White Mountain Apache Housing Authority REQUEST FOR PROPOSAL For INFORMATION TECHNOLOGY SERVICES

Size: px
Start display at page:

Download "White Mountain Apache Housing Authority REQUEST FOR PROPOSAL For INFORMATION TECHNOLOGY SERVICES"

Transcription

1 White Mountain Apache Housing Authority REQUEST FOR PROPOSAL For INFORMATION TECHNOLOGY SERVICES The White Mountain Apache Housing Authority (WMAHA) is seeking to enter into a Contract for Information Technology Services on the Fort Apache Indian Reservation. The White Mountain Apache Housing Authority is the Tribally Designated Housing Entity of the White Mountain Apache Tribe that administers the U.S. Department of Housing and Urban Development (HUD) Indian Housing Block Grant (IHBG) for low income housing under the Native American Housing Assistance and Self Determination Act of 1996 (NAHASDA). You are invited to submit a proposal to be received by Mr. Ermon Colelay, Procurement Manager, White Mountain Apache Housing Authority, PO Box 1270, Whiteriver, AZ 85941, no later than 4:00 pm on March 25, Applicable Laws The solicitation is being conducted in accordance with 24 CFR Part The Contractor must be able and willing to provide services to the WMAHA and be licensed to provide the required services. (please check with your legal department for any and all relevant Laws) RECEIPT OF REQUEST FOR BID DOCUMENT If you obtained this RFP document by notification through a newspaper advertisement or from our website, or you want to modify your contact information, please contact the White Mountain Apache Housing Authority Contact person identified on the front cover. INSURANCE REQUIREMENTS Before a contract can be executed, the successful bidder shall provide evidence of insurance coverage in accordance with the Insurance Provisions section of the Special Provisions contained within this solicitation document. Bidders and their insurance agent, broker or representative must review the insurance provisions to understand its requirements and cost to contract with the WMAHA. An insurance affidavit is included in this solicitation verify the bidder and their insurance agent, broker or representative will comply with the insurance provisions if a contract is awarded. By signing and submitting a proposal under this solicitation, the offeror certifies that if awarded the contract, it will have the following insurance coverage at the time the contract is awarded. The bidder or offeror further certifies that the contractor and any subcontractors will maintain these insurance coverage during the entire term of the contract and that all insurance coverage will be provided by insurance companies authorized to sell insurance in the State of Arizona.

2 MINIMUM INSURANCE COVERAGES AND LIMITS REQUIRED FOR MOST CONTRACTS: 1. Workers Compensation - Statutory requirements and benefits. Coverage is compulsory for employers of three or more employees, to include the employer. Contractors who fail to notify the WMAHA of increases in the number of employees that change their workers compensation requirements under the Arizona statutes during the course of the contract shall be in noncompliance with the contract. 2. Employer s Liability - $100, Commercial General Liability - $1,000,000 per occurrence. Commercial General Liability is to include bodily injury and property damage, personal injury and advertising injury, products and completed operations coverage. The WMAHA must be named as an additional insured and so endorsed on the policy. 4. Automobile Liability - $1,000,000 per occurrence. (Only used if motor vehicle is to be used in the contract.) Background: A map of the area is provided in Exhibit A. Specifications/Scope of Work: The successful contractor will be on call to provide technical assistance and system administration to the Organization. The contractor will be responsible for troubleshooting computer problems and maintaining the Organization s personal computer network to prepare for future needs and to prevent technical difficulties. Specific responsibilities include, but are not limited to, the following: Provide general professional services on an as-needed basis primarily during normal business hours M- F 8:00 a.m. to 5:00 p.m. Guarantee a 4-hour response time for emergency situations for 24x7x365 Evaluate the Organization IT system and develop a prioritized order of recommended hardware and software upgrades to make it and keep it current. Server management includes such as Active directory creation, Role base user segregation, Group Policy Management Server roles and feature installation and setup Server security management Network Security Management Server Monitoring Redundancy techniques Threat protection Data Encryption Event log management Reporting Certified and Experienced professional as support team Provide support and monitoring

