REQUEST FOR PROPOSAL CENTRALIZED TICKETING SYSTEM ST. CLOUD STATE UNIVERSITY TH AVENUE SOUTH ST. CLOUD, MN

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL CENTRALIZED TICKETING SYSTEM ST. CLOUD STATE UNIVERSITY 720 4 TH AVENUE SOUTH ST. CLOUD, MN 56301-4498"

Transcription

1 REQUEST FOR PROPOSAL CENTRALIZED TICKETING SYSTEM ST. CLOUD STATE UNIVERSITY TH AVENUE SOUTH ST. CLOUD, MN

2 ST. CLOUD STATE UNIVERSITY REQUEST FOR PROPOSAL CENTRALIZED TICKETING SYSTEM TABLE OF CONTENTS Section Page TABLE OF CONTENTS 1 ADVERTISEMENT FOR PROPOSALS 3 PROPOSAL INSTRUCTIONS 4 PROPOSAL OFFERING FORM 7 AFFIRMATIVE ACTION COMPLIANCE 8 Section 1 - GENERAL INFORMATION 1.1 Scope of Service General Information Issuing Office 11 Section 2 - TERMS AND CONDITIONS 2.1 Proposal Award Proposal Presentation Applicable Law Parties to the Contract Contract Commencement Pricing Non-Discrimination State Audits Affirmative Action Licenses Supervision and Inspection Amendments Contract Termination Indemnification Laws to be Observed Liens Reimbursement of Costs Vendor Selection Disposition of Responses Targeted/Economically Disadvantaged Business & Individuals Insurance 15 Section 3 - CONTRACT TERMS 3.1 Terms and Conditions Contract Documents Contract Term Contract Assignment Contract Liaison Acceptance testing and Final Acceptance Resulting Contract Available to all MNSCU Institutions 16 1

3 Section 4 SPECIFICATIONS AND REQUIREMENTS 4.1 Role of the Vendor Required Proposal Information 17 Professional/Technical Contract 21 2

4 ST. CLOUD STATE UNIVERSITY REQUEST FOR PROPOSAL CENTRALIZED TICKETING SYSTEM ADVERTISEMENT FOR PROPOSALS Notice is hereby given that Offers will be received by the Director of Purchasing, St. Cloud State University, until 3:00pm on December 20, 2011 for the purpose of Centralized Ticketing System, according to the specifications on file at: under News & Announcements Offers are to be submitted in a sealed envelope addressed to the Director of Purchasing at the above address and clearly marked in the lower left corner of the envelope, Centralized Ticketing System. St. Cloud State University reserves the right to reject any and all Offers and to waive any informalities contained in such Offers. Dated at St. Cloud, Minnesota, this November 21, Lisa Sparks Director of Purchasing 3

5 ST. CLOUD STATE UNIVERSITY REQUEST FOR PROPOSAL CENTRALIZED TICKETING SYSTEM PROPOSAL INSTRUCTIONS: Page 1 of 3 DATE: November 21, 2011 TITLE: Centralized Ticketing System ISSUING AGENCY : St. Cloud State University 720 Fourth Avenue South St. Cloud, Minnesota PROPOSAL INSTRUCTIONS: Proposals will be received and registered until 3:00 P.M. on December 20, 2011 for furnishing the system described herein. Proposals received after this time and date will be rejected and returned unopened. Proposals may be delivered in person or by U.S. mail or other couriers. Faxed proposals are not acceptable. Proposals must be submitted with the envelope plainly marked in the lower left corner: Centralized Ticketing System. PROPOSAL ACCEPTANCE PERIOD: This proposal shall be binding upon the Offeror for 90 calendar days following the proposal acceptance review date. Any proposal in which the Offeror shortens the acceptance period may be rejected. Proposals will be on file and open to public inspection for 30 days after award determination. All terms and specifications included in or appended to this solicitation apply to any subsequent award. Complete and return the Proposal Offering Form with the Proposal to: St. Cloud State University Business Services Administrative Services Fourth Avenue South St. Cloud, MN All forms and attachments must be filled out in ink, typewritten, or word-processed. The proposal must be signed by an authorized member of the firm. Prices and terms of the proposal as stated must be valid for the entire length of any resulting contract, unless changes are made through mutual consent. 4

6 ST. CLOUD STATE UNIVERSITY REQUEST FOR PROPOSAL CENTRALIZED TICKETING SYSTEM PROPOSAL INSTRUCTIONS: Page 2 of 3 All inquiries for information are to be directed to: Lisa Sparks Director of Purchasing St. Cloud State University 720 Fourth Avenue South St. Cloud, Minnesota Phone: (320) Other department personnel are NOT allowed to discuss the Request for Proposal with anyone, including responders, before the proposal submission deadline. REVISIONS TO THE REQUEST FOR PROPOSAL: In the event it becomes necessary to revise any part of this Request for Proposal, revisions will be provided in the form of an addenda on the web link under News & Announcements where the initial Request For Proposal is housed. The University reserves the right to extend the deadline for receipt of proposals if necessary. WITHDRAWAL OF PROPOSAL: Proposals may be withdrawn in writing and submitted by facsimile, mail, or hand delivery from the Vendor prior to the deadline for receipt of proposals. No oral withdrawals will be accepted. REQUIREMENTS FOR SUBMITTING A PROPOSAL: Proposals should be as thorough and detailed as possible so that the University may properly evaluate the Offeror s capability to provide the required services. The vendor must clearly state in the proposal any exceptions to or deviations from the specifications or terms and conditions. All costs associated with the purchase of the equipment proposed must be made explicit in the vendors response. Any costs incurred by the successful vendor in the completion of any award issued on the basis of this proposal, but not explicitly stated in the vendors response, shall not be payable. Please submit one (1) original and four (4) copies of the proposal. Offerors are required to submit the following items or information but are not limited solely to these items: Request for Proposal Offering Form signed and completed as specified. Certificate of Compliance form signed and completed as specified. Respond in order to all of the items listed in section 4.2 of the RFP and provide written point by point narrative responses to each of the proposal requirements. 5

7 ST. CLOUD STATE UNIVERSITY REQUEST FOR PROPOSAL CENTRALIZED TICKETING SYSTEM PROPOSAL INSTRUCTIONS: Page 3 of 3 Statement acknowledging acceptance of language within the St. Cloud State University Professional/Technical contract. Boiler plate contracts (maintenance agreements, etc) the vendor would require the University to enter into. These contracts would be reviewed by the Office of the Attorney General upon potential award. The breakdown of individual costs and annual payments. 6

8 ST. CLOUD STATE UNIVERSITY REQUEST FOR PROPOSAL CENTRALIZED TICKETING SYSTEM PROPOSAL OFFERING FORM In compliance with this Request for Proposal, the undersigned acknowledges that I have read and understand all the conditions imposed herein and offer and agree to furnish the services in accordance with the attached proposal or as mutually agreed upon by subsequent negotiation. Name of Firm: Address: City: State: Telephone: Zip: (please include area code) Federal ID State ID Name: Signature: Title: Date: 7

