State of Texas. Texas Department of Insurance P.O. Box Austin, Texas REQUEST FOR PROPOSALS

Size: px
Start display at page:

Download "State of Texas. Texas Department of Insurance P.O. Box 149104 Austin, Texas 78714-9104 REQUEST FOR PROPOSALS"

Transcription

1 State of Texas Texas Department of Insurance P.O. Box Austin, Texas REQUEST FOR PROPOSALS INSTRUCTIONAL DESIGN DEVELOPMENT SERVICES FOR THE DESIGNATED DOCTOR CERTIFICATION PROGRAM RFP: # NIGP CLASS/ITEM CODE(S): and Posting Date: April 1, 2016 Deadline for Submission: April 22, 2016 at 3:00 PM Central Time in Austin, Texas **NOTE** Any addenda to this RFP control over the original version. It is the responsibility of all prospective Respondents to check the Electronic State Business Daily during the posting period for this RFP, for all addenda that may be posted.

2 This page intentionally left blank. Texas Department of Insurance Page 2 of 82

3 Page 3 of 82 TABLE OF CONTENTS Page No. DEFINITIONS 9 PART I. GENERAL INFORMATION 1.1 Introduction and Scope Purchasing Authority Background Minimum Qualifications for Respondents Contract Term Renewal Options Texas State Agency Holiday Schedule and TDI Official Business Hours Protest Procedure 13 PART II. STATEMENT OF WORK 2.1 General Overview Tasks and Deliverables Respondent Responsibility for Performance and Continuity of Deliverables Project Management Coordination and Communication with TDI-DWC Work Product Acceptance and Payment Ownership and Confidentiality Respondent Pricing 16 PART III. GENERAL PROPOSAL INFORMATION AND MANDATORY RESPONSE REQUIREMENTS 3.1 Schedule of Events Revisions to Schedule Historically Underutilized Businesses (HUBs) Requirements HUB Subcontracting Plan Probable HUB Subcontracting Opportunities Proposal Instructions Respondent Documents Submittal of Written Questions Questions and RFP Point of Contact Addenda to RFP 20

4 3.4.5 Delivery of Proposals Proposal Deadline Proposal Submittal Public Information Act Disclosures Accuracy of the Proposal and Cost of Submitting the Proposal Exception to Provisions Responsive Information Legible Responses Authority to Bind Contract Proposal Format and Responsive Documents Organization of Proposal Title Page Table of Contents Executive Summary Background Proposal Elements References Texas Child Support Requirement for Names and Social Security 27 Numbers General Respondent Information and Disclosures Actual or Potential Conflicts of Interest Changes in Ownership Conditions Legal Actions Change in Ownership and Restrictions on Pending Reviews Relatives/Employees, Definition of Employee TDI Contact(s) Following Award Reservation of Rights Proposal Submission Checklist and Required Responsive Documents Proposal Submission Checklist Proposal Evaluation and Contract Award Evaluation Criteria RFP Review Process Review of Proposals for Minimum Requirements Compliance Review and Initial Evaluation by the Evaluation Committee 31 Texas Department of Insurance Page 4 of 82

5 Best Value Consideration Respondent Oral Presentations Best and Final Offer (BAFO) Contact Negotiations 33 Texas Department of Insurance Page 5 of 82 PART IV. GENERAL TERMS AND CONDITIONS AND RESPONDENT AFFIRMATIONS AND CERTIFICATIONS 4.1 Respondent Affirmations and Certifications Deceptive Trade Practices; Unfair Business Practices Equal Opportunity Franchise Taxes, Non-Residents, Foreign Corps, Sales Taxes Eligibility Prior Employment Family Code Financial Interests/Gifts Debts or Delinquencies to State Agency Executive Head Liability for Taxes No Conflicts Prohibition on Certain Bids and Contracts Felony Criminal Convictions Immigration Reform Warranties False Statements, Breach of Representations General Terms and Conditions Drug Free Workplace Contract Award, Copyright, Reissuance Indemnification and Liability Acts or Omissions Infringements Texas/Workers Compensation/Unemployment Insurance Including 38 Indemnity Respondent Identification No Alterations or Withdrawals of Proposal after Deadline Tie Proposals 39

6 4.2.7 Limitation on Authority, No Other Obligations No Other Benefits Attachments Incorporation of Entire RFP Amendments and Agreement between TDI and Respondent Conflicting Provisions Unacceptable Terms in Respondent s Proposal Statement of Work, Performance Respondent Costs Assignments Time Limits No Waiver No Prepayments Refunds Invoicing Termination and Cancellation Mutual Agreement TDI Cancel upon Thirty (30) Days Notice Breach of Material Term Respondent Nonperformance Bankruptcy Availability of State Funds, Legislative Action, Necessity of Performance Legal Remedies and Damages Resulting from Breach of Contract Recovery of Funds Notice of Termination or Cancellation Delivery Substitute of Services Legal Obligations Assignments and Subcontractors Historically Underutilized Businesses (HUBs) Federal, State, and Local Requirements Patent, Trademark, Copyright, and Other Infringement Claims Accessibility Relationship of the Parties 46 Texas Department of Insurance Page 6 of 82

7 Compliance with Other Laws Notices Governing Law and Venue Severability Force Majeure Labor Activity Dispute Resolution Counterparts Entire Contract and Modification Intellectual Property and Data Ownership Matters Ownership of Pre-existing Materials Third Party Commercial Software Pre-Existing Materials for Custom Software Deliverables Further Actions Waiver of Moral Rights Confidentiality of Information Injunctive Relief Return of Materials Pertaining to Work Product Respondent License to Use Agreements with Subcontractors Personal Injury, Property Damage No TDI Obligation for Costs Misunderstanding or Lack of Information Insurance/Bonds Compliance with RFP and Contract Binding Effect of Proposal Rejection of Proposal and Cancellation of RFP Ambiguity, Conflict, Exclusionary Specification, or Omission Right to Amend, Modify, or Withdraw the RFP Accessibility of Public Information Vendor Reporting Requirements Pricing Form (Mandatory) Vendor Performance 55 Texas Department of Insurance Page 7 of 82

8 Records Retention Certification Concerning Restricted Employment for Former 56 State Officers or Employees Independent Contractor Non-Waiver of Rights No Liability Upon Termination Vendor Performance Before and After Award State of Texas Debarment Applicable Law and Conforming Amendments Supporting Documents; Retention; Right to Audit; Independent Audits Public Disclosure Execution of Proposal 58 Texas Department of Insurance Page 8 of 82 ATTACHMENTS 1 Execution of Proposal 60 2 Mandatory Pricing Form 66 3 HUB Subcontracting Plan Form 68 4 HUB Progress Assessment Report Form 69 5 Respondent References 71 6 Identification of Respondent Relatives & Employees 73 7 Texas Department of Insurance Anti-Lobbying Affidavit 75 8 Texas Department of Insurance Sample Contract 77 The remainder of this page intentionally left blank

9 Page 9 of 82 DEFINITIONS. For purposes of this RFP, the following definitions apply: Addendum means an addition, change, or supplement to a solicitation document issued prior to the opening date (due date of responses). Contract means the written agreement, if any, executed by the authorized representative of the parties and the Respondent that formalizes the terms, provisions, covenants, and obligations, including but not limited to those contained in this RFP, of the respective parties to the arrangement for provision of services. Contractor means the individual or business entity that has a contract to provide goods or services to the State of Texas. This is used interchangeably with the term Vendor. TDI-DWC means the Texas Department of Insurance Division of Workers Compensation, as state agency Deliverable means a unit or increment of work required by the contract, including such items as goods, services, reports, or documents. Historically Underutilized Business means a minority or women-owned business as defined by Texas Government Code, Title 10, Subtitle D, Chapter Request for Proposal (RFP) means the document so titled and exhibits, attachments, and appendices thereto which constitute the solicitation requesting submittal of a proposal in response to the required scope of services (statement work) and usually includes some form of a Cost Proposal, and allows for negotiations between the proposer and the issuing agency. Respondent means an individual or business entity submitting a proposal in response to a solicitation. Respondent s Employee(s)/Respondent s Personnel means any and/or all of the following, without limitation to: employees, leased employees, agents, officers, directors, staff, independent contractors, contractors, or subcontractors, or any individuals furnished, referred, or provided by the Respondent for the purposes arising out of or related to this RFP, the Respondent s Proposal, and the contract, if any, that results from the award made by TDI to the Respondent. Responsive means that a Respondent has complied with all material aspects of the solicitation document, including the submission of all required documents, and within the time frame specified within the solicitation document. Responsible means that Respondent has the capability to fully perform and deliver, in accordance with the solicitation requirements. Selected Respondent means the individual or business entity qualified to provide the goods and/or services sought by TDI pursuant to this RFP and who is ultimately be selected to carry out the requirements stipulated in this RFP and any resulting contract. TDI means the Texas Department of Insurance and the state agency responsible for the issuance of this RFP. Vendor means the individual or business entity that has a contract to provide goods or services to the State of Texas. This is used interchangeably with the term Contractor.

