Purchasing Director REQUEST FOR E-QUOTE NUMBER: 15RD99627B PROJECT TITLE: Barracuda Web App Firewall 460Vx Support and Licenses Information

More information

EXHIBIT 1 Standard Contract Addendum

EXHIBIT 1 Standard Contract Addendum EXHIBIT 1 Standard Contract Addendum This Standard Contract Addendum ( Addendum ) is between Texas Southern University ( University ) and the other party ( Contracting Party ) indicated in the signature

More information

PURCHASE ORDER TERMS AND CONDITIONS

PURCHASE ORDER TERMS AND CONDITIONS PURCHASE ORDER TERMS AND CONDITIONS 1. DEFINITIONS: In these Terms and Conditions and all documents related to the Purchase Order: Purchaser means the entity issuing the Purchase Order as identified on

More information

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No. MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.] THIS CONTRACT (the Contract ) is made as of the day

More information

Professional Services Agreement

Professional Services Agreement BY ORDERING OR ACCEPTING PROFESSIONAL SERVICES FROM TASER INTERNATIONAL, INC. (TASER) YOU AGREE THAT YOU HAVE READ AND UNDERSTAND THIS AGREEMENT AND YOU ACCEPT AND AGREE TO BE BOUND BY THE FOLLOWING TERMS

More information

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM 200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM

More information

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE ) PROPOSAL DOCUMENT CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVEBEVERLY HILLS, CALIFORNIA 90210(310) 285-2440 LEGAL NOTICE - PROPOSALS WANTED Sealed proposals are requested on the list

More information

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078 Request for Proposal Uintah High School Yearbook Publishing & Printing Services Uintah School District 635 West 200 South Vernal Utah, 84078 Deadline for Submittal June 18, 2014 2:00 p.m. Uintah School

More information

REQUEST FOR PROPOSAL STORAGE AREA NETWORK SOLUTIONS FOR THE PARK CITY SCHOOL DISTRICT RFP # 032612

REQUEST FOR PROPOSAL STORAGE AREA NETWORK SOLUTIONS FOR THE PARK CITY SCHOOL DISTRICT RFP # 032612 REQUEST FOR PROPOSAL STORAGE AREA NETWORK SOLUTIONS FOR THE PARK CITY SCHOOL DISTRICT RFP # 032612 The Park City School District is soliciting RFP s from qualified professional firms with the intention

More information

Request For Proposal For Remote Support & Remote Access Products RFP # Q0010043

Request For Proposal For Remote Support & Remote Access Products RFP # Q0010043 Request For Proposal For Remote Support & Remote Access Products RFP # Q0010043 Issued: May 17, 2010 Due Date: June 2, 2010 Utah Valley University Procurement Services 800 W University Pkwy Orem, UT 84058

More information

ii. sold, licensed, transferred or assigned to no other party for a period of thirty (30) days;

ii. sold, licensed, transferred or assigned to no other party for a period of thirty (30) days; Tymax Media Vendor Operating Agreement Tymax Media Vendor Operating Agreement (the "Agreement") is made and entered into by and between Tymax Media ("Tymax Media," us or "we"), and you, ("you" or "Vendor")

More information

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Website Design & Development For the. Tourism Department

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Website Design & Development For the. Tourism Department SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS Website Design & Development For the Tourism Department PROPOSALS DUE: 12:00 p.m., Tuesday, April 22, 2014 1 P age P:\Tourism Website RFQ\RFQ_Website.docx General

More information

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: MARTIN COUNTY BOARD OF COUNTY COMMISSIONERS, a political subdivision

More information

NPSA GENERAL PROVISIONS

NPSA GENERAL PROVISIONS NPSA GENERAL PROVISIONS 1. Independent Contractor. A. It is understood and agreed that CONTRACTOR (including CONTRACTOR s employees) is an independent contractor and that no relationship of employer-employee

More information

BROKER AND CARRIER AGREEMENT

BROKER AND CARRIER AGREEMENT P.O. Box 889 394 NE Hemlock Redmond, OR 97756 BROKER AND CARRIER AGREEMENT All loads tendered by Central Oregon Truck Company ("Broker") and accepted for transportation by third party carriers ("Carrier")