9 MINNESOTA STATE COLLEGES AND UNIVERSITIES AFFIRMATIVE ACTION COMPLIANCE A Certificate of Compliance is required for bids or proposals in excess of $100,000 Vendors are cautioned to read closely the attached Notice to Vendors, Affirmative Action Certificate of Compliance. The following information must be completed by the vendor and returned with the [bid or proposal]. Failure to do so may result in rejection of the [bid or proposal]. Vendors are cautioned to read closely the attached Notice to Vendors, Affirmative Action Certificate of Compliance. The following information must be completed by the vendor and returned with the [bid or proposal]. Failure to do so may result in rejection of the [bid or proposal]. BOX A: 1. Have you employed more than 40 full-time employees within Minnesota on a single working day during the previous 12 months? YES NO If your answer is NO, proceed to BOX B. If your answer is YES, your response will be rejected unless your firm or business has a Certificate of Compliance issued by the State of Minnesota, Commissioner of Human Rights, or has submitted an Affirmative Action plan to the Commissioner of Human Rights for approval by the time the responses are due for any solicitation in excess of $100, Please check one of the following statements: YES, we have a current Certificate of Compliance that has been issued by the State of Minnesota, Commissioner of Human Rights (include a copy of your certificate with your response). NO, we do not have a Certificate of Compliance; however, we submitted an Affirmative Action plan to the Commissioner of Human Rights for approval on, 19. The plan must be approved by the Commissioner of Human Rights before any contract or agreement can be executed. PLEASE NOTE: Minnesota vendors must have a certificate issued by the Minnesota Department of Human Rights. Affirmative Action plans approved by the federal government, a county, or a municipality must still be reviewed and approved by the Minnesota Department of Human Rights for a certificate to be issued. BOX B: 1. Have your employed more than 40 full-time employees on a single working day during the previous 12 months in a state in which you have your primary place of business and that primary place of business is outside of the State of Minnesota, but inside the United States? YES NO If your answer is NO, proceed to BOX C. If your answer is YES, MnSCU cannot execute a contract with your firm or business unless it is in compliance with the Minnesota Human Rights certification requirements. It is the sole responsibility of the vendor to apply for and obtain human rights certification prior to contract award or execution as applicable. You may achieve compliance with the Human Rights Act by having either a current Certificate of Compliance issued by the State of Minnesota, Commissioner of Human Rights, or by certifying that you are in compliance with federal Affirmative Action requires. 8

10 2. Please check one of the following statements: YES, we have a current Certificate of Compliance issued by the Minnesota Department of Human Rights (include a copy of your certificate with your response). YES, we are in compliance with federal Affirmative Action requirements. NO, we do not have a current Certificate of Compliance and we cannot certify that we are in compliance with federal Affirmative Action requirements. BOX C: 1. If your answers to BOX A (Question 1) and Box B (Question 1) were NO, you are not subject to the Minnesota Human Rights Act certification requirement. Please, however, check one of the following: NO, we have not employed more than 40 full-time employees within Minnesota on a single working day during the previous 12 months and have not employed more than 40 full-time employees on a single working day during the previous 12 months in the state in which our principal place of business is located. We are a business with our primary place of business outside of the State of Minnesota that has not employed more than 40 full-time employees within Minnesota on a single working day during the previous 12 months. For further information regarding Minnesota Human Rights requirements, contact the Department of Human Rights, Compliance Services, 190 East 5 th Street, Suite 700, St. Paul, MN 55101; Voice: ; Toll Free: ; or TTY: For further information regarding federal Affirmative Action requirements, call or visit its web site at By signing this statement the vendor certifies that the information filled in is accurate. PUR010.doc NAME OF FIRM: AUTHORIZED SIGNATURE OF [RESPONDER OR BIDDER]: TITLE: DATE: 9

11 MINNESOTA STATE COLLEGES AND UNIVERSITIES NOTICE TO VENDORS AFFIRMATIVE ACTION CERTIFICATION OF COMPLIANCE The amended Minnesota Human Rights Act (Minn. Stat ) divides the contract compliance program into two categories. Both categories apply to any contracts for goods or services in excess of $100,000. The first category applies to businesses that have had more than 40 full-time employees within Minnesota on a single working day during the previous 12 months. The businesses in this category must have submitted an Affirmative Action plan to the Commissioner of the Department of Human Rights prior to the due date of the response and must have received a Certificate of Compliance prior to the execution of the contract or agreement. The secondary category applies to businesses that have had more than 40 full-time employees on a single working day in the previous 12 months in the state in which they have their primary place of business. The businesses in this category must have either a current Certificate of Compliance previously issued by the Department of Human Rights or certify to MnSCU that they are in compliance with federal Affirmative action requirements before execution of the contract. For further information, contact the Department of Human Rights, 190 East 5 th Street, Suite 700, St. Paul, MN 55101; Voice: ; Toll Free: ; or TTY: MnSCU is under no obligation to delay the award or the execution of a contract until a vendor has completed the Human Rights certification process. It is the sole responsibility of the vendor to apply for and obtain a Human Rights certificate prior to contract award or execution as applicable. DISABLED INDIVIDUAL CLAUSE A. A vendor shall not discriminate against any employee or applicant for employment because of physical or mental disability in regard to any position for which the employee or applicant for employment is qualified. The vendor agrees to take disabled individuals without discrimination based on their physical or mental disability in all employment practices such as the following: employment, upgrading, demotion or transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection of training, including apprenticeship. B. The vendor agrees to comply with the rules and relevant order of the Minnesota Department of Human Rights issued pursuant to the Minnesota Human Rights Act. C. In the event of the vendor noncompliance with the requirements of this clause, actions for noncompliance may be taken in accordance with Minnesota Department of Human Rights issued pursuant to the Minnesota Human Rights Act. D. The vendor agrees to post in conspicuous places, available to employees and applicants for employment, notices in a form to be prescribed by the Commissioner of the Minnesota Department of Human Rights. Such notices shall state the vendor obligation under the law to take affirmative action to employ and advance in employment qualified disabled employees and applicants for employment, and the rights of applicants and employees. E. The vendor shall notify each labor union or representative of workers with which it has a collective bargaining agreement or other order understanding, that the vendor is bound by the terms of Minnesota Statutes of the Minnesota Human Rights Act and is committed to take affirmative action to employ and advance in employment physically and mentally disabled individuals. It is hereby agreed between the parties that Minnesota Statutes, Section and Minnesota Rules, Parts to are incorporated into any order of Minnesota Statute and Minnesota Rules, Parts to is available from Public Documents Division, 117 University Avenue, St. Paul, Minnesota 55155, (612) PUR010.doc 10