10 This page intentionally left blank. Texas Department of Insurance Page 10 of 82

11 Page 11 of PART I. GENERAL INFORMATION 1.1. Introduction and Scope. The Texas Department of Insurance (TDI) Division of Workers Compensation (DWC) seeks sealed proposals from qualified entities or individuals who are experienced in the field of instructional design services to assess current training design and delivery of TDI-DWC s Designated Doctor (DD) training and education program. In performing the assessment, the Selected Respondent will make recommendations for improvement of the DD training and education program, and develop a Strategic Assessment Report for TDI-DWC to follow, to further enhance its DD training and education program. TDI-DWC will award one contract under this RFP. TDI-DWC s goal is to enlist instructional design services on multiple levels, including, but not limited to the following needs: a) Assessment of current training and education materials and format; b) Identification of gaps in the current training and education and areas of improvement; c) Expansion on current training and education methods that are currently successful, if any; d) Recommendations for training and education options that utilize resources and resonate with the target audience for optimal results, and e) Development of a Strategic Assessment Report to be provided to TDI-DWC for each of the suggested training and education options. This RFP describes the requirements that must be met by the selected Respondent prior to receiving payment under any resulting TDI contract. Respondents are cautioned to carefully read the RFP in its entirety. Award will be based on Respondent's responses to the Statement of Work (SOW) outlined in Part II of this RFP. Failure to provide the mandatory required information with the Proposal will automatically disqualify the Proposal from consideration for award in connection with this RFP. See Texas Government Code Purchasing Authority. This purchase is in accordance with Texas Government Code, Chapters 2155 and/or 2156, as applicable Background Overview of Designated Doctor Program. TDI is the state agency that regulates the Texas Workers Compensation System through its Division of Workers Compensation (TDI-DWC). TDI-DWC certifies Doctors of Medicine (MD), Osteopathy (DO), Chiropractic (DC), Dentistry (DDS), Podiatry (DPM), and Optometry (OD) to serve as DDs in the performance of medical exams of injured employees. TDI-DWC has adopted by rule and currently utilizes The Guides to the Evaluation of Permanent Impairment, 4th Edition, published by the American Medical Association (AMA) Guide, Reed Group- MD Guidelines (RGMD), and Official Disability Guidelines (ODG), published by the Work Loss Data Institute. Although designated doctors do not provide treatment, they must understand the application of these various guides in order to conduct an effective examinations and produce the narrative report required. Links to these rules and forms are available at the agency s web site, As provided by Texas Labor Code, Sections and , DDs are statutorily charged with determining maximum medical improvement (MMI), whole body impairment rating (IR), extent

12 Page 12 of 82 of compensable injury, existence of disability as the direct result of the compensable injury, the ability of the injured employees to return to work, the ability of injured employees to return to work for Supplemental Income Benefits (SIBs) and other similar issues. However, DDs do not answer questions regarding the necessity of medical care. TDI-DWC has adopted rules under Chapter 28 of the Texas Administrative Code, regarding requirements for DDs and DD examinations Minimum Qualifications for Respondents. Respondents submitting a Proposal in response to this RFP must meet the following minimum requirements Respondents must have a minimum of five (5) years experience in instructional design development, including development of deliverables for other professional certification/licensure education and training, as evidenced by a description of prior engagements described in the Background Section of Respondent s Proposal response (see Section 3.5.5, Background) Respondents must be able to travel to Austin, Texas for in person meetings related to work product development (assessment of current training program), meetings with Subject Matter Experts, and any other requested interface by TDI-DWC, as necessary and determined by TDI-DWC. Respondents who can only provide services online will not be considered for a contract award under this RFP Respondents must have a demonstrated track record of instructional design assessment of professional education and training for certification/licensure courses, as evidenced by the submission of a minimum of two (2) sample projects, including the number of hours required to complete the projects, the timeline for the projects and any final reports (may be excerpted information from a larger product produced by the Respondent). This information must be submitted as Exhibit 1 (see Section Proposal Submission Checklist) Contract Term. The initial term of the contract will be from date of award, or the last signature date, whichever is later, through August 31, Notwithstanding the termination or expiration of this Agreement, the provisions regarding indemnification, confidentiality, dispute resolution, audit rights, and warranties shall survive the termination and expiration dates of this Agreement Renewal Options TDI shall have the option to renew, in its sole discretion, at the same terms and conditions, for up to one (1) one-year period. In the event of such renewal, the scope of services, deliverable dates, and contract amount may be negotiated Texas State Agency Holiday Schedule and TDI Official Business Hours. The resulting contract will be issued in State Fiscal Year (FY) The State FY begins September 1st, and ends on August 31 st. There are official State holidays recognized by Texas State agencies. On these days, the Texas Department of Insurance may not be officially opened for business or may be closed. Respondents submitting Proposals in response to this RFP should refer to the Texas Comptroller of Public Accounts (CPA s) website at the following link, for a.pdf of the FY2016 State Agency Holiday schedule,

13 Page 13 of 82 which provides additional information on state agency closures: This Holiday schedule is updated each State FY by the Texas Comptroller of Public Accounts, and the selected Respondent should check the State Auditor s Office website at the beginning of State FY 16, for an updated calendar. For the purposes of this RFP, the official business hours of the TDI-DWC are Monday through Friday, 8:00 a.m. to 5:00 p.m. Central Time. If services are needed for hours other than these stated, the Selected Respondent and TDI will come to a mutual agreement for any services needed outside of these business hours, which may occur under extenuating or special circumstances only Protest Procedure. Any protest shall be governed by TDI s protest rules, which are set forth in 28 TEX. ADMIN. CODE The remainder of this page intentionally left blank.

14 Page 14 of PART II. STATEMENT OF WORK 2.1. General Overview. This Statement of Work describes the required services/deliverables that the Selected Respondent must perform in the development of instructional design services for the Designated Doctor certification and education program. Respondents submitting a Proposal in response to this RFP must demonstrate an understanding of the services and deliverables required under this RFP and the resulting contract. The Business Proposal (Section , Proposal Elements) must thoroughly detail how the Respondent intends to successfully provide the services/deliverables required under this RFP. The Respondent s Proposal must provide detailed information that specifically addresses and describes the Respondent s approach to achieving each deliverable, and a timeline, with a proposed schedule for completing each deliverable. The Selected Respondent s Proposal must provide detailed information on the Respondent s ability to develop an instructional design program that addresses, but is not limited to, the deliverables below in Section Tasks and Deliverables. Under this RFP, the Selected Respondent shall be responsible for achieving the following tasks and deliverables: Understand the current DD role in the workers compensation system to ensure a thorough understanding of the target audience, and the specific knowledge and skill set required to sufficiently perform the required tasks; Understand applicable statutes, rules, and case law that apply to the role of the DD Evaluate the current training and education materials and the feedback received with TDI-DWC; Analyze existing training and education materials for assessment of instructional utility; Attend DD Certification training courses and workshops to contribute to Selected Respondents understanding of the DD program and development of the Strategic Assessment Report, which is intended to provide recommendations for improvement of the DD training and certification program. The Selected Respondent will need to attend at least one (1) 2-3 day certification course and one (1) 1-day orientation workshop and one (1) 1-day case-based workshop Interview faculty and other selected designated doctors who currently participate and attend these trainings; Define the future training and education needs for the TDI-DWC DD program area; Provide recommendations regarding strategies to increase the effectiveness of DD certification training courses and address current performance deficiencies; Make recommendations for new training and education plans intended to improve current DD quality of work, support all current and foreseeable DD training and educational needs, and facilitate DD training and education in order for DDs to be motivated and engaged in the training and education, as well as the overall system;