More information

RFQ No. 4856B-0-2016/MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM

RFQ No. 4856B-0-2016/MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM REQUEST FOR QUOTATION City of Norfolk (Please include your company name and address below) Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM Mail or fax reply to: Office of the Purchasing Agent Attn:

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION Nutrition Services Solicitation Number: QT1604 Description: Kitchen Appliances for Nutrition Services Date: September 30, 2015 SUBMIT OFFER BY: October 14, 2015 by 2:00 PM PROCUREMENT

More information

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES THIS AGREEMENT is made as of December 1, 2003, by and between the San Francisquito Creek Joint Powers Authority, a body corporate and politic

More information

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 Pursuant to Florida Statutes, Chapter 287, The City of Bonita Springs hereinafter referred to as the City, will accept sealed Responses for Qualifications and

More information

SELLING TERMS AND CONDITIONS

SELLING TERMS AND CONDITIONS SELLING TERMS AND CONDITIONS 1. The Agreement. All sales by Sterling Machinery, Inc., an Arkansas corporation (the Seller ) to the purchaser of Seller s Goods (the Buyer ) shall be governed by the following

More information

INDEPENDENT CONTRACTOR SERVICES AGREEMENT

INDEPENDENT CONTRACTOR SERVICES AGREEMENT INDEPENDENT CONTRACTOR SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 2010, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal corporation, whose

More information

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois INTERACTIVE WHITEBOARDS (SMARTBOARDS) AND DIGITAL PROJECTORS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School

More information

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS CITY OF CHILLICOTHE REQUEST FOR PROPOSALS The City of Chillicothe is accepting sealed proposals for a Financial and Payroll software system for the Chillicothe Auditor s office. Proposal Must Be Sealed,

More information

CITY OF ARLINGTON STANDARD TERMS AND CONDITIONS CITY OF ARLINGTON STANDARD TERMS AND CONDITIONS

CITY OF ARLINGTON STANDARD TERMS AND CONDITIONS CITY OF ARLINGTON STANDARD TERMS AND CONDITIONS CITY OF ARLINGTON STANDARD TERMS AND CONDITIONS CITY OF ARLINGTON STANDARD TERMS AND CONDITIONS B1. APPLICABLE LAW/VENUE - This Contract is entered into subject to the Charter and ordinances of the City

More information

CITY OF SHERWOOD Independent Contractor Agreement (for Personal Services or for Public Works under $25,000)

CITY OF SHERWOOD Independent Contractor Agreement (for Personal Services or for Public Works under $25,000) CITY OF SHERWOOD Independent Contractor Agreement (for Personal Services or for Public Works under $25,000) Dated: Parties: City of Sherwood ( CITY ) 20 NW Washington Street Sherwood, Oregon 97140 And

More information

Flexible Circuits Inc. Purchase Order Standard Terms and Conditions

Flexible Circuits Inc. Purchase Order Standard Terms and Conditions Flexible Circuits Inc. Purchase Order Standard Terms and Conditions 1. Acceptance- This writing, together with any attachments incorporated herein, constitutes the final, complete, and exclusive contract

More information

Solicitation Q38834. External Vulnerability Scan & Web Application Vulnerability Scanning Services. Weber State University

Solicitation Q38834. External Vulnerability Scan & Web Application Vulnerability Scanning Services. Weber State University Solicitation Q38834 External Vulnerability Scan & Web Application Vulnerability Scanning Services Weber State University Mar 22, 2011 8:35:12 AM MDT p. 1 External Vulnerability Scan & Web Application Vulnerability

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16RD101910B PROJECT TITLE: Motorola Radio Batteries Sheriff Department DUE DATE: 3/14/2016 WILL

More information

Purchase Order Terms and Conditions Beloit College

Purchase Order Terms and Conditions Beloit College Purchase Order Terms and Conditions Beloit College Accounting Office 608-363-2205 (Tim Miles Controller) 608-363-2206 (Deb Sperry Accounts Payable) 608-363-2897 (fax) The purpose of these terms and conditions

More information

QNX Software Systems or QSS means QNX Software Systems International Corporation.