12 ST. CLOUD STATE UNIVERSITY REQUEST FOR PROPOSAL CENTRALIZED TICKETING SYSTEM Section 1 GENERAL INFORMATION 1.1 SCOPE OF SERVICE The Purchasing Department at St. Cloud State University is issuing this RFP on behalf of St. Cloud State University. Included in the award will be installation, initial training and support for entire staff, and ongoing technical/customer support. 1.2 GENERAL INFORMATION St. Cloud State University (SCSU) is a comprehensive public university located in central Minnesota. SCSU serves nearly 18,000 students and offers degrees in more than 200 academic programs. The Offices of Athletics, Student Life and Development, College of Liberal Arts, University Advancement, and Continuing Studies seek a comprehensive ticketing system to provide easy access to a minimum of 7 venues with ticket sales which print an average of over 150,000 tickets annually. The current venues and their approximate seating capacity are: National Hockey Center 7,000, Husky Stadium 5,000, Halenbeck Hall 7,500, Ritsche Auditorium 1,100, Performing Arts 700, Atwood Center 1,100, and Selke Field ISSUING OFFICE The SCSU Purchasing Department is issuing this Request For Proposal (RFP) on behalf of SCSU. The SCSU Purchasing Department is the sole point of contact regarding all procurement and contractual matters relating to the requirements described in this RFP, and is the only office authorized to change, modify, clarify, etc., the specifications, terms, and conditions of this RFP. All communications, including any requests for clarification, concerning this RFP shall be addressed no later than December 1, 2011 in writing or fax to: St. Cloud State University Business Services - AS th Ave. S. St. Cloud, MN Reference : Centralized Ticketing System Purchasing Contact: Lisa Sparks (320) Purchasing Fax: (320) lksparks@stcloudstate.edu THE ADDENDA WILL BE AVAILABLE AT : under News & Announcements 11

13 Section 2 TERMS AND CONDITIONS 2.1 PROPOSAL AWARD The award shall be made in the best interest of the University. This Request for Proposal is not subject to any competitive bidding requirements of Minnesota law. The University reserves the right to accept other than the most financially advantageous proposal. The University reserves the right to accept or reject any and all proposals, to waive any informality in proposals, and unless otherwise specified in writing by the Offeror, to accept any items in any proposal. The award document will be a Professional/Technical Contract incorporating, by reference, all the requirements, terms and conditions of the solicitation and the Contractor s proposal as negotiated. 2.2 PROPOSAL PRESENTATION The University may require oral presentation of one or more Offerors for the purpose of discussion and negotiation after receiving the written proposals. Each Offeror should be prepared to discuss and substantiate any of the areas of the RFP it has submitted, its own qualifications for the services required, and any other area of interest relative to this proposal. 2.3 APPLICABLE LAW This contract shall be governed and interpreted by the laws of the State of Minnesota. 2.4 PARTIES TO THE CONTRACT The Contract shall be between St. Cloud State University, an agency of Minnesota State Colleges and Universities, and the successful Offeror known as the Contractor according to the terms set forth herein. A representative of the University will be responsible for the administration of the Contract, and referred to as the Contract Liaison. 2.5 CONTRACT COMMENCEMENT It is the intention of the University to award the resulting Contract on or about December 31, The Contract will commence by phases as the current contracts expire. Total commencement will be sometime during calendar year 2012 with exact dates to be negotiated. 2.6 PRICING All prices quoted should be F.O.B. delivered, set-in-place, installed, and include initial staff training and ongoing technical/customer support. 2.7 NON-DISCRIMINATION In connection with the performance of work under this Contract, the Contractor agrees not to discriminate against any University employee or student because of race, color, religion, national origin, sex, marital status, status with regard to public assistance, disability, or age. 2.8 STATE AUDITS The books, records, documents, and accounting procedures and practices of the CONTRACTOR relevant to this contract shall be subject to examination by the contracting department and the Legislative Auditor. 12

14 2.9 AFFIRMATIVE ACTION Contracts that are one hundred thousand dollars ($100,000.00) or more require a Certificate of Compliance from the State of Minnesota Department of Human Rights. Effective July 1, 2003 The Minnesota Department of Human Rights is authorized to charge a $75.00 fee for each Certificate of Compliance issued. You may submit your affirmative action plan along with a cashier s check or money order in the amount of $75.00 to the Minnesota Department of Human Rights or you may contact the Department for additional information at: Contract Compliance Unit, Minnesota Department of Human Rights, Sibley Square at Mears Park, 190 East 5 th Street, Suite 700, St. Paul, MN 55101, Phone , TTY , Toll Free LICENSES The successful Contractor(s) shall have and maintain a valid and appropriate business license (if applicable), meet all local, state, and federal codes, and have current all required local, state, and federal licenses SUPERVISION AND INSPECTION The University will reserve the right to request the removal of any Contractor(s) employee from the performance of the contract if in the judgment of the University, such removal shall be necessary in order to protect the interests of the University AMENDMENTS The Contract shall not be varied except by an instrument in writing executed subsequently to the execution of the Contract by both parties CONTRACT TERMINATION The University may terminate with or without cause the Contract by giving the other not less than thirty (30) days written notice of the intention to terminate as of the specified date. In the event of such a cancellation, the CONTRACTOR shall be entitled to payment, determined on a pro rata basis, for work or services satisfactorily performed INDEMNIFICATION The Contractor shall indemnify, defend or hold the University harmless: 1.) from and against any claim or demand by third persons for loss, liability or damage, including claims for property damage, personal injury or wrongful death, arising out of any accident thereto occasioned by any act or nuisance made or suffered on the Premises, or by any fire or other destructive force on the Premises or growing out of or caused by any failure on the part of the Contractor to maintain the Premises in a safe condition and shall reimburse the University for all costs and expenses in connection with the defense of such claims; and 2.) from and against all actions, suits, damages, and claims by whomsoever brought or made by reason of the non-observance or non-performance of any of the terms, covenants and conditions in the Contract or the rules, regulations, ordinances and laws of the United States or the State of Minnesota. 13

15 2.15 LAWS TO BE OBSERVED 2.16 LIENS The Contractor shall observe, perform and comply with or require compliance with all governmental laws, ordinances, rules and regulations of the United States and the State of Minnesota, the Minnesota State Colleges and Universities, or any department thereof, which in any manner may affect the providing of services required as outlined in this Request for Proposal. The Contractor shall not commit or suffer any act of neglect whereby the University premises shall become subject to any attachment, lien, or encumbrance whatsoever, except as hereinafter provided, and shall indemnify and hold harmless the University from and against all attachments, liens, charges, and encumbrances and all expenses relating therefrom REIMBURSEMENT OF COSTS Each Vendor submitting a proposal is responsible for all costs associated with preparing and submitting a complete proposal response, including costs that may be incurred in providing SCSU with additional information. SCSU is under no obligation to reimburse the Vendor for any proposal costs or incur any costs on Vendor's behalf VENDOR SELECTION The selection of a Vendor and the accompanying award of a contract, should either occur, is at the discretion of SCSU. Implementation of the services covered by executed contracts by any MnSCU campus other than SCSU will be at the sole discretion of those MnSCU campuses, and may require modifying addenda applicable solely to those campuses DISPOSITION OF RESPONSES All materials submitted in response to this RFP will become property of MnSCU and will become public record after the evaluation process is completed and an award decision made. If the Responder submits information in response to this RFP that it believes to be trade secret materials, as defined by the Minnesota Government Data Practices Act, Minn, Stat , the Responder must: Clearly mark all trade secret materials in its response at the time the response is submitted. Include a statement with its response justifying the trade secret designation for each item, and Defend any action seeking release of the materials it believes to be trade secret, and indemnify and hold harmless the State, its agents and employees, from any judgments or damages awarded against the State in favor of the party requesting the materials, and any and all costs connected with that defense. This indemnification survives that State s award of the contract. In submitting a response to this RFP, the Responder agrees that this indemnification survives as long as the trade secret materials are in possession of MnSCU. MnSCU will not consider the prices submitted by the Responder to be proprietary or trade secret materials. Responses to this RFP will not be open for public review until MnSCU decides to pursue a contract and that contract is awarded. 14