15 Page 15 of All of the above tasks will be required to develop and deliver a Strategic Assessment Report containing analysis for each recommendation detailing methodology, resources required, estimated costs and time frame for development and implementation Performance of all enumerated services must be completed within the contract term. The Strategic Assessment Report shall be delivered to TDI-DWC no later than fourteen (14) calendar days of the agreed upon scheduled completion date of the Report, or completion of the contract term. TDI- DWC will communicate with Selected Respondent regarding the style, content and format of the Strategic Assessment Report. TDI-DWC will require at a minimum five (5) hard copies of the Strategic Assessment Report and one (1) electronic copy in a format to be determined Respondent Responsibility for Performance and Continuity of Deliverables. The selected Respondent shall not employ or subcontract with, or permit the employment of any persons not having requisite skills, knowledge, and abilities to perform the deliverables under this contract Project Management-Coordination and Communication with TDI-DWC. Selected Respondent shall work collaboratively with TDI-DWC staff regarding deadlines for all deliverables TDI-DWC Program Contract Specialist will provide project oversight, monitoring, and quality assurance for all Scope of Work activities under this RFP. In the event that there is a delay in meeting any deadlines that were established collaboratively, TDI-DWC will work with Selected Respondent to re-establish new deadlines, with the understanding that Selected Respondent is expected to meet the new deadlines, with the exception of a force majeure event TDI-DWC estimates that there will be approximately six (6) in-person meetings, that will include the initial kick-off meeting, at least two (2) work sessions, at least two (2) additional meetings to discuss work product and schedule, as well as a final wrap-up meeting. Meetings will be determined by TDI-DWC. Additional meetings may occur on an as needed basis, via teleconference, videoconference or in-person Work Product Acceptance and Payment The Strategic Assessment Report is considered a Work Product produced as a result of attaining the deliverables under this RFP, and will become the sole property of TDI-DWC TDI-DWC will review all Work Product(s) prior to acceptance. The Selected Respondent will amend the Strategic Assessment Report as directed by TDI-DWC should TDI-DWC determine that changes or corrections to the Strategic Assessment Report be required TDI-DWC reserves the right to reject any or all portions of the Strategic Assessment Report, including any recommendations Payment will not be made to the Selected Respondent until TDI-DWC has accepted the Strategic Assessment Report. Payments shall be made within thirty (30) days from receipt of a correct invoice or billing statement in accordance with the Texas Government Code, Chapter 2251, Texas Prompt Payment Act. An invoice is considered received on the date it is date stamped by TDI. See also Section

16 Page 16 of Ownership and Confidentiality Selected Respondent shall have no copyright privileges for any final Work Product, without express consent of TDI All work produced by the Selected Respondent is confidential and may not be released to any third party, in any form or medium, for any reason without the express consent of TDI-DWC Respondent Pricing. Respondent shall bear all costs and expenses for the provision of services required under this RFP and the resulting contract. This includes any printing costs, travel costs (including mileage), and any other outof-pocket expenses incurred by selected Respondent in the performance of services required under this RFP. TDI will not bear any costs of the selected Respondent. Respondent must provide all costs in the Cost Proposal, identified as the Mandatory Pricing Form (Attachment 2). This will be a lump sum bid. Payment will be made to the Selected Respondent when TDI-DWC has accepted the Strategic Assessment Report. The remainder of this page intentionally left blank.

17 Page 17 of Part III. GENERAL PROPOSAL INFORMATION AND MANDATORY RESPONSE REQUIREMENTS 3.1. Schedule of Events. The schedule of RFP events is indicated in Table 1 below. TDI reserves the right to amend the schedule. Friday, April 1, 2016 Date TABLE 1 RFP Schedule of Events Event RFP issued; published on the Electronic State Business Daily (ESBD) Tuesday, April , at 3 p.m., Central Time Deadline for submission of written questions Friday, April 15, 2016 Responses to written questions posted on ESBD April 1, 2016 April 19, 2016 Review period for Courtesy review of the HSP*. Friday, April 22, 2016, 3 p.m., Central Time Tuesday, May 17, 2016 Thursday, May 26, 2016 Thursday, June 9, 2016 Deadline for submission of Proposals Oral Presentations (if Offered)** Anticipated contract award*** Note*: The courtesy review period HSP review is not mandatory, but encouraged. Please refer to Section , for more information. Note**: Oral Presentations are not guaranteed, and it is at the sole Discretion of TDI to skip this period in the Schedule. IF TDI determines that Oral Presentations may be warranted, only those Respondents whose proposals are considered competitively responsive will be invited for an Oral Presentation. Note***: The anticipated contract award date is the best desirable, but is not guaranteed, as final contract negotiations with the selected Respondent will determine when the actual contract award will be made Revisions to Schedule. The Texas Department of Insurance reserves the right to change the dates in the schedule of events above through an Addendum posted on the ESBD, as written notification to prospective Respondents. It is the responsibility of interested parties to periodically check the ESBD for updates to the RFP prior to submitting a Proposal. The Respondent s failure to periodically check the ESBD will in no way release the Respondent from the requirements of an Addenda or additional information nor will Respondent be allowed to add any additional costs to the Mandatory Pricing form, in order to meet any additional requirements imposed from subsequent addenda or the request for additional information, in response to the RFP.

18 Page 18 of Historically Underutilized Businesses (HUB) Subcontracting Requirements. It is the policy of TDI to promote and encourage contracting and subcontracting opportunities for the State of Texas certified Historically Underutilized Businesses (HUBs) in all contracts, in compliance with Texas Government Code, Chapter Definitions for State of Texas HUB certifiable businesses can be found in Title 34, Chapter 20, Subchapter B, of the Texas Administrative Code at: TDI has determined subcontracting opportunities are probable with this RFP. Table 2 lists the National Institute for Government Purchasing (NIGP) class and item codes associated with this RFP HUB Subcontracting Plan (HSP) Respondents must perform the good faith effort in soliciting HUB subcontractors for the performance of the subcontracting opportunities outlined in this RFP, and identify such subcontractors on the HUB Subcontracting Plan (HSP) (see below) The HSP Form, Attachment 3, must be submitted with the RFP Response. Respondents must perform a good faith effort in soliciting HUB subcontractors for the performance of the subcontracting opportunities under the resulting contract The HSP Form, Attachment 3, must be submitted with the RFP Response to be considered responsive. Failure to submit this document will result in disqualification of Respondent s proposal, as this is a pass/fail component of the Respondents proposal IF an HSP is a requirement of this solicitation, the HSP Prime Contractor Progress Assessment Report (PAR), Attachment 4, must be submitted on a monthly basis after the contract has been executed. This document is not required to be submitted with the Respondents Proposal, as it is mentioned in this solicitation and provided as an Attachment for informational purposes only. However, upon contract award, it must be submitted on a monthly requirement for payment of any invoice submitted for services rendered TDI is offering a courtesy review of the Respondent s HSP through Tuesday, April 19, Respondents are strongly encouraged to take advantage of this courtesy review period. No HSP s will be accepted for an initial courtesy review after this period. If Respondents choose to take advantage of this opportunity, the HSP documents must only be sent electronically to the HUB Program Specialist identified below. Only those questions regarding the HSP requirement of this RFP may be addressed to the HUB Program Specialist HUB Program Specialist: Mr. Frank Brown; frank.brown@tdi.texas.gov NIGP Commodity Book Listings and Descriptions for this Solicitation. Table 2 below lists the NIGP Class-Item and Commodity Descriptions for the services required under this RFP. Full commodity descriptions may be found on the Comptroller of Public Accounts (CPAs) website in the NIGP Commodity Book Listings at:

19 Page 19 of 82 TABLE 2 NIGP Class-Item Code and Commodity Description Class Item No. Commodity Description Advisory Services, Educational Course Development Services, Instructional/Training 3.4. Proposal Instructions Respondent Documents. All documents submitted by Respondents in response to this RFP, are collectively referred to as Respondent Documents. Respondents proposal must include copies of all applicable required documents. Additional documents that were submitted with Respondents proposal that Respondent feels would be helpful in supporting its Proposal, but were not requested under this RFP, shall not be given additional consideration for evaluation Submission of Written Questions. Respondents are strongly encouraged to submit written questions regarding this RFP, during the official Question and Answer period Respondents will have until the deadline and time posted in Table 1 of Section 3.1, to submit in writing (electronically), all questions regarding this RFP. All questions must precisely and specifically cite the RFP section to which the question refers All questions submitted to TDI regarding this RFP must include the identity of the sender, the sender s title, company name, mailing address, telephone number, and facsimile number or address, as applicable Only those questions that are appropriately relevant to the solicitation will receive a response in the Question and Answer document that will be posted to the ESBD, available at through an Addendum. TDI will not address any questions that suggest the deletion, addition, or modification of any term or condition within this RFP, nor that requests information on whether TDI may negotiate any such terms or conditions under this particular RFP prior to the issuance of an award to the winning Respondent Only responses that TDI provides in writing are official. Information in any form other than the materials constituting this RFP, the Question and Answer document, and any RFP addendum, is not binding on TDI Questions submitted after the official Question and Answer period will not be answered, unless in its sole discretion, TDI determines that answering such question(s) is necessary to address an error or omission of information that is material to the RFP and the resulting contract. Should TDI exercise this option, the question(s) received after the official Question and Answer period will be addressed through an Addendum posted on the ESBD. Prospective Respondents are encouraged to check the ESBD for any such additional Addenda. TDI will not provide additional notification to prospective Respondents, regarding this RFP, outside of any formal Addenda notices.

20 Page 20 of RFP Point of Contact The Point of Contact for this solicitation is Ms. Chastity Marion, Except as otherwise identified as the Point of Contact, upon issuance of this RFP, other employees and representatives of TDI will not answer questions or otherwise discuss the contents of the RFP with any potential Respondent or its representatives. Potential Respondents are hereby informed that no contact may be made with any person within TDI, other than the Point of Contact, for any information regarding this solicitation. Failure to observe this restriction may result in disqualification of any subsequent response. This restriction does not preclude discussions unrelated to this RFP Addenda to the RFP. Should an addition or correction to this RFP become necessary, TDI will post an Addendum to the ESBD relating to the necessary information. Prospective Respondents are responsible for periodically checking the ESBD for addenda related to this RFP. Respondents submitting a Proposal in response to this RFP are required to acknowledge each addendum by returning a signed copy of the addendum with Respondent s Proposal Delivery of Proposals. Respondent must submit all required number of copies of its Proposal to TDI s Purchasing and Contract Administration (via the TDI Service Center) no later than Friday, April 22, 2016, prior to 3 PM, Central time in Austin, Texas. Responses to this RFP must be time-date stamped before 3 PM, Central time, at TDI s Service Center in Austin, Texas, on Friday, April 22, The Proposal must clearly state the Proposal Due Date and time specified in Section 3.1, Schedule of Events and be titled: Proposal Submitted for RFP # , Late responses will not be considered under any circumstance Late responses properly identified will be returned to the Respondent unopened All responses received prior to the due date and time specified in the RFP become the property of TDI after submission Responses must be submitted to TDI by one of the following methods: U.S. Postal Service to: Texas Department of Insurance Service Center c/o Purchasing and Contract Administration Attn: Ms. Chastity Marion, CTCM, CTPM PO Box Austin, TX RFP No , Instructional Design Development By Overnight or Hand Delivery: Texas Department of Insurance Service Center c/o Purchasing and Contract Administration Attn: Ms. Chastity Marion, CTCM, CTPM 333 Guadalupe Street, Tower 1-Room 103 Austin, TX RFP No , Instructional Design Development

21 Page 21 of Proposal Deadline. All responses must be received and time stamped at TDI prior to 3:00 PM Central time, in Austin, Texas on Friday, April 22, 2016, as specified above in Section 3.1, Schedule of Events Proposal Submittal. Proposals must be placed in a separate envelope or package from the Mandatory Pricing Form (Cost Proposal), and correctly identified with the RFP number and submittal deadline/rfp opening date and time. It is the Respondent s responsibility to appropriately mark and arrange for delivery the Response to TDI by the specified date and time via U.S. Postal Service, other delivery service, or hand-delivery Respondents must submit one (1) original and five (5) copies of its Proposal, and must sign the original copy in blue ink. Respondent must also submit one (1) electronic copy of its Proposal on compact disc or flash drive. Compact discs or flash drives must be labeled with the company s name, and un-encrypted. If Respondent feels it is necessary to encrypt the disc or flash drive, Respondent must immediately provide TDI s Purchasing and Contract Administration contact person listed in Section 3.4.3, with the encryption code, upon request Respondents must submit one (1) original and five (5) copies of the Mandatory Pricing Form (Cost Proposal). Respondents must also submit one (1) electronic copy of the Mandatory Pricing Form on compact disc or flash drive. The electronic copy of the Pricing Form (Cost Proposal) may be on the same compact disc or flash drive as the Proposal The electronic copy of the Respondent s Proposal and Mandatory Pricing Form (Cost Proposal) must be submitted as an ADOBE Portable Document Format (PDF) file. TDI IS NOT RESPONSIBLE FOR DOCUMENTS THAT CANNOT BE READ OR CONVERTED. UNREADABLE PROPOSALS MAY BE, IN TDI S DISCRETION, REJECTED AS NON-RESPONSIVE A U.S. Postal Service (USPS) postmark or validation stamp; a mail receipt with the date of mailing, stamped by the USPS; a dated shipping label, invoice, or receipt from a commercial carrier; or any other documentation in lieu of the on-site time stamp from TDI will not be accepted ed and facsimile proposals will not be accepted Proposals may be withdrawn, in writing, any time prior to the submittal deadline, via notification of the Point of Contact listed above Receipt of all Addenda to this RFP must be acknowledged by Respondent through the return of a signed copy of each addendum, with the submission of the Respondent s Proposal, in accordance with the Proposal Submission Checklist, in Section of this RFP Public Information Act Disclosures. TDI is a governmental body subject to the Texas Public Information Act (PIA), Texas Government Code Chapter 552. The Proposal and other information submitted to TDI by the Respondent are

22 Page 22 of 82 subject to release as public information by TDI. The Proposal and other submitted information is presumed subject to disclosure unless a specific exception to disclosure under the PIA applies If it is necessary for the Respondent to include proprietary or otherwise confidential information in its Proposal or other submitted information, the Respondent must clearly label that proprietary or confidential information and identify the legal basis for confidentiality. Merely making a blanket claim that the entire Proposal is protected from disclosure because it contains some proprietary information is not acceptable, and will make the entire Proposal subject to release under the PIA In order to trigger the process of seeking an Attorney General opinion on the release of proprietary or confidential information, the specific provisions of the Proposal that are considered by the Respondent to be proprietary or confidential must be clearly labeled as described above Any information which is not clearly identified by the Respondent as proprietary or confidential will be deemed subject to disclosure pursuant to the PIA. Respondent will irrevocably deemed to have waived, and Respondent agrees to fully indemnify the State of Texas, TDI any claim of infringement by TDI regarding the intellectual property rights of Respondent or any third party for any materials appearing in the Proposal Contractor is required to make any information created or exchanged with a state governmental entity (as defined by Texas Government Code (d)) pursuant to this Contract, and not otherwise excepted from disclosure under the Texas Public Information Act, available in at least one of the following formats that is accessible by the public at no additional charge to the State of Texas, TDI: portable document format (pdf) compatible with the latest version of Adobe Acrobat ; Microsoft Word ; Microsoft Excel, or Paper Copy If Respondent s Proposal contains any information, which Respondent claims is confidential and not subject to release under the PIA, Respondent must prepare and deliver to TDI four CDs containing the following information: Two CDs (no flash drives accepted), each containing complete copies of all of Respondent s submissions pursuant to this RFP. Respondent must mark these Complete Proposal Documents, [Respondent s Name], TDI RFP [RFP Number]. CONTAINS CONFIDENTIAL INFORMATION Two CDs, (no flash drives accepted) each containing copies of all of Respondent s submissions with all information claimed as confidential excised, blacked out, or otherwise redacted. Each of these CDs must also contain an Appendix which contains clear references to all redacted information including a general description of the redacted information. Respondent must mark these CDs For Public Release: Redacted Version of [Respondent s Name], [AGENCY] RFP [RFP Number].