QNX Software Systems or QSS means QNX Software Systems International Corporation. INVOICE TERMS AND CONDITIONS OF SALE (QNX Software Systems designated below as "Seller") DEFINITIONS In these Terms: QNX Software Systems or QSS means QNX Software Systems International Corporation. "Software"

More information

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control City of Boulder, Colorado Request for Proposals RFQ #74-2012 The City of Boulder is soliciting Statements of Qualification and hourly billing rates from contractors with experience in General Scope of

More information

PURCHASE ORDER TERMS AND CONDITIONS

PURCHASE ORDER TERMS AND CONDITIONS PURCHASE ORDER TERMS AND CONDITIONS This purchase order is subject to the following terms and conditions. The terms and conditions herein set forth constitute an offer by Purchaser and may be accepted

More information

City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software

City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software RFP GENERAL INFORMATION RFP Notification: Notice is hereby given that proposals will be received by the City of Bellevue,

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS ROWAN COUNTY 130 West Innes Street Salisbury, NC 28144 Tel: (704) 216-8174 Email: david.sifford@rowancountync.gov REQUEST FOR PROPOSALS FOR REPLACEMENT OF COMMERCIAL ROOFTOP AIR CONDITIONING UNIT Issued

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16RD101413B PROJECT TITLE: Communication Access Real Time Translation and Open Captioning Transcription

More information

CITY OF LEAWOOD. Independent Contractor Agreement

CITY OF LEAWOOD. Independent Contractor Agreement #3 Small Indep Contractor Agreement with Ins Optional, for use with small agreements less than $15k [e.g., entertainment, 4 th of July projects, sports] CITY OF LEAWOOD Independent Contractor Agreement

More information

BUYING AGENCY AGREEMENT

BUYING AGENCY AGREEMENT THIS AGREEMENT ( Agreement ) is made this day of, 20xx, by and between, with its principal place of business at referred to hereinafter as Buyer, and, with its principal office at, hereinafter referred

More information

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS MAIL BIDS TO: STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 RFP 14-08 REQUESTING DEPT: PURCHASING TITLE OF RFP: E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC

More information

Solicitation 2013-9. Emergency Disaster Cleanup Services. Bid designation: Public. Lehi City

Solicitation 2013-9. Emergency Disaster Cleanup Services. Bid designation: Public. Lehi City Solicitation 2013-9 Emergency Disaster Cleanup Services Bid designation: Public Lehi City 11/4/2013 4:51 PM p. 1 Bid Number 2013-9 Bid Title Emergency Disaster Cleanup Services Emergency Disaster Cleanup

More information

COMPLIANCE WITH LAWS, CODES, AND STANDARDS

COMPLIANCE WITH LAWS, CODES, AND STANDARDS All products furnished by Jinan Meide Casting Co. Ltd, shall be in accordance with the following terms and conditions unless otherwise agreed to in writing: ACCEPTANCE AND COMPLETE AGREEMENT Buyer s order

More information

PRECISION MICRODYNAMICS QUOTE / CONTRACT TERMS & CONDITIONS

PRECISION MICRODYNAMICS QUOTE / CONTRACT TERMS & CONDITIONS 1. General. All quotations furnished by Precision MicroDynamics Inc., ( PMDi ) or its authorized agents are solely for information of the party to whom the Quotation is addressed ( Buyer ). Any order resulting

More information

REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO

REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO PROPOSAL NUMBER: 13-02 DESCRIPTION: Administration of 401(a) and 457 Plans RECORDING DATE: 2/25/2013 The Board

More information

SAMPLE SERVICES CONTRACT

SAMPLE SERVICES CONTRACT SAMPLE SERVICES CONTRACT The parties to this contract are the SAN DIEGO COUNTY WATER AUTHORITY, a county water authority, (the Water Authority) and, [a / an], having its principal place of business at

More information

IEC Electronics Terms and Conditions

IEC Electronics Terms and Conditions IEC Electronics Terms and Conditions 1. General: This Purchase Order is placed subject to these terms and conditions including those within the Purchase Order. The terms of any proposal referred to in