3 Provide website creation, monitoring, maintenance and update Monitor network security and usage and perform necessary system housekeeping Document information system processes and procedures and assist with network security Provide telephone assistance for users with operational problems Coordinate the hardware and software purchases and assist in budget preparation for the IT function ADDENDUM TO THE IT SUPPORT SERVICES: Current Network in Production: 2 servers with 1 server running Window Server 2008 R2 having roles of Active Directory Domain Controller, DHCP, DNS and file services and the 2 nd server running VMWare with 2 copies of Windows Server 2012 R2 for Main Exchange 2013 and Windows RDS. 54 workstations consisting of 24 desktops with Windows XP, 34 desktops with Windows 7 and 8 Windows 8.1 Pro tablets and 6 Apple Ipads. Each desktop workstation has a Multi Function Printer. 8 networked MFP printers 2 Layer 3 switches and 2 additional Layer 2 switches Dell Sonicwall appliance for Firewall and content filtering FUTURE NEEDS OF WMAHA AND TRAINING NEEDS OF IT STAFF: New virtual server installation with VMware and Windows 2012 R2 Installation of storage server for backups and replication of virtual devices / servers Virtual server sprawl management Use of SSH for security purposes Recommendation of backup utility (i.e. ShadowCraft, Veeam, etc.) and implementation of schedule backup plan for disaster management / recovery Roles for virtual server management Network load balancing, application load balancing and clustering Troubleshoot (either remotely or on-site) hardware and software issues Certified and experienced professional support team Event log management Remote Desktop Services installation on a Windows Server 2012 R2 and remote devices (laptops, tablets, smartphone, etc.) for personnel remote connectivity

4 Remote site backup in addition to in-house backup solution Exchange Server 2013 mail support and monitoring Logbook documentation and recommended software tools of server event / activities Also require a disaster recovery plan implementation Training as needed for White Mountain Apache Housing Authority IT staff TERMS AND CONDITIONS of AWARD: Selection shall be made of two or more offerors deemed to be fully qualified and best suited among those submitting proposals on the basis of the evaluation factors included in the Request for Proposals, including price, if so stated in the Request for Proposals. Negotiations shall be conducted with the offerors so selected. Price shall be considered, but need not be the sole determining factor. After negotiations have been conducted with each offeror so selected, the agency shall select the offeror which, in its opinion, has made the best proposal, and shall award the contract to that offeror. The WMAHA may cancel this Request for Proposals or reject proposals at any time prior to an award, and is not required to furnish a statement of the reasons why a particular proposal was not deemed to be the most advantageous. Should the WMAHA determine in writing and in its sole discretion that only one offeror is fully qualified, or that one offeror is clearly more highly qualified than the others under consideration, a contract may be negotiated and awarded to that offeror. The award document will be a contract incorporating by reference all the requirements, terms and conditions of the solicitation and the contractor s proposal as negotiated.

5 REFERENCES: Bidders shall provide a list of at least 3 references where similar goods and/or services have been provided. Each reference shall include the name of the organization, the complete mailing address, the name of the contact person and telephone number ORGANIZATION ADDRESS CONTACT PERSON/TELEPHONE RENEWAL OF CONTRACT: This contract may be renewed by the WMAHA upon written agreement of both parties for three years under the terms of the current contract, and at a reasonable time (approximately 90 days) prior to the expiration of the contract. INDIAN PREFERENCE REQUIREMENTS Projects operated with assistance under the Native American Housing and Self-Determination Act of 1996 with implementing regulations at 24 CFR are subject to Section 7(b) of the Indian Self-Determination and Education Assistance Act (25 U.S.C. 450e(b)). Section 7(b) provides that any contract or subcontract pursuant to an Act authorizing grant to Indian organizations or for the benefit of Indians shall require that, to the greatest extent feasible, (1) preference and opportunities for training and employment shall be given to Indians, and (2) preference in the award of contracts or subcontracts shall be given to Indian organizations and Indian-owned economic enterprises as defined in Section 3 of the Indian Financing Act of 1974 (25 U.S.C. 1452). GENERAL REQUIREMENTS A. Personnel The Agreement and Letter of Transmittal shall identify the Management Contact (representative authorized to sign an agreement for your firm) and Project Manager (person responsible for day-to-day management of project). The successful proposer may change the Management Contact, Project Manager, and other supporting staff and specialists with prior written permission of the WMAHA. B. Right to Request Additional Information During the evaluation process, the WMAHA reserves the right, where it may serve the WMAHA s best interest, to request additional information or clarifications from proposers, or to allow corrections of errors or omissions. At the discretion of the WMAHA, firms submitting proposals may be requested to make oral presentations as part of the evaluation process.