23 Page 23 of Accuracy of the Proposal and Cost of Submitting the Proposal Respondents Proposal must be true and correct and must contain no cause for claim of omission or error TDI will not reimburse the Respondent for any cost related to the preparation or submission of the Proposal. Respondent is responsible for any expense related to the preparation and submission of its Proposal Exception to Provisions. If Respondent takes any exceptions to any provisions of this RFP, these exceptions must be specifically and clearly identified by Section in Respondent s Proposal in response to this RFP and provided in the Executive Summary addressed in RFP Section On the Executive Summary letter or in a Microsoft Excel spreadsheet submitted as an attachment to the Executive Summary letter, the Respondent must identify exceptions using the following format: RFP Section No. Section Title Description of Exception Proposed Language Respondents cannot take a blanket exception to this entire RFP. If any Respondent takes a blanket exception to this entire RFP or does not provide proposed alternative language, the Respondent s Proposal may be disqualified from further consideration. Any exception included in a Proposal may result in a contract not being awarded to the Respondent. However, if a Respondent includes exceptions in its Proposal, the Respondent shall clearly identify each exception it takes, noting the specific RFP Section number, Section title, detailed description of the exception taken, and the Respondent proposed language advanced, in lieu of the language to which exception is taken. TDI, as a state agency, is prevented by the Texas Constitution from indemnifying vendors. The Respondent is discouraged from including a term in its Proposal that requires TDI to indemnify it. Such a term may result in the Proposal being deemed non-responsive. Additionally, upon contract award to the winning Respondent, TDI shall not negotiate any such terms and condition regarding indemnification of the Contractor. If there are no exceptions, the Respondent shall explicitly state that the Respondent takes no exception to any part of this RFP Responsive Information. The Respondent s Proposal must be responsive to all requirements set forth in this RFP and prepared according to the format described in this RFP. All Proposals must provide sufficient information to enable the review committee to evaluate the Respondent s ability to provide the services described in Part II, Statement of Work, and to comply with any other contractual provisions described in this RFP.

24 Page 24 of Legible Responses. All Proposals must be typewritten and legible, and the Respondent must sign the original copies of the Proposal, including all required documents, in blue ink. Failure to manually sign the required applicable Proposal documents, may lead to a disqualification of the Proposal Authority to Bind in a Contract. The person signing the Proposal, and all required documents must have the authority to bind the Respondent in a contract, and indicate his/her title on all documents requiring a signature Proposal Format and Responsive Documents Organization of Proposal. All Proposals submitted must be bound, organized, and arranged to correspond directly with the numbered sections of this RFP. All pages must be numbered. Failure to arrange the Proposal in the manner set forth in this RFP may result in disqualification. Conciseness and clarity of content must be emphasized. The Respondent must provide all information that the Respondent believes would be helpful to TDI in establishing Respondent s ability to perform the services described in this RFP, and to comply with the requirements of this RFP and any resulting Contract Title Page The Title Page must include the following information: a) RFP ID Number; b) Respondent s Name and Address; c) Respondent s State of Texas Taxpayer Number and Federal Employer s Identification Number, and d) Respondent Company s Contact Name, Title, Signature, and Date Table of Contents. The Proposal must be submitted with a Table of Contents that clearly identifies and denotes the location of each section and sub-section of the Proposal. Additionally, the Table of Contents must clearly identify and denote the location of all enclosures and attachments to the Proposal including relevant page numbers Executive Summary. On company letterhead, Respondent s Proposal must include a brief summary on the services proposed in response to this RFP. The Executive Summary must be limited to no more than five (5) pages and should represent a full and concise summary of the contents of the Proposal If Respondent is providing services beyond those specifically requested, those services must be identified. If Respondent is proposing services that do not meet the specific requirements of this RFP, but in the opinion of the Respondent are equivalent or superior to those specifically requested, any such differences must be noted in the Executive Summary. Each Respondent should realize, however, that failure to provide the services specifically required may result in disqualification The summary should include, at a minimum, but not limited to, the following: a) brief description of the Respondent s qualifications (licenses/certifications), if required by the RFP;

25 Page 25 of 82 b) a description of the Respondent s experience with providing the services requested; c) a description of the Respondent s understanding of the requirements as outlined in Part II, Statement of Work; d) address any exceptions to any provisions of this RFP in the format outlined in Section ; and e) address any additional requirements, Terms and Conditions, or any documentation unaddressed in the RFP that the Respondent has attached in the Proposal as a material submission to the RFP Background This Section details the Respondent s background and experience, including past performance, as it relates to projects similar in scope to the services described in this RFP. The Respondent must demonstrate its ability to perform the services described in the RFP by providing, at a minimum, the following information: Experience a) Respondent must list all engagements of comparable complexity and sensitivity to the requirements of this RFP that have been conducted within the last five (5) years that were similar to the services described in this RFP, or which, though different, require the same general types of resources and skills. b) Each description should be as detailed as necessary to enable TDI to reasonably assess the relevance and usefulness of such experience. Respondent must incorporate the minimum respondent qualifications in Section and in your response to this section. c) Respondent must also specify whether Respondent served as a general/prime contractor or served as a subcontractor. If Respondent served as a general/prime contractor, Respondent must indicate whether it used subcontractors to provide such services and to what extent it relied on subcontractors. d) Respondent must give the client organization s name and describe the service performed; the service s beginning and ending dates, results obtained, and current status of the project Qualifications. To be entitled for consideration, Respondent must have available the required qualified personnel, knowledge, skills, abilities, organization, facilities, materials, supplies and equipment, to fulfill all requirements under this RFP and any resulting Contract. Respondent s Business Proposal must clearly outline the Respondent s qualifications to respond to this RFP and be considered for an award. In particular, the Business Proposal must include all qualifications required in Section I of this RFP.

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 Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT Date original issued: September 28, 2015 Qualifications Statements due: The City of Vallejo will consider Proposals submitted in response

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

Request for Proposal for. Identity Theft Protection Services. RFP No. 1521. Sealed Proposals will be received until April 2, 2015 at 3pm

Request for Proposal for. Identity Theft Protection Services. RFP No. 1521. Sealed Proposals will be received until April 2, 2015 at 3pm Request for Proposal for Identity Theft Protection Services RFP No. 1521 Sealed Proposals will be received until April 2, 2015 at 3pm PROPOSALS ARE TO BE DELIVERED OR MAILED TO: Jessica Chavira TEXAS STATE

More information

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011 GALVESTON COUNTY HEALTH DISTRICT Request For Proposal Health Insurance Broker Services RFP 15-011 INTRODUCTION The Galveston County Health District (GCHD) is requesting Proposals for health insurance broker

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

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

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits The City of Louisville, Colorado is accepting proposals for the purpose of performing sales and use tax, and franchise fee compliance

More information

CONSULTANT AGREEMENT. THIS CONSULTANT S AGREEMENT (the Agreement ) is effective this day of

CONSULTANT AGREEMENT. THIS CONSULTANT S AGREEMENT (the Agreement ) is effective this day of CONSULTANT AGREEMENT THIS CONSULTANT S AGREEMENT (the Agreement ) is effective this day of, 2011, by and between the TOWN OF UNIVERSITY PARK (the Town ), a municipal corporation of the State of Maryland,

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

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

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

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS M. D. ANDERSON CANCER CENTER SERVICE PROVIDER for A PROJECT OF LIMITED SIZE OR SCOPE

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS M. D. ANDERSON CANCER CENTER SERVICE PROVIDER for A PROJECT OF LIMITED SIZE OR SCOPE AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS M. D. ANDERSON CANCER CENTER SERVICE PROVIDER for A PROJECT OF LIMITED SIZE OR SCOPE This Agreement is made as of, 20 (the Effective Date ), by and between: The

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

Master Software Purchase Agreement

Master Software Purchase Agreement Master Software Purchase Agreement This Master Software Purchase Agreement ( Agreement ) is entered into as of Wednesday, March 12, 2014 (the Effective Date ) by and between with principal offices at (