16 2.20 TARGETED/ECONOMICALLY DISADVANTAGED BUSINESS & INDIVIDUALS In accordance with Minnesota Rules , subpart B and Minnesota Rules , certified Targeted Group Businesses or individuals submitted proposals as prime contractors will receive up to six percent preference on the evaluation of their proposals. For information regarding certification, contact the Department of Administration, Materials Management Helpline at (651) , TTY (651) INSURANCE The Contractor shall maintain, during the life of this Contract, the following minimum insurance requirements: General Liability: $2 Million Combined Single Limit per Occurrence, and $2 Million Aggregate Single Limit per Occurrence; Automobile Liability: $2 Million Combined Single Limit per Occurrence. Professional Technical Errors & Omissions Liability: $2 Million Combined Single Limit per Occurrence. Commercial General Liability includes, but is not limited to: consumption or use of products, existence of equipment or machines on location and contractual obligations to customers. Workers Compensation coverage complying with the laws of the State of Minnesota. These policies shall contain a covenant requiring thirty (30) days written notice to the University before cancellation, reduction or other modifications of coverage. These policies shall be primary and non-contributing with any insurance carried by the University and shall contain a severability of interests clause in respect to gross liability, protecting each named insured as though a separate policy had been issued to each. In the event that the Contractor fails to maintain and keep in force the insurance coverage as herein provided, the University shall have the right to terminate the Contract without notice. The Contractor shall advise each insuring agency to automatically renew all policies and coverage in force at the start of and resulting from this Contract until specified coverage requirements are revised. The Contractor shall save, keep harmless and defend the University against any and all liability claims, cost of whatsoever kind and nature for injury to or death of any person or persons and for loss or damage to any property (State or otherwise) occurring in connection with or in any way incident to, or arising out of the occupancy, use, service, operation, or performance of work in connection with this Contract, resulting in whole or part from the negligent acts or omissions of employee, agent, or representative of Contractor. Insurance certificates furnished by companies licensed to do business in the State of Minnesota indicating the required minimum coverage shall be furnished the University prior to Contract award. The University shall each be listed as an additional name insured on the Commercial General Liability and any excess/umbrella liability policies. On notification of award and prior to issuance of the Contract, the Contractor shall provide the University, Certification of Insurance with the required kinds of insurance and minimum liabilities specified, issued by an insurance company licensed to do business in the State of Minnesota and signed by an authorized agent. In the event of cancellation, material change or intent not to renew any of the insurance requirements specified, thirty (30) days written notice shall be given the University by the party initiating any revision. Section 3 CONTRACT TERMS 3.1 TERMS AND CONDITIONS: The terms and conditions of the Contract will not be changed without prior written consent of both parties. The University reserves the right to obtain services from an alternate contractor 15

17 should Contractor not be able to provide services when needed. 3.2 CONTRACT DOCUMENTS It is mutually agreed by and between the State and the Contractor that the University s acceptance of the Contractor s offer by the issuance of a Professional/Technical contract. The Contract entered into by the parties may consist of the Request for Proposal, the signed Proposal submitted by the Contractor, the Standard Contract Form, the General Terms and Conditions, Special Terms and Conditions, and Specifications including all modifications thereof, all of which shall be referred collectively as the Contract Documents. All other communication between the parties, whether oral or written, with reference to the subject matter of this Contract is void and superseded. 3.3 CONTRACT TERM It is anticipated the contract term will be 3-5 years. The University reserves the right to award 1 year with a potential annual renewal of up to five years. 3.4 CONTRACT ASSIGNMENT Neither this Contract nor any part hereof shall be assigned, sublet or transferred directly or indirectly without the written consent of the University. 3.5 CONTRACT LIAISON For purposes of this Contract, the University liaison shall be: Mr. Craig Wruck St. Cloud State University Phone: (320) ACCEPTANCE TESTING AND FINAL ACCEPTANCE Subsequent to completion of installation of system and/or equipment, SCSU shall perform a series of acceptance tests to verify performance in accordance with the requirements of our Specification for Performance. It shall be mutually understood and agreed that final acceptance of the aforementioned equipment and services shall not occur until at least a thirty (30) consecutive day but not more than a sixty (60) consecutive day successful operational and testing period by SCSU personnel to commence on the day following completion of installation and testing by seller. Commencement of any warranty period shall not begin until after final acceptance of the equipment by SCSU. 3.7 RESULTING CONTRACT AVAILABLE TO ALL MNSCU INSTITUTIONS Responding vendors should be aware that the contract resulting for this RFP will be available for use by all MnSCU institutions, including the Office of the Chancellor, on a non-exclusive basis. Section 4 SPECIFICATIONS AND REQUIREMENTS 4.1 ROLE OF THE VENDOR The awarded vendor will provide a real time sales system with the flexibility to simultaneously 16

18 control the release, allocation, and sale of seats within a venue by event. Real time allocation and sales of tickets can be done by phone, tickets window, and online. In addition, the sales system should allow the University to establish unlimited types of payment plans for tickets. Included in the award will be installation, initial training and support for entire staff, and ongoing technical/customer support. 4.2 REQUIRED PROPOSAL INFORMATION Below is the description of the desired functionality to be included in the proposal. Respond in order to all of the items listed and provide written point by point narrative responses to each of the proposal points. 1. Full service ticketing 1. The system must provide venue management with online ticketing that includes an image view by venue, section, or seat, seat mapping by section showing the total seats and those still available, along with who owns the ticket and whether the invoice has been paid. 2. System must be user friendly with simple to manage customer accounts that allow the user to transact ticket package sales, conduct window sales, and allocate tickets without any prior ticketing experience or extensive system training. 3. Explain the possible options of guest ticket reselling or trading. 4. System must have ability to add different venues for different events both by season and individual sales. 5. Explain the options to add and change sponsorships or corporate partner advertising within the system. 6. The system must provide a real time sales system with the flexibility to simultaneously control the release, allocation, and sale of seats within a venue by event. Real time allocation and sales of tickets can be done by phone, tickets window, and online. In addition, the sales system should allow the University to establish unlimited types of payment plans for tickets. 7. The system must allow University to access customer data to generate , labels, and other media and to review customer contact histories. 8. Explain how the system will allow University to create its own ticket printing layout with a design tool and allow University to design single game tickets, event tickets, season tickets and system invoices with distinct tickets and styles for different departments and events. It should include the ability to format print files to be sent to a third party and fulfillment center. 9. The computerized system must provide the following abilities at a minimum: digital ticketing, accesses management (including scanning technology) student ticketing, and donor priority functionality. The system must provide a web-based interface to allow customers to securely make customer information updates and conduct transactions including ticket sales, ticket renewals, group ticket sales, online shopping, priority seating functionality, and credit card encryption. 17