6 C. Right to Reject Proposals The WMAHA reserves the right without prejudice to reject any or all proposals. D. Proposal Interpretations and Addenda Any change to or interpretation of the RFP by the WMAHA will be sent to each firm or individual to whom an RFP has been sent and any such changes or interpretations shall become a part of the RFP for incorporation into any agreement awarded pursuant to the RFP. E. Proposal become Property of the WMAHA All proposals submitted in response to this RFP will become the property of the WMAHA upon submittal. F. Additional Services The Scope of Work describes the minimum work to be accomplished. Upon final selection of the firm, the Scope of Work may be modified and refined during negotiations with the WMAHA. G. Conflict of Interest By signing the Agreement, the successful proposer declares and warrants that no elected or appointed official, officer or employee of the WMAHA has been or shall be compensated, directly or indirectly, in connection with the award of the Agreement or any work for the proposed project. For the term of the Agreement, no elected or appointed official, officer or employee of the WMAHA, during the term of his/her service with the WMAHA and for two (2) years following his/her termination of office or employment with the WMAHA, shall have any direct interest in the Agreement, or obtain any present, anticipated or future material benefit arising from the Agreement or his/her relationship to the Agreement. H. Confidential Information The WMAHA shall refrain from releasing Proposer's proprietary information ("Proprietary Information") unless the WMAHA's legal counsel determines that the release of the Proprietary Information is required by applicable laws of the White Mountain Apache Tribe, or federal law, or order of a court of competent jurisdiction, in which case the WMAHA shall notify Proposer of its intention to release Proprietary Information. Proposer shall have five (5) working days after receipt of the Release Notice to give WMAHA written notice of Proposer's objection to the WMAHA's release of Proprietary Information. Proposer shall indemnify, defend and hold harmless the WMAHA, and its officers, directors, employees and agents from and against all liability, loss, cost or expense (including attorney s fees) arising out of a legal action brought to compel the release of Proprietary Information. WMAHA shall not release the Proprietary Information after receipt of the Objection Notice unless either: (1) Proposer fails to fully indemnify, defend (with WMAHA's choice of legal counsel), and hold WMAHA harmless from any legal action brought to compel such release; and/or (2) a final and nonappealable order by a court of competent jurisdiction requires that WMAHA release such information.

7 Proposal Evaluation Criteria: Proposals should address each of the following criteria. Each proposal may be awarded up to the number of points identified: 1. Specialized Financial Management and Technical Competence 15 Evidence of the firm s knowledge of public accountancy and ability to perform the work, as indicated by profiles of the principal(s) and staff s professional and technical competence and experience. The key personnel who will be assigned to the project should be identified along with documentation of their relevant skills and abilities. Experience and working knowledge of Sage is required. 2. Capacity and Capability 20 Firm or person s capacity and capability to perform the services in the timeframe specified. i. The firm s past experience and performance on comparable private/tribal government/other government engagements. ii. The quality of the firm s professional personnel, including Independent Public Accountancy, to be assigned to the engagement and the quality of the firm s management support personnel to be available for technical consultation. iii. References relative to personnel assigned to this project. iv. Understanding of work to be done. v. Firm s statement on why it believes itself to be best qualified. 3. Past Performance Records 15 Firm or person s past performance record on similar projects, particularly with Indian housing, in terms of cost control, work quality and compliance with performance schedules. As part of their response, firms or persons should provide a list of at least three references with contact names and phone numbers. 4. Technical Approach to Providing the Services 20 Firm or person(s) should describe their approach to providing and managing the requested services with particular regard to building the financial management capacity of the WMAHA staff. 5. Indian Preference 10 Provide evidence showing fully the extent of Indian ownership and interest. (Note: No points will be awarded if preference cannot be evidenced.) 6. Project Cost 20 The Cost Proposal is opened for each firm who has received a score of at least 60 points after the qualitative review and the interview (discretion of the Executive Director). The Cost Proposal of the top ranked firm is evaluated to determine if it is reasonable. The primary tests of reasonableness are comparison to the WMAHA s estimated project cost and the WMAHA s project budget. Additional factors include prior experience, comparative costs of Sage software upgrades for mid-size ($250 million operating budgets) mission-driven organizations, professional judgment and comparison to the costs submitted by qualified Contractors for the proposed project. Provide a cost breakdown by principals and key personnel of estimated man-hours, and hourly rate including profit and overhead rates and reimbursable expenses and the total proposed ceiling for services. (Time estimate of six months to a year, to be re-evaluated at six months or one year.)