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) Bid Event Number: EVT0001204 Date Mailed: February 9, 2012 Closing Date: March 15, 2012, 2:00 PM Procurement Officer: Constance S Schuessler Telephone: 785-296-1171 E-Mail Address:

More information

Request for Proposals

Request for Proposals Will County Treasurer Request for Proposals Merchant Services, ACH, and Online Bill Payment Brian S. McDaniel 3/5/2014 Introduction General Rules The Will County Treasurer will consider proposals from

More information

Debt Collection Services

Debt Collection Services NORTHWEST RURAL EMERGENCY MEDICAL SERVICES ASSOCIATION, INC. 29530 QUINN ROAD TOMBALL, TX 77375 281-351-8272 REQUEST FOR PROPOSALS For Debt Collection Services for Northwest EMS Proposals are due by 3:00

More information

Request for Proposal. Credit (Purchasing) Card Services Program

Request for Proposal. Credit (Purchasing) Card Services Program The Corporation of the City of Elliot Lake 45 Hillside Drive North, Elliot Lake, Ontario P5A 1X5 Request for Proposal Credit (Purchasing) Card Services Program Date of Issue July 4, 2014 Proposal Submission

More information

Request for Proposals (RFP)

Request for Proposals (RFP) Request for Proposals (RFP) Claims Audits for 2016, 2018, 2020 Liability, Auto, Property and Workers Compensation CIS (Citycounty Insurance Services) 1212 Court Street NE Salem, OR 97301 (503) 763-3800

More information

Design Development Agreement

Design Development Agreement Design Development Agreement June 2010 prepared by Larry Kirkland, PAN Council Member and The Law Office of Sarah Conley Disclaimer The Public Art Commission Agreement is made available as a service of

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

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

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

Request for Proposals to Design, Build, Finance, Operate and Maintain North Commuter Parkway and Traffic Bridge Project City of Saskatoon

Request for Proposals to Design, Build, Finance, Operate and Maintain North Commuter Parkway and Traffic Bridge Project City of Saskatoon Request for Proposals to Design, Build, Finance, Operate and Maintain North Commuter Parkway and Traffic Bridge Project City of Saskatoon () Request for Proposals TABLE OF CONTENTS SECTION 1 INTRODUCTION...

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

REQUEST FOR QUALIFICATIONS ROOF INVESTIGATION SERVICES

REQUEST FOR QUALIFICATIONS ROOF INVESTIGATION SERVICES REQUEST FOR QUALIFICATIONS ANNUAL CONTRACT FOR ROOF INVESTIGATION SERVICES School Board of Volusia County Florida Facilities Planning and Business Services 3750 Olson Drive, Daytona Beach Florida 32124

More information

AN AGREEMENT BY AND BETWEEN THE TEXAS A&M UNIVERSITY SYSTEM OFFICES AND FM GLOBAL

AN AGREEMENT BY AND BETWEEN THE TEXAS A&M UNIVERSITY SYSTEM OFFICES AND FM GLOBAL AN AGREEMENT BY AND BETWEEN THE TEXAS A&M UNIVERSITY SYSTEM OFFICES AND FM GLOBAL This Services Agreement ( Agreement ) is entered into effective upon final execution of this agreement (the Effective Date

More information

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE: REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES Prepared by City of Richmond Finance Department February 18, 2016 RESPONSES DUE: 2:30 P.M., Monday, March 7, 2016 REQUEST FOR STATEMENTS OF QUALIFICATIONS

More information

REQUEST FOR PROPOSALS FOR PROPERTY RISK MANAGEMENT SERVICES

REQUEST FOR PROPOSALS FOR PROPERTY RISK MANAGEMENT SERVICES REQUEST FOR PROPOSALS FOR PROPERTY RISK MANAGEMENT SERVICES DEVELOPMENT AUTHORITY OF FULTON COUNTY 141 PRYOR STREET S.W., SUITE 1031 ATLANTA, GEORGIA 30303 DATE RE-ISSUED JANUARY 21, 2014 RESPONSES DUE

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

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

REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES

REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES LEGISLATIVE COUNCIL SERVICE 411 STATE CAPITOL SANTA FE, NEW MEXICO 87501 (505) 986-4600 ISSUE DATE: June 19, 2015 NOTICE The

More information

IOWA LOTTERY AUTHORITY BID 16-03 Security Assessment Services

IOWA LOTTERY AUTHORITY BID 16-03 Security Assessment Services IOWA LOTTERY AUTHORITY BID 16-03 Security Assessment Services SECTION 1. OVERVIEW AND BID PROCEDURES. 1.0 Introduction and Background. The purpose of this Request for Bid is to solicit proposals from qualified

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

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

Request for Proposal for. Marketing Project Management Software

Request for Proposal for. Marketing Project Management Software Request for Proposal for Marketing Project Management Software 1503 Sealed Proposals will be received until October 10, 2014 at 10am PROPOSALS TO BE DELIVERED, MAILED TO: Jessica Chavira, CTPM TEXAS STATE

More information

TABLE OF CONTENTS. Section 1: Minimum Qualifications 4. Section 2: Guidelines and General Information 5

TABLE OF CONTENTS. Section 1: Minimum Qualifications 4. Section 2: Guidelines and General Information 5 AUGUST 17, 2015 NOTICE INVITING PROPOSALS FOR THE CITY OF BEVERLY HILLS, COMMUNITY SERVICES DEPARTMENT RECREATION MANAGEMENT SOFTWARE SYSTEM The City of Beverly Hills invites prospective respondents to

More information

REQUEST FOR PROPOSALS FOR LEGAL SERVICES

REQUEST FOR PROPOSALS FOR LEGAL SERVICES ROCHESTER SCHOOLS MODERNIZATION PROGRAM - PHASE 2 REQUEST FOR PROPOSALS FOR LEGAL SERVICES The Rochester Joint Schools Construction Board, on behalf of Rochester Schools Modernization Program, is seeking

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL RFP ISSUE DATE: September 26 th, 2001 TITLE: RFP NUMBER: San José State University Website Redesign F-WR00001181-AL PURCHASING OFFICE CONTACT: DEPARTMENT OFFICIAL: Alex Lebedeff, Mary

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

CITY OF DALLAS. Request for Competitive Sealed Proposal (RFCSP) BUZ1524. For. SCADA Repair, Parts and Support

CITY OF DALLAS. Request for Competitive Sealed Proposal (RFCSP) BUZ1524. For. SCADA Repair, Parts and Support CITY OF DALLAS Request for Competitive Sealed Proposal (RFCSP) BUZ1524 For SCADA Repair, Parts and Support Purpose The purpose of this specification is to establish a thirty-six (36) month service agreement

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL by The University of Texas System for Selection of a Vendor to Provide Outplacement Services related to The University of Texas System Institutions RFP No. UCI32011 Submittal Deadline:

More information

HACC, Central Pennsylvania s Community College Harrisburg, Pa.

HACC, Central Pennsylvania s Community College Harrisburg, Pa. RFP15-03 Integrated Marketing Communications Services HACC, Central Pennsylvania s Community College Harrisburg, Pa. Request for Proposal RFP15 03 For Integrated Marketing Communications Services Issued:

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

Service Agreement Hosted Dynamics GP

Service Agreement Hosted Dynamics GP Service Agreement Hosted Dynamics GP This is a Contract between you ( Company ) and WebSan Solutions Inc. ( WebSan ) of 245 Fairview Mall Drive, Suite 508, Toronto, ON M2J 4T1, Canada. This contract applies

More information

REQUEST FOR PROPOSALS For Federal Consulting Services: Washington D.C.-based

REQUEST FOR PROPOSALS For Federal Consulting Services: Washington D.C.-based REQUEST FOR PROPOSALS For Federal Consulting Services: Washington D.C.-based The Nebraska State College System (NSCS) PO Box 94605 1115 K Street, Suite 102 Lincoln NE, 68509-4605 Release Date: September

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

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

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PIERSON ELEMENTARY REPLACEMENT SCHOOL PROJECT NO. 164519

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PIERSON ELEMENTARY REPLACEMENT SCHOOL PROJECT NO. 164519 REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES FOR PIERSON ELEMENTARY REPLACEMENT SCHOOL PROJECT NO. 164519 School Board of Volusia County Florida Facilities Services 3750 Olson Drive, Daytona Beach