More information

UTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER

UTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER UTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER SECTION 1 ADMINISTRATIVE OVERVIEW 1.1 PURPOSE Utah County is soliciting proposals from insurance brokers/consultants qualified to

More information

STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010

STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010 STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010 Fiscal Year 2011 1 TABLE OF CONTENTS Part 1 - Informational...3 Part 2 - Operating Environment...8 Part

More information

Page 1 of 12 Document Effective Date Solicitation Terms & Conditions 08/08/2008 Purchase Order Terms and Conditions 01/01/2009 Special Provisions 01/01/2009 STATE OF COLORADO SOLICITATION INSTRUCTIONS/

More information

How To Write A Contract Between College And Independent Contractor

How To Write A Contract Between College And Independent Contractor Independent Contractor Agreement (Long Form) This Agreement is made between Babson College ("College"), a Massachusetts non-profit corporation with a principal place of business at 231 Forest Street, Babson

More information

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT Contract #: Total Obligation: AGREEMENT BETWEEN: The Georgia Department of Transportation s location identified in Paragraph 101A

More information

Relocation Services Request for Proposal

Relocation Services Request for Proposal SCOPE OF WORK The University of South Carolina (University) is seeking proposals from qualified entities to provide comprehensive relocation services to interested faculty and staff being employed on any

More information

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 REQUEST FOR QUOTATION Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 4:00 PM (EDST) on September 2,

More information

SOLICITATION QUOTATION PROFESSIONAL SERVICES

SOLICITATION QUOTATION PROFESSIONAL SERVICES SEALED BID PROPOSAL FORM L. BROOKS PATTERSON - OAKLAND COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION SOLICITATION QUOTATION PROFESSIONAL SERVICES Contact Information: Oakland County Purchasing Division

More information

#5 Independent Contractor Form - With Insurance With Bonds

#5 Independent Contractor Form - With Insurance With Bonds #5 Independent Contractor Form - With Insurance With Bonds Proposed use: Contracts for smaller projects not involving street construction but important enough to require performance and require an avenue

More information

Robla School District

Robla School District Robla School District e-rate Y14 2011-2012 RFP 2011-02 CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS November 3, 2010 Robla School District 5248 Rose St. Sacramento, CA 95838 SUMMARY The Robla School

More information

STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between. and HARRISBURG AREA COMMUNITY COLLEGE

STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between. and HARRISBURG AREA COMMUNITY COLLEGE STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between and HARRISBURG AREA COMMUNITY COLLEGE This Agreement is made between Harrisburg Area Community College (HACC), whose primary address is One HACC

More information

General Terms and Conditions of Sale and Delivery BruggemannChemical U.S., Inc. Date: January 1, 2012. I. General

General Terms and Conditions of Sale and Delivery BruggemannChemical U.S., Inc. Date: January 1, 2012. I. General General Terms and Conditions of Sale and Delivery BruggemannChemical U.S., Inc. Date: January 1, 2012 I. General 1.1 The following general terms and conditions of sale and delivery (hereinafter General

More information

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009 DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2008 Achievement of Excellence in Procurement Award National Purchasing Institute Jerome Noble, Director REQUEST FOR QUOTE NUMBER: 09RD65575YB

More information

Four Seasons Property Management Inc 2334 The Plaza Charlotte, NC 28205

Four Seasons Property Management Inc 2334 The Plaza Charlotte, NC 28205 Four Seasons Property Management Inc 2334 The Plaza Charlotte, NC 28205 EXCLUSIVE PROPERTY MANAGEMENT AGREEMENT Long-term Rental Property This Exclusive Property Management Agreement is entered into by

More information

Chase Lincoln Realty & Property Management Company 7045 Summer Place Charlotte, NC 28213 Phone: 704-921-1912, Fax: 704-921-1914

Chase Lincoln Realty & Property Management Company 7045 Summer Place Charlotte, NC 28213 Phone: 704-921-1912, Fax: 704-921-1914 Chase Lincoln Realty & Property Management Company 7045 Summer Place Charlotte, NC 28213 Phone: 7049211912, Fax: 7049211914 EXCLUSIVE PROPERTY MANAGEMENT AGREEMENT Longterm Rental Property This Exclusive