19 10. Please describe the system interface to facilitate priority seating contributions to the University Foundation. Is this feature Web based? 11. The system must include the ability to deliver ticket sales through a branded website. 12. Explain the capability to adjust ticket prices within events for specials i.e. coupons, group ticket sales, etc. including the ability to accommodate events for students, faculty, and staff at low or no fee; ability to validate registered students for priority ticket sales and/or discounted tickets; validate faculty and staff check for discount tickets; and capability to accommodate multiple event purchase discounts. 13. Please describe the ability to manage online player guest system. 14. The system will have the ability to manage compensated tickets. 15. The system should allow access to students and employees through HuskyNet ID (Microsoft Active Directory account integration) 16. The system must provide ability to check student and employee status to offer authorization or reduced rates for events. (compatible with Blackboard or ISRS) 17. The system must have high speed interface to facilitate fast sales and customer service. This includes fast face-to-face transactions in approximately 15 seconds. 18. The system must have the ability to provide access management for print at home and mobile device support. 19. Explain the group sales tool that facilitates the sale of group tickets for any event and for any number of tickets. The group sales process would support special promotions and include integrated system. Tickets could be grouped and held. System should allow members of a group to log in and purchase tickets from that block with options of a special price code with or without a password. 20. The system must include the ability to create complete customer profiles including invoices, receipts, ticket purchases, and credit card information. The system should be able to handle seat change requests and create wait-lists. 21. The system must have ADA seating assignment capability 22. The system should provide access to real-time, online reporting of ticket sales and demographic data. 2. Reporting capabilities 1. The system must have fully customizable real-time reporting tools to execute standard and custom reports, preferably in a csv or web service. System must also provide the ability to generate on-demand, downloadable reports including but not limited to transaction detail and summary reports (i.e. daily, monthly, annual, event, season), ticket purchase history, donor history, and contact information. 2. Describe reporting tools and any other technologies involved. Specify if any of the tools require software installation on the client computer. Describe any training needed to utilize these tools. 18

20 3. The system is to include map audit reports that show all seats available, sold, held, production kills etc. by section. 3. Payments 1. The system should have ability to allow customers to make one payment for multiple purposes (ie., tickets, booster donations, fees, marketing promotional, departments) including credit card payments. 2. System must provide unlimited ticket pricing levels, total fee control (University prefers to not add a per-ticket fee), the amount of the fee and ownership of all revenue generated by fees. 3. Describe system s ability to handle other forms of payment such as SCSU s Blackboard Campus Card, cash, checks, debit cards, and credit cards. 4. Donor capabilities 1. Ability to develop a customizable donor priority points system. 2. Functionality for a donor/ticket holder profile online account. 5. Data compliance 1. Describe the systems compliance with FERPA, the Minnesota Government Data Privacy Act, Payment Card Industry Data Security Standard, and other relevant privacy and security requirements. 6. Computer system 1. Network Access: What bandwidth is recommend/required between servers, POS, scanners etc? What off-line capabilities does the system have? 2. Hosting: We prefer a SaaS option with 24x7x365 access 4. Specify browsers, systems, and devices (including Mac, mobile handheld devices) supported 5. Describe data backup, retention, and recovery approach and responsibilities. Outline your process for system recovery 6. Specify who owns the data and how it will be used by you and others related to you. Explain options/costs involved for transferring data in the event the business relationship is terminated by either party. 7. Interface with home-grown ERP, Donor 2 etc. 1. The system must have the ability to import/export data with a variety of third party systems including 19

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office SERVICES CONTRACT/P. O. # Title: THIS CONTRACT, and amendments and supplements thereto, is

More information

STATE OF MINNESOTA GRANT CONTRACT

STATE OF MINNESOTA GRANT CONTRACT STATE OF MINNESOTA GRANT CONTRACT This grant contract is between the State of Minnesota, acting through its Department of Labor and Industry, Apprenticeship Unit ("State") and [FULL NAME AND ADDRESS OF

More information

INDEPENDENT CONTRACTOR CONSULTING AGREEMENT INSTRUCTIONS, ROUTING AND APPROVAL COVER SHEET

INDEPENDENT CONTRACTOR CONSULTING AGREEMENT INSTRUCTIONS, ROUTING AND APPROVAL COVER SHEET INDEPENDENT CONTRACTOR CONSULTING AGREEMENT INSTRUCTIONS, ROUTING AND APPROVAL COVER SHEET I. The requesting department should complete the following Independent Contractor Consulting Agreement ( Agreement

More information

MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS

MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS DRAFT for Discussion Only 8.22.14 THIS MASTER GRANT CONTRACT, and amendments and supplements thereto, is between the State

More information

CONSULTING AGREEMENT between THE BOARD OF REGENTS OF THE UNIVERSITY SYSTEM OF GEORGIA BY AND ON BEHALF OF THE UNIVERSITY OF GEORGIA and

CONSULTING AGREEMENT between THE BOARD OF REGENTS OF THE UNIVERSITY SYSTEM OF GEORGIA BY AND ON BEHALF OF THE UNIVERSITY OF GEORGIA and Re: Check Request No. CONSULTING AGREEMENT between THE BOARD OF REGENTS OF THE UNIVERSITY SYSTEM OF GEORGIA BY AND ON BEHALF OF THE UNIVERSITY OF GEORGIA and THIS AGREEMENT made this day of 20, by and

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

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND MEDICAL INSURANCE CARRIER CLAIM AUDIT All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint

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

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

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

SERVICE AGREEMENT CONTRACT NO. ARTICLE 1 SCOPE OF SERVICES

SERVICE AGREEMENT CONTRACT NO. ARTICLE 1 SCOPE OF SERVICES SERVICE AGREEMENT CONTRACT NO. THIS AGREEMENT dated 20 between the STOCKTON UNIVERSITY (the "UNIVERSITY") and (Name of Company), with a business address at ("the Service Provider ). 1.1 The Services ARTICLE

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

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

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

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND PHARMACY BENEFITS MANAGER BID PACKAGE All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint

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

5. Preparation of the State and Federal Single Audit Reports.

5. Preparation of the State and Federal Single Audit Reports. THE CITY OF GROTON REQUEST FOR PROPOSAL FOR AUDITING SERVICES RFP 15-01 (Revised 5/28/15) 1. Introduction The City of Groton, Connecticut (the City) is soliciting proposals for purpose of obtaining the