More information

Wahkiakum County Request for Proposal New Telephony System with Unified Communication support. Due Date: 3:00pm May 15 st 2015

Wahkiakum County Request for Proposal New Telephony System with Unified Communication support. Due Date: 3:00pm May 15 st 2015 Wahkiakum County Request for Proposal New Telephony System with Unified Communication support. Due Date: 3:00pm May 15 st 2015 INTRODUCTION AND BACKGROUND Proposal Deadline: Proposal will be received by

More information

Request for Proposals for Upgraded or Replacement Phone System

Request for Proposals for Upgraded or Replacement Phone System City of Bandon Request for Proposals for Upgraded or Replacement Phone System 7/17/2015 Phone System Request for Proposal Page 1 NOTICE The City of Bandon is accepting Proposals for an upgraded or replacement

More information

TOWN OF WEST NEW YORK REQUEST FOR QUALIFICATIONS LEGAL SERVICES WORKER S COMPENSATION ATTORNEY. Qualification Period January 1, 2014 December 31, 2014

TOWN OF WEST NEW YORK REQUEST FOR QUALIFICATIONS LEGAL SERVICES WORKER S COMPENSATION ATTORNEY. Qualification Period January 1, 2014 December 31, 2014 TOWN OF WEST NEW YORK REQUEST FOR QUALIFICATIONS LEGAL SERVICES WORKER S COMPENSATION ATTORNEY Qualification Period January 1, 2014 December 31, 2014 SUBMISSION DEADLINE 3:30 p.m., November 15, 2013 ADDRESS

More information

Terms and Conditions for Tax Services

Terms and Conditions for Tax Services Terms and Conditions for Tax Services In the course of delivering services relating to tax return preparation, tax advisory, and assistance in tax controversy matters, Brady, Martz & Associates, P.C. (we

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS LITTLE ROCK ADVERTISING & PROMOTION COMMISSION Physical Address: 426 West Markham Street Little Rock, Arkansas 72201 Mailing Address: P.O. Box 3232 Little Rock, Arkansas 72203 REQUEST FOR QUALIFICATIONS

More information

CITY OF POMONA. Request for Qualifications and Proposals. For

CITY OF POMONA. Request for Qualifications and Proposals. For CITY OF POMONA Request for Qualifications and Proposals For One-Time Assignment of Rights to Wireless Telecommunication Facilities, and Related Access Easements (Cell Tower Leases) Purchasing Specification

More information

TAFT LIBRARY ADDENDUM STANDARD FORM OF AGREEMENT BETWEEN TOWN OF MENDON ( THE TOWN ) AND ( ARCHITECT ) 1.1 Delete space if no additional information.

TAFT LIBRARY ADDENDUM STANDARD FORM OF AGREEMENT BETWEEN TOWN OF MENDON ( THE TOWN ) AND ( ARCHITECT ) 1.1 Delete space if no additional information. TAFT LIBRARY ADDENDUM STANDARD FORM OF AGREEMENT BETWEEN TOWN OF MENDON ( THE TOWN ) AND ( ARCHITECT ) This Addendum is attached to and modifies the Standard Form of Agreement between the Town and Architect,

More information

How to File a Workers Compensation Request For Proposal

How to File a Workers Compensation Request For Proposal REQUEST FOR PROPOSAL West Virginia Offices of the Insurance Commissioner Workers Compensation for West Virginia State Agencies INS 11015 TABLE OF CONTENTS Section 1: Section 2: Section 3: Section 4: Section

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS REQUEST FOR QUALIFICATIONS by The University of Texas Southwestern Medical Center at Dallas for Selection of a Vendor to Provide Engineering Services related to Campus Facilities Projects RFQ No. 729-09-49

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

FIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE

FIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE THE SCHOOL DISTRICT SHARON SWAN ARTHUR C. JOHNSON, Ph.D. OF PALM BEACH COUNTY, FLORIDA DIRECTOR SUPERINTENDENT CONSTRUCTION PURCHASING DEPARTMENT 3661 INTERSTATE PARK ROAD NORTH, SUITE 200 RIVIERA BEACH,

More information

City of Powell Request for Proposals for a Total Compensation Survey

City of Powell Request for Proposals for a Total Compensation Survey City of Powell Request for Proposals for a Total Compensation Survey Section I The City of Powell is soliciting proposals from qualified consulting firms, experienced in the development of a job evaluation

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 Proposal RFP #201501. Printing & Mailing Services

Request for Proposal RFP #201501. Printing & Mailing Services Request for Proposal Printing & Mailing Services Date of Issue: 03/24/2015 For period beginning: 05/01/2015 Due Date/Time for Receipt of Proposals: 04/06/2015 @ 2:00 p.m. (EDT) RFP Number: 201501 Date

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

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

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

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

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted Description: The New River Valley Regional Jail Authority (NRVRJA) values and appreciates the contributions and efforts of its employees. Toward this end, the NRVRJA is committed to providing a supportive,

More information

RFP#2015-05 ASSESSMENT MANAGEMENT SYSTEM. DATE DUE: April 24, 2015 at 3:00PM

RFP#2015-05 ASSESSMENT MANAGEMENT SYSTEM. DATE DUE: April 24, 2015 at 3:00PM RFP # 2015-05 ASSESSMENT MANAGEMENT SYSTEM DATE DUE: April 24, 2015 at 3:00PM By: Charles Hergenraeder Purchasing Manager Merced Community District Page 1 of 21 MERCED COMMUNITY COLLEGE DISTRICT NOTICE

More information

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE This Agreement is made as of, 20 (the Effective Date ), by and

More information

INDEPENDENT VIRTUAL ASSISTANT AGREEMENT (Company)

INDEPENDENT VIRTUAL ASSISTANT AGREEMENT (Company) INDEPENDENT VIRTUAL ASSISTANT AGREEMENT (Company) This Independent Virtual Assistant Agreement ( Agreement ) is entered into as of,, by and between, with a principal place of business at ( Company ), and,

More information

STATE OF OREGON COVER PAGE WORKERS COMPENSATION CLAIMS TRAINING DCBS-1457-15

STATE OF OREGON COVER PAGE WORKERS COMPENSATION CLAIMS TRAINING DCBS-1457-15 STATE OF OREGON COVER PAGE Department of Consumer and Business Services Workers Compensation Division WORKERS COMPENSATION CLAIMS TRAINING Request for Proposal (RFP) DCBS-1457-15 Date of Issue: February

More information

CITY OF SHREVEPORT STANDARD CLAUSES BY REFERENCE

CITY OF SHREVEPORT STANDARD CLAUSES BY REFERENCE STANDARD SOLICITATION INSTRUCTIONS/PROVISIONS AND GENERAL CONTRACT CLAUSES FOR THE CITY OF SHREVEPORT LOUISIANA CITY OF SHREVEPORT STANDARD CLAUSES BY REFERENCE THE FOLLOWING CITY OF SHREVEPORT (HEREINAFTER

More information

REQUEST FOR QUALIFICATIONS/PROPOSALS (RFQ/P) FOR COMMERCIAL PROPERTY MANGEMENT SERVICES FOR 3737 MAIN STREET GROUND FLOOR COMMERCIAL

REQUEST FOR QUALIFICATIONS/PROPOSALS (RFQ/P) FOR COMMERCIAL PROPERTY MANGEMENT SERVICES FOR 3737 MAIN STREET GROUND FLOOR COMMERCIAL REQUEST FOR QUALIFICATIONS/PROPOSALS (RFQ/P) FOR COMMERCIAL PROPERTY MANGEMENT SERVICES FOR 3737 MAIN STREET GROUND FLOOR COMMERCIAL ISSUED: JUNE 21, 2016 PROPOSALS DUE: AUGUST 22, 2016 CITY OF RIVERSIDE

More information

UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT

UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT SECTION 1 ADMINISTRATIVE OVERVIEW 1.1 BACKGROUND Utah County is planning to

More information

PROFESSIONAL SERVICES AGREEMENT BETWEEN UNIVERSITY OF NORTH TEXAS SYSTEM AND DESIGN PROFESSIONAL (MORE THAN $100,000.00 IN COMPENSATION)

PROFESSIONAL SERVICES AGREEMENT BETWEEN UNIVERSITY OF NORTH TEXAS SYSTEM AND DESIGN PROFESSIONAL (MORE THAN $100,000.00 IN COMPENSATION) PROFESSIONAL SERVICES AGREEMENT BETWEEN UNIVERSITY OF NORTH TEXAS SYSTEM AND DESIGN PROFESSIONAL (MORE THAN $100,000.00 IN COMPENSATION) This Agreement made the day of (the Effective Date ), by and between

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

Agreement. Whereas, ThinkGeek is interested in creating products based on the Idea.