More information

ARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and

ARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and ARCHITECTURAL SERVICES CONTRACT STATE OF TEXAS COUNTY OF NUECES THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and hereinafter called Architect

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Interim Director REQUEST FOR E-QUOTE NUMBER: 16FB101644C PROJECT TITLE: Electronic Signature Pads DEPARTMENT: Finance DUE DATE: March

More information

Request for Proposal. City of Monrovia Case Management, Facilities Management and Work Order Application Replacement

Request for Proposal. City of Monrovia Case Management, Facilities Management and Work Order Application Replacement Request for Proposal City of Monrovia Case Management, Facilities Management and Work Order Application Replacement City of Monrovia Information Systems Division January 2, 2014 Responses Due January 27,

More information

SMARSH WEBSITE & HOSTING REPRESENTATIVE TERMS & CONDITIONS

SMARSH WEBSITE & HOSTING REPRESENTATIVE TERMS & CONDITIONS SMARSH WEBSITE & HOSTING REPRESENTATIVE TERMS & CONDITIONS This Webhosting & Services Terms and Conditions ( Terms ) are effective as of the date of execution of the Order Form, as defined in Section 1,

More information

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 REQUEST FOR QUOTATION Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 3:00 PM (EDST) on May 1, 2014,

More information

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 Notice is hereby given that the City of Lemoore is soliciting proposals

More information

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2012 - Edition 1

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2012 - Edition 1 CAO Contract Log # COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2012 - Edition 1 THIS CONTRACT is made and entered into this 16 th day of April, 2013, by and between the COUNTY OF MARIN, hereinafter

More information

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 TABLE OF CONTENTS I. INSTRUCTIONS... 3 A. BID INFORMATION... 3 B. BID PROPOSAL FORMAT... 4 C.

More information

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 CITY OF FLORENCE Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 REQUEST FOR QUALIFICATIONS NO. 2014-08 ARCHITECTURAL SERVICES FOR COMMUNITY GYMNASIUM DESIGN PROPOSAL

More information

END USER LICENSE AGREEMENT DATABASE MANAGEMENT TOOL LICENSE

END USER LICENSE AGREEMENT DATABASE MANAGEMENT TOOL LICENSE END USER LICENSE AGREEMENT DATABASE MANAGEMENT TOOL LICENSE IMPORTANT: BY INSTALLING THIS SOFTWARE THE LICENSEE ACCEPTS THE TERMS AND CONDITIONS CONTAINED HEREIN AND THIS AGREEMENT ENTERS INTO FORCEBETWEEN

More information

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

Request For Price. Work Schedule The project shall commence within a reasonable time of the request. Request For Price The Town of Somers is soliciting two (2) year contract proposals for emergency and non-emergency plumbing work at the following locations in Somers, New York 10589: Somers Town House,

More information

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m.

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m. Seattle Public Schools Contracting Services 2445 Third Avenue South Seattle, WA 98134 Telephone: (206) 252-0566 Fax: (206) 743-3018 contractingservices@seattleschools.org REQUEST FOR PROPOSAL NO. RFP09503

More information

PROPOSAL COVER SHEET

PROPOSAL COVER SHEET PROPOSAL FORM L. BROOKS PATTERSON - OAKLAND COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION PROPOSAL COVER SHEET Contact Information: Oakland County Purchasing Division Building 41 West - Lower Level

More information

Stephenson County, Illinois

Stephenson County, Illinois Stephenson County, Illinois REQUEST FOR PROPOSALS For EXTERIOR CLEANING OF STEPHENSON COUNTY COURTHOUSE Bids Due: Sealed proposals are due and must be received in the Stephenson County Administrator s

More information

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office JBrown@santa-ana.org

More information

Purchasing a Business in Utah - RFP Approval Bid Process

Purchasing a Business in Utah - RFP Approval Bid Process REQUEST FOR PROPOSAL To Provide Services for RELEASE DATE: November 11, 2010 DUE DATE: December 10, 2010 2 p.m. Mark Hoss Purchasing Coordinator I. GENERAL TABLE OF CONTENTS PAGE A. Intent of Request for

More information

No change, modification or revision to this PO shall be valid and binding unless in writing and signed by the authorized representative of Buyer.