More information

COUNTY ADMINISTRATOR 220 NORTH MAIN STREET, P.O. BOX 8645 ANN ARBOR, MICHIGAN 48107-8645 (734) 222-6850 FAX (734) 222-6715

COUNTY ADMINISTRATOR 220 NORTH MAIN STREET, P.O. BOX 8645 ANN ARBOR, MICHIGAN 48107-8645 (734) 222-6850 FAX (734) 222-6715 COUNTY ADMINISTRATOR 220 NORTH MAIN STREET, P.O. BOX 8645 ANN ARBOR, MICHIGAN 48107-8645 (734) 222-6850 FAX (734) 222-6715 TO: FROM: Andy LaBarre, Chair Ways & Means Committee Verna McDaniel Washtenaw

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

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

Agent Agreement WITNESSETH

Agent Agreement WITNESSETH PATRIOT NATIONAL UNDERWRITERS, INC. Agent Agreement THIS AGENT AGREEMENT (the Agreement ) is made and entered into by and between Patriot National Underwriters, Inc., a Texas corporation ( Patriot ), and

More information

REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT

REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT Proposals will be received until Friday, May 22, 2015 4:00 p.m. CST General Information Questions: All inquiries for information regarding this solicitation

More information

REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING

REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING Revised to 4/28/2015 REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING The Borough of Naugatuck is seeking responses from architectural/engineering

More information

NORTH CAROLINA STATE UNIVERSITY AGREEMENT

NORTH CAROLINA STATE UNIVERSITY AGREEMENT STATE OF NORTH CAROLINA Rev. 11/12 WAKE COUNTY NORTH CAROLINA STATE UNIVERSITY AGREEMENT THIS AGREEMENT ( Agreement ) made and entered into this day of 20, by and between ( Contractor ), and North Carolina

More information

CARVER COUNTY INDEPENDENT CONTRACTOR/PROFESSIONAL SERVICE AGREEMENT

CARVER COUNTY INDEPENDENT CONTRACTOR/PROFESSIONAL SERVICE AGREEMENT CARVER COUNTY INDEPENDENT CONTRACTOR/PROFESSIONAL SERVICE AGREEMENT This Agreement is entered into by and between the County of Carver, 600 East 4 th Street, Chaska, Minnesota 55318, through (Division),

More information

THE CITY OF KIRKLAND REQUEST FOR PROPOSALS (RFP) Fine Payment Processing by Credit Card Job No. 21-15-KMC

THE CITY OF KIRKLAND REQUEST FOR PROPOSALS (RFP) Fine Payment Processing by Credit Card Job No. 21-15-KMC THE CITY OF KIRKLAND REQUEST FOR PROPOSALS (RFP) Fine Payment Processing by Credit Card Job No. 21-15-KMC The City of Kirkland is soliciting proposals from vendors interested in processing credit card

More information

AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR

AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR AGREEMENT made this day of, 201_, pursuant to the provisions of the Delaware River Basin Compact, by and between the DELAWARE RIVER BASIN COMMISSION

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL #74849 ROOF REPAIRS Department of Facilities Management Planning and Construction Minnesota State University, Mankato Facilities Purchasing Office Request for Proposal Roof Repairs

More information

Aitkin County Land Department ------------------------------------------------------------------ 209 2 nd St. NW Room 206 Aitkin, MN 56431

Aitkin County Land Department ------------------------------------------------------------------ 209 2 nd St. NW Room 206 Aitkin, MN 56431 Aitkin County Land Department ------------------------------------------------------------------ 209 2 nd St. NW Room 206 Aitkin, MN 56431 218-927-7364 December 28, 2015 Request for Quotes Aitkin Campground

More information

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION

More information

MINNESOTA STATE COLLEGES AND UNIVERSITIES ST. CLOUD STATE UNIVERSITY

MINNESOTA STATE COLLEGES AND UNIVERSITIES ST. CLOUD STATE UNIVERSITY F.Y.: 2014 Cost Center: Obj. Code: Amount: Vendor #: Bid #: 141304 MINNESOTA STATE COLLEGES AND UNIVERSITIES ST. CLOUD STATE UNIVERSITY Contact Person: Lisa Sparks, Director of Purchasing St. Cloud State

More information

COUNTY OF UNION, NEW JERSEY

COUNTY OF UNION, NEW JERSEY CITY OF ELIZABETH COUNTY OF UNION, NEW JERSEY REQUEST FOR QUALIFICATIONS FINANCIAL ADVISORARY SERVICES Contract Term 2017 State Fiscal Year (Ending June 30, 2017) SUBMISSION DEADLINE 11:00 A.M. MAY 12,

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

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

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

REQUEST FOR PROPOSAL # 6530 ROOFING REPAIR SERVICES FOR VARIOUS WASHTENAW COUNTY BUILDINGS

REQUEST FOR PROPOSAL # 6530 ROOFING REPAIR SERVICES FOR VARIOUS WASHTENAW COUNTY BUILDINGS BIDDERS COMPANY NAME REQUEST FOR PROPOSAL # 6530 ROOFING REPAIR SERVICES FOR VARIOUS WASHTENAW COUNTY BUILDINGS Prepared By: Washtenaw County Purchasing Administration Building 220 N. Main, B-35 Ann Arbor,

More information

CONSULTANT AGREEMENT

CONSULTANT AGREEMENT Douglas County School District Re.1 Castle Rock, Colorado CONSULTANT AGREEMENT This agreement, dated effective as of is made and entered into by and between the Douglas County School District Re.1, Douglas

More information

GENERAL AGENT AGREEMENT

GENERAL AGENT AGREEMENT Complete Wellness Solutions, Inc. 6338 Constitution Drive Fort Wayne, Indiana 46804 GENERAL AGENT AGREEMENT This Agreement is made by and between Complete Wellness Solutions, Inc. (the Company ) and (the

More information

Small Public Work Contract

Small Public Work Contract City of Bellevue 450 110 th Ave. NE Bellevue, WA 98004 Small Public Work Contract City of Bellevue Contract Identification Information: Contract Title: This CONTRACT is entered into the date

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

Limited Agency/Company Agreement

Limited Agency/Company Agreement Effective, this Agreement is entered into by and between Safepoint MGA, LLC and Safepoint Insurance Company Inc., hereinafter referred to as Company, and hereinafter referred to as Agent. It being the

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

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES HENNEPIN TECHNICAL COLLEGE CUSTOMIZED TRAINING CONTRACT

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES HENNEPIN TECHNICAL COLLEGE CUSTOMIZED TRAINING CONTRACT STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES HENNEPIN TECHNICAL COLLEGE CUSTOMIZED TRAINING CONTRACT Contract # 10018 THIS CONTRACT is between Hennepin Technical College (hereinafter COLLEGE),

More information

Managed IT Services Terms & Conditions. I. Overview. Definitions

Managed IT Services Terms & Conditions. I. Overview. Definitions I. Overview Managed IT Services Terms & Conditions This Agreement states the terms and conditions by which Azul Services (heretofore known as Provider ) will deliver, and Customer (heretofore known as

More information

City of Kirkland, WA - Contract For Aircraft Industry

City of Kirkland, WA - Contract For Aircraft Industry City of Kirkland, WA REQUEST FOR QUOTATION LiDAR (Light Distance And Ranging) Data Acquisition Services Job #29-15-IT The City of Kirkland, Washington is soliciting price quotations from qualified and

More information

DUE DATE: August 23, 2011-2:00 p.m.