Agreement. Whereas, ThinkGeek is interested in creating products based on the Idea. Agreement This Agreement is entered into as of ( Effective Date ) by and between ( Inventor ), [ADDRESS] and ThinkGeek, Inc., a Delaware corporation with an office at 11216 Waples Mill Rd., Suite 100,

More information

STATE OF TENNESSEE DEPARTMENT OF TRANSPORTATION REQUEST FOR PROPOSALS # 40100-04815 AMENDMENT # EIGHT LOGO SIGN PROGRAM

STATE OF TENNESSEE DEPARTMENT OF TRANSPORTATION REQUEST FOR PROPOSALS # 40100-04815 AMENDMENT # EIGHT LOGO SIGN PROGRAM 8-21-14 RFP STATE OF TENNESSEE DEPARTMENT OF TRANSPORTATION REQUEST FOR PROPOSALS # 40100-04815 AMENDMENT # EIGHT LOGO SIGN PROGRAM DATE: October 1, 2015 RFP # 40100-04815 IS AMENDED AS FOLLOWS: 1. This

More information

REQUEST FOR PROPOSALS FOR ADMINISTRATION OF SELF-INSURED MEDICARE SUPPLEMENT PLAN RFP # 31786-00134

REQUEST FOR PROPOSALS FOR ADMINISTRATION OF SELF-INSURED MEDICARE SUPPLEMENT PLAN RFP # 31786-00134 STATE OF TENNESSEE DEPARTMENT OF FINANCE AND ADMINISTRATION DIVISION OF BENEFITS ADMINISTRATION REQUEST FOR PROPOSALS FOR ADMINISTRATION OF SELF-INSURED MEDICARE SUPPLEMENT PLAN RFP CONTENTS SECTIONS:

More information

AGREEMENT FOR SECURITY AND TRANSPORT SERVICES

AGREEMENT FOR SECURITY AND TRANSPORT SERVICES AGREEMENT FOR SECURITY AND TRANSPORT SERVICES THIS AGREEMENT For Security Services (the Agreement ) is made and entered into effective this day of, 20, by and between CITY OF Commerce City, COLORADO, a

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS PLYMOUTH-CANTON COMMUNITY SCHOOLS REQUEST FOR PROPOSALS Assignment of Rights to Wireless Telecommunication Lease, Tower and/or Tower Management Agreement Plymouth-Canton Community Schools E.J. McClendon

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 CONSULTING SERVICES (Sponsored Research) Consulting Agreement Number CA###-####-#### IIT PURCHASE ORDER NO. **

AGREEMENT FOR CONSULTING SERVICES (Sponsored Research) Consulting Agreement Number CA###-####-#### IIT PURCHASE ORDER NO. ** AGREEMENT FOR CONSULTING SERVICES () Consulting Agreement Number CA###-####-#### IIT PURCHASE ORDER NO. ** THIS AGREEMENT is made and entered into as of this day of, 20 (the Effective Date ) by and between

More information

Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN

Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN The Delmar School District (DSD) is seeking the professional services of a Construction Management (CM) firm for the

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

REQUEST FOR PROPOSALS FOR CALL CENTER AND FULFILLMENT SERVICES RFP # 32601-15018

REQUEST FOR PROPOSALS FOR CALL CENTER AND FULFILLMENT SERVICES RFP # 32601-15018 STATE OF TENNESSEE DEPARTMENT OF TOURIST DEVELOPMENT REQUEST FOR PROPOSALS FOR CALL CENTER AND FULFILLMENT SERVICES RFP CONTENTS SECTIONS: 1. INTRODUCTION 2. RFP SCHEDULE OF EVENTS 3. RESPONSE REQUIREMENTS

More information

REQUEST FOR PROPOSAL PROJECT TITLE: NETWORK INFRASTRUCTURE VULNERABILITY ASSESSMENT RFP NUMBER: # IS-102805

REQUEST FOR PROPOSAL PROJECT TITLE: NETWORK INFRASTRUCTURE VULNERABILITY ASSESSMENT RFP NUMBER: # IS-102805 FINANCE DIVISION 455 Golden Gate Avenue. San Francisco, California 94102-3688 Telephone 415-865-7960. Fax 415-865-4325. TDD 415-865-4272 REQUEST FOR PROPOSAL PROJECT TITLE: NETWORK INFRASTRUCTURE VULNERABILITY

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

M E M O R A N D U M. DATE: September 1, 2009. Prospective Vendors. Russell Guindon, Senior Deputy Fiscal Analyst Fiscal Analysis Division

M E M O R A N D U M. DATE: September 1, 2009. Prospective Vendors. Russell Guindon, Senior Deputy Fiscal Analyst Fiscal Analysis Division M E M O R A N D U M DATE: September 1, 2009 TO: FROM: SUBJECT: Prospective Vendors Russell Guindon, Senior Deputy Fiscal Analyst Fiscal Analysis Division Request for Proposal Senate Concurrent Resolution

More information

PROFESSIONAL SERVICES CONSULTING AGREEMENT

PROFESSIONAL SERVICES CONSULTING AGREEMENT PROFESSIONAL SERVICES CONSULTING AGREEMENT THIS AGREEMENT, effective as of the date of (the Effective Date ), is by and between New Jersey Institute of Technology ("NJIT"), a public research university,

More information

COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK 12601 (845) 486-3670

COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK 12601 (845) 486-3670 COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK 12601 (845) 486-3670 The Division of Central Services has developed this

More information

Invitation to Bid (ITB) ITB15000677

Invitation to Bid (ITB) ITB15000677 Invitation to Bid (ITB) ITB15000677 ORACLE EXADATA STORAGE SERVER SUPPORT IDAHO DEPARTMENT OF HEALTH & WELFARE INFORMATION & TECHNOLOGY SERVICES DIVISION Date of Issuance: 05/21/2015 TABLE OF CONTENTS

More information

ELECTRONIC INDEPENDENT CONTRACTOR AGREEMENT INTRODUCTION

ELECTRONIC INDEPENDENT CONTRACTOR AGREEMENT INTRODUCTION INTRODUCTION This is an AGREEMENT between you and Field Solutions, LLC ( Field Solutions ) that defines the terms and conditions for Field Solutions to engage you to provide services to our customers as

More information

Belgrade School District No. 44 2015 Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software

Belgrade School District No. 44 2015 Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software Belgrade School District No. 44 2015 Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software Prepared by Business Administration BELGRADE PUBLIC SCHOOLS INVITATION TO SUBMIT

More information

Borough of Jamesburg

Borough of Jamesburg Borough of Jamesburg Sale of Cellular Communications Tower Lease Bid Specifications Borough of Jamesburg 131 Perrineville Road Jamesburg, NJ 08831 July, 2012 Bid Opening August 16, 2012 11:00am Borough

More information

SOLICITATION QUOTATION BLANKET ORDER

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

More information

E-RATE CONSULTING AGREEMENT

E-RATE CONSULTING AGREEMENT E-RATE CONSULTING AGREEMENT This E-Rate Consulting Agreement is made and entered into on this _6th_ day of August 2012 between the Harrisburg School District (the District ) and Julie Tritt-Schell (the

More information

ATLANTA COMMERCIAL BOARD OF REALTORS, INC. EXCLUSIVE LISTING AGREEMENT FOR SALE OF REAL PROPERTY

ATLANTA COMMERCIAL BOARD OF REALTORS, INC. EXCLUSIVE LISTING AGREEMENT FOR SALE OF REAL PROPERTY ATLANTA COMMERCIAL BOARD OF REALTORS, INC. EXCLUSIVE LISTING AGREEMENT FOR SALE OF REAL PROPERTY THIS EXCLUSIVE LISTING AGREEMENT (this Agreement ), dated, is made and entered into by and between as owner

More information