No change, modification or revision to this PO shall be valid and binding unless in writing and signed by the authorized representative of Buyer. PURCHASE ORDER TERMS AND CONDITIONS 1. Agreement This Purchase Order ( PO ) is an offer to purchase by Gyrus ACMI, Inc., or its direct or indirect subsidiary identified on the front of this PO ( Buyer

More information

CAP CONSULTING SERVICES AGREEMENT

CAP CONSULTING SERVICES AGREEMENT CAP CONSULTING SERVICES AGREEMENT This Agreement is made on this day of, by and between the College of American Pathologists, a not-for-profit Illinois corporation with offices at 325 Waukegan Road, Northfield,

More information

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule

More information

GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME

GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME This GOODS AND SERVICES AGREEMENT ("Agreement") is entered into and effective [DATE], by and

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Interim Director REQUEST FOR E-QUOTE NUMBER: 12CT86224YA PROJECT TITLE: Maintenance contract for MicroStation Software for Water

More information

OUR COMPANY SOLICITATION FOR BIDS and CONTRACT FOR SERVICE. (Project)

OUR COMPANY SOLICITATION FOR BIDS and CONTRACT FOR SERVICE. (Project) OUR COMPANY SOLICITATION FOR BIDS and CONTRACT FOR SERVICE (Project) PART I GENERAL TERMS AND CONDITIONS 1. REQUIREMENTS 1.1. Pricing will be per unit shown and charges will be totaled in the extension

More information

CITY OF ALBUQUERQUE GENERAL INSTRUCTIONS, TERMS, AND CONDITIONS

CITY OF ALBUQUERQUE GENERAL INSTRUCTIONS, TERMS, AND CONDITIONS CITY OF ALBUQUERQUE GENERAL INSTRUCTIONS, TERMS, AND CONDITIONS IMPORTANT: READ CAREFULLY BEFORE SUBMITTING OFFERS. FAILURE TO DO SO SHALL NOT ABSOLVE THE OFFEROR FROM RESPONSIBILITY TO PERFORM OR DELIVER

More information

PROFESSIONAL/CONSULTING SERVICES AGREEMENT

PROFESSIONAL/CONSULTING SERVICES AGREEMENT This SERVICES AGREEMENT ( Agreement ) is entered into by and between the undersigned, ( Contractor ), (Social Security Number or Federal I.D. No.), located at and Texas Southern University ( TSU ), an

More information

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m. DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2009 Achievement of Excellence in Procurement Award National Purchasing Institute Cecil S. Moore, Director REQUEST FOR QUOTE NUMBER: 10RD75957YB

More information

Columbia University Service Provider Agreement

Columbia University Service Provider Agreement Columbia University Agreement Agreement ( Agreement ) dated as of, 20 (the Effective Date ) between The Trustees of Columbia University in the City of New York ( Columbia ) and ( Service Provider ). 1.

More information

Request for Proposals

Request for Proposals City of Sonora Request for Proposals City of Sonora Microenterprise Technical Assistance Program Lead Technical Assistance Consultant City of Sonora Community Development Department 94 N. Washington Street

More information

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Purchasing Technician, Greenville Utilities

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Purchasing Technician, Greenville Utilities ADVERTISEMENT FOR BIDS Quotes will be received in the Office of the Purchasing Technician, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 4:00 PM (EDST) on

More information

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552 ROCKDALE COUNTY, GEORGIA April 4, 2011 WINDOWS 2008/EXCHANGE 2010 UPGRADE REQUEST FOR BID #11-15 ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552

More information

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M. CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue

More information

This AGREEMENT is made as of the day of in the year of, by and between the following parties, for the sale of materials.

This AGREEMENT is made as of the day of in the year of, by and between the following parties, for the sale of materials. MCPU Standard Contract 101 Agreement Between Seller and Buyer For Sale on Credit This document has important legal consequences. Consultation with an attorney is recommended with respect to its completion,

More information

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT APPENDIX A ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT DATED AS OF ASBESTOS/LEAD SURVEY AND CONSULTING

More information