DUE DATE: August 23, 2011-2:00 p.m. REQUEST FOR PROPOSALS CREDIT CARD MERCHANT SERVICES RFP 11-08 DUE DATE: August 23, 2011-2:00 p.m. CITY OF LEAGUE CITY 300 W Walker League City, TX 77573 281-554-1001 www.leaguecity.com 1 TERMS AND CONDITIONS

More information

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS NAME OF CONTRACTOR: RESPONSIBLE PRINCIPAL OF CONTRACTOR:, Vendor

More information

Request for Proposal Hewlett Packard Network Switches and Peripherals

Request for Proposal Hewlett Packard Network Switches and Peripherals Request for Proposal Hewlett Packard Network Switches and Peripherals Vernon Public Schools, Connecticut BID # VPS-FY16-003 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov

More information

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT INDEPENDENT CONTRACTOR AGREEMENT This Agreement is hereby entered into between the ESCONDIDO UNION HIGH SCHOOL DISTRICT, hereinafter referred to as District, and hereinafter referred to as Contractor.

More information

AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave.

AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave. Date: 03/07/2014 RFP # 2014-6 Request for Proposal for: Paper Shredding / Document Destruction Services AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott

More information

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

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

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

STATE OF MINNESOTA. North Hennepin Community College MINNESOTA STATE COLLEGES AND UNIVERSITIES INCOME CONTRACT

STATE OF MINNESOTA. North Hennepin Community College MINNESOTA STATE COLLEGES AND UNIVERSITIES INCOME CONTRACT 04-25-16 I-1 F.Y. Cost Center Obj. Code Amount Vendor # P.O. # STATE OF MINNESOTA North Hennepin Community College MINNESOTA STATE COLLEGES AND UNIVERSITIES INCOME CONTRACT This contract is by and between

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

Insurance Market Solutions Group, LLC Sub-Producer Agreement

Insurance Market Solutions Group, LLC Sub-Producer Agreement Insurance Market Solutions Group, LLC Sub-Producer Agreement This Producer Agreement is made and entered into effective the day of, 20, by and between Insurance Market Solutions Group, LLC a Texas Company

More information

DISTRIBUTOR AGREEMENT

DISTRIBUTOR AGREEMENT DISTRIBUTOR AGREEMENT This Distributor Agreement (the "Agreement") is entered into as of, 20 ("Effective Date"), by Absoft Corporation ("Absoft"), 2781 Bond Street, Rochester Hills, Michigan 48309, U.S.A.,

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

REQUEST FOR QUALIFICATIONS FOR AMBULANCE BILLING SERVICES

REQUEST FOR QUALIFICATIONS FOR AMBULANCE BILLING SERVICES BOROUGH OF ROSELLE REQUEST FOR QUALIFICATIONS FOR AMBULANCE BILLING SERVICES BOROUGH OF ROSELLE Contract Term January 1, 2013 through December 31, 2015 SUBMISSION DEADLINE DECEMBER 27, 2012 10:00 A.M.

More information

BOROUGH OF KENILWORTH

BOROUGH OF KENILWORTH BOROUGH OF KENILWORTH REQUEST FOR PROPOSALS FOR TAX APPEAL ATTORNEY BOROUGH OF KENILWORTH Contract Term January 1, 2016 through December 31, 2016 SUBMISSION DEADLINE 3:00 P.M. NOVEMBER 12, 2015 ADDRESS

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

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016 1. Bid Delivery Instructions for State Procurement: Fax quotations may be submitted either: Via fax to: (225) 342-9756 OR Delivered by hand or courier service to: Office of State Procurement Claiborne

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

CONSULTANT AGREEMENT

CONSULTANT AGREEMENT CONSULTANT AGREEMENT AGREEMENT made this day of, 20, by and between PACE UNIVERSITY, One Pace Plaza, New York, New York 10038 (hereinafter referred to as Pace ), and [FULL LEGAL NAME OF CONSULTANT], with

More information

THE STATE OF TEXAS Neighborhood Matching Grant COUNTY OF TARRANT Program Agreement

THE STATE OF TEXAS Neighborhood Matching Grant COUNTY OF TARRANT Program Agreement THE STATE OF TEXAS Neighborhood Matching Grant COUNTY OF TARRANT Program Agreement THIS NEIGHBORHOOD MATCHING GRANT PROGRAM AGREEMENT (hereafter Agreement ) is made and entered into on this day of, 2016,

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

AGREEMENT FOR PROFESSIONAL SERVICES

AGREEMENT FOR PROFESSIONAL SERVICES AGREEMENT FOR PROFESSIONAL SERVICES This Agreement is made this day of 20, by and between Long Island University ( University ), an educational institution incorporated and doing business under the laws

More information

COUNTY OF UNION, NEW JERSEY

COUNTY OF UNION, NEW JERSEY CITY OF ELIZABETH, COUNTY OF UNION, NEW JERSEY REQUEST FOR QUALIFICATIONS Insurance Consultant Contract Term Fiscal Year (July 1, 2015 through June 30, 2016) SUBMISSION DEADLINE 4:00 P.M. Friday JUNE 26,

More information

REQUEST FOR QUALIFICATIONS FOR FORENSIC ACCOUNTING SERVICES

REQUEST FOR QUALIFICATIONS FOR FORENSIC ACCOUNTING SERVICES CITY OF LINDEN REQUEST FOR QUALIFICATIONS FOR FORENSIC ACCOUNTING SERVICES CITY OF LINDEN Contract Term January 1, 2015 through December 31, 2015 SUBMISSION DEADLINE 9:30 AM November 13, 2014 10:00 a.m.

More information

BENTON COUNTY PERSONAL SERVICES CONTRACT

BENTON COUNTY PERSONAL SERVICES CONTRACT BENTON COUNTY PERSONAL SERVICES CONTRACT This is an agreement by and between BENTON COUNTY, OREGON, a political subdivision of the State of Oregon, hereinafter called COUNTY, and, hereinafter called CONTRACTOR.

More information

How To Work With The City Of Riverhead

How To Work With The City Of Riverhead MEMORANDUM OF UNDERSTANDING BETWEEN RIVERSIDE COMMUNITY COLLEGE DISTRICT and CITY OF RIVERSIDE THIS MEMORANDUM OF UNDERSTANDING ( MOU ) is made and entered into this day of, 2012 ( Effective Date ), by

More information

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald LYNBROOK UNION FREE SCHOOL DISTRICT DISTRICT ADMINISTRATION OFFICES 111 ATLANTIC AVENUE LYNBROOK NY 11563 Tel: (516) 887-0258 Fax: (516) 887-6597 Dr. Melissa Burak Superintendent of Schools Dr. Paul Lynch

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

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

KERN COMMUNITY COLLEGE DISTRICT AGREEMENT WITH INDEPENDENT CONTRACTOR

KERN COMMUNITY COLLEGE DISTRICT AGREEMENT WITH INDEPENDENT CONTRACTOR KERN COMMUNITY COLLEGE DISTRICT AGREEMENT WITH INDEPENDENT CONTRACTOR This Agreement is entered into by and between the Kern Community College District, on behalf of (Check One): District Office Bakersfield

More information

City of Kirkland. Request for Proposal. Property Management Services City of Kirkland Rental Properties. Job # 56-15-FAC

City of Kirkland. Request for Proposal. Property Management Services City of Kirkland Rental Properties. Job # 56-15-FAC City of Kirkland Request for Proposal Property Management Services City of Kirkland Rental Properties Job # 56-15-FAC Issue Date: September 17, 2015 Due Date: October 1, 2015 REQUEST FOR PROPOSALS The

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

NORTH CAROLINA STATE UNIVERSITY MASSAGE THERAPIST AGREEMENT

NORTH CAROLINA STATE UNIVERSITY MASSAGE THERAPIST AGREEMENT STATE OF NORTH CAROLINA WAKE COUNTY Rev. 3/14 NORTH CAROLINA STATE UNIVERSITY MASSAGE THERAPIST AGREEMENT THIS AGREEMENT ( Agreement ) is made by and between ( Contractor ), and North Carolina State University,

More information

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas Request For Proposal Furnish Schneider Business Park Signs Design Build Services For the Cibolo Economic Development Corporation Cibolo, Texas The City of Cibolo, Texas Economic Development Corporation

More information

City of New Rochelle New York. REQUEST FOR PROPOSAL Specification No. 5044

City of New Rochelle New York. REQUEST FOR PROPOSAL Specification No. 5044 Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Howard Rattner Commissioner Mark Zulli Risk/Purchasing Manager City of New Rochelle New York REQUEST

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

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information Memorandum Important information related to requirements of state or local laws to include additional provisions in residential construction contracts Potentially Affected AIA Contract Documents AIA Document

More information

BENTON COUNTY, MINNESOTA REQUEST FOR PROPOSALS

BENTON COUNTY, MINNESOTA REQUEST FOR PROPOSALS BENTON COUNTY, MINNESOTA REQUEST FOR PROPOSALS PROFESSIONAL LABOR RELATIONS/ NEGOTIATION SERVICES FEBRUARY, 2011 BENTON COUNTY REQUEST FOR PROPOSALS: PROFESSIONAL LABOR RELATIONS/ NEGOTIATION SERVICES

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

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

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

INDEPENDENT CONTRACTOR AGREEMENT (ICA)

INDEPENDENT CONTRACTOR AGREEMENT (ICA) INDEPENDENT CONTRACTOR AGREEMENT (ICA) (This agreement is not a construction contract within the meaning of Civil Code section 2783, and is not an agreement for the provision of construction services within

More information

FY2016 AGREEMENT TO FUND ECONOMIC DEVELOPMENT PROGRAMS AND SERVICES OPERATED BY DOWNTOWN DURHAM, INC. USING CITY OF DURHAM GRANT FUNDS

FY2016 AGREEMENT TO FUND ECONOMIC DEVELOPMENT PROGRAMS AND SERVICES OPERATED BY DOWNTOWN DURHAM, INC. USING CITY OF DURHAM GRANT FUNDS 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 FY2016 AGREEMENT TO FUND ECONOMIC DEVELOPMENT PROGRAMS AND SERVICES

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

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

a. Proposals shall be submitted in a sealed envelope and addressed as follows: 1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL PLUMBING SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and

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

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

SAINT LOUIS COUNTY GOVERNMENT PARKS & RECREATION DEPARTMENT REQUEST FOR PROPOSAL (RFP)

SAINT LOUIS COUNTY GOVERNMENT PARKS & RECREATION DEPARTMENT REQUEST FOR PROPOSAL (RFP) PARKS & RECREATION DEPARTMENT (RFP) FULL-SERVICE ADVERTISING, MARKETING, BRANDING, MEDIA AND COMMUNICATIONS AGENCY Proposal Due Date: July 1, 2013 PARKS & RECREATION DEPARTMENT Page 1 TABLE OF CONTENTS:

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

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement THIS INDEPENDENT CONTRACTOR SERVICES AGREEMENT (this Agreement ) is made this day of, 20 (the Effective Date ), regardless of the date of execution, by and between Sierra Field Services, Inc., a Nevada

More information

BOROUGH OF ELMWOOD PARK REQUEST FOR PROPOSAL PAYROLL SERVICES

BOROUGH OF ELMWOOD PARK REQUEST FOR PROPOSAL PAYROLL SERVICES BOROUGH OF ELMWOOD PARK REQUEST FOR PROPOSAL PAYROLL SERVICES Date Issued: May 15, 2015 Return Date & Time: Return To: May 26, 2015, no later than noon Keith Kazmark, RMC/CMC/MMC Borough of Elmwood Park

More information

PHOTOGRAPHY/VIDEO SERVICES AGREEMENT

PHOTOGRAPHY/VIDEO SERVICES AGREEMENT PHOTOGRAPHY/VIDEO SERVICES AGREEMENT This Agreement is entered into as of the day of, 201_, between, Villanova University ( Villanova ) and, ( Photographer ). 1. Services. (a) Description and Requirements.

More information

APPALCART REQUEST FOR PROPOSAL

APPALCART REQUEST FOR PROPOSAL APPALCART REQUEST FOR PROPOSAL COMPUTER, NETWORK, AND SERVER CONSULTING INTRODUCTION AppalCART (the Authority) is issuing this Request for Proposal (RFP) to solicit contractor proposals to provide oversight

More information

CITY OF TULSA FINANCE DEPARTMENT. PROFESSIONAL SERVICES FOR Loyalty Rewards Card Program

CITY OF TULSA FINANCE DEPARTMENT. PROFESSIONAL SERVICES FOR Loyalty Rewards Card Program CITY OF TULSA FINANCE DEPARTMENT REQUEST FOR PROPOSAL 12-615 PROFESSIONAL SERVICES FOR Loyalty Rewards Card Program NIGP CODE 918-26 Tulsa, OK 74103 Submit proposals to: Deputy City Clerk City of Tulsa

More information

Request for Proposal #2015-03

Request for Proposal #2015-03 Request for Proposal #2015-03 Mold Remediation For Washington County, Arkansas Washington County, Arkansas Request of Proposal # 2015-03 1. INTRODUCTION... 3 1.1 INTRODUCTION... 3 1.2 GENERAL INFORMATION...

More information