8 7. Interviews: zero The use of interviews to further evaluate the proposals will be at the discretion of the Executive Director of WMAHA; the Executive Director of WMAHA may request oral presentations from a subset of those firms with a minimum score of 60 points. If deemed appropriate, the interview will be conducted with selected firms and will include at least one principal and the proposed Project Manager. Submittal of Proposals and Additional Information: Total Points 100 Three (3) copies of the proposal must be received at the WMAHA office located at 50 W Chinatown, or by mail at PO Box 1270, Whiteriver, AZ 85941, no later than 4:00pm on March 25, 2015, and clearly marked, Proposal for Information Technology Service. The content and sequence of the information contained in each copy of the proposal shall be as follows: A. Letter of Transmittal Include your firm s understanding of the work to be performed. In addition, state why your firm believes itself to be the best qualified to perform the services requested. Also, state the Information Technology Contact Representative (representative authorized to sign an agreement for your firm). B. Table of Contents Include a clear identification of the material by section and by page number. C. Summary Sheet 1. This section of the proposal must include a fully-completed copy of the Summary Sheet included with this RFP (Appendix A). 2. Provide three service references and in experiences working with Tribally Designated Housing Entities. D. Certification of Proposal to the WMAHA 1. This section of the proposal must include a fully-completed copy of the Summary Sheet included with this RFP (Appendix B). Evaluation of the proposal will be by a selection committee prior to March 25, Under WMAHA s procurement policy, selection of a firm or person(s) will take place soon thereafter. A contract shall be awarded based on a complete submission. The WMAHA reserves the right to reject any or all proposals, and to waive technicalities in the best interests of the Housing Authority.

9 EXHIBITS EXHIBIT A- - SITE MAP

10 EXHIBIT B: SUMMARY SHEET Firm Name: Firm Parent or Ownership: Firm Address: Firm Telephone Number: Firm Fax Number: Number of years in existence: Management Contact (person responsible for direct contact with the WMAHA and services required for this Request for Proposal): Name: Title: Telephone Number: Fax: Propane Service Representative (Person responsible for day-to-day servicing of the account): Name: Title: Telephone Number: Fax: Types of services provided by the firm:

11 EXHIBT C: CERTIFICATION OF PROPOSAL TO THE WMAHA 1. The undersigned hereby submits its proposal and, by doing so, agrees to furnish services to the WMAHA in accordance with the Request for Proposal (RFP), dated, and to be bound by the terms and conditions of the RFP. 2. This firm has carefully reviewed its proposal and understands and agrees that the WMAHA is not responsible for any errors or omissions on the part of the proposer and that the proposer is responsible for them. 3. It is understood and agreed that the WMAHA reserves the right to accept or reject any or all proposals and to waive any informality or irregularity in any proposal received by the WMAHA. 4. The proposal includes all of the commentary, figures and data required by the Request for Proposal, dated 5. This firm has carefully read and fully understands all of the items contained in Section (cite Section within RFP), General Requirements. This firm agrees to all of the general requirements except for those disclosed by the firm in project proposal, listed on an attachment. 6. The proposal shall be valid for 120 days from. Name of Firm: By: (Authorized Signature) Type Name: Title: Date:

12 CERTIFICATION REGARDING DRUG-FREE WORKPLACE: The CONTRACTOR certifies that he will provide a drug-free workplace by: (a) publishing a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the CONTRACTOR s workplace and specifying the actions that will be taken against employees for violation of such prohibition; (b) establishing a drug-free awareness program to inform employees about: (1) the dangers of drug abuse in the workplace; (2) the CONTRACTOR s policy on maintaining a drug-free workplace; any available drug counseling, rehabilitation, and employee assistance programs; and, (3) the penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (c) Making it a requirement that each employee to be engaged in the performance of this Agreement be given a copy of the statement required by paragraph (a); (d) Notifying the employee in the statement required by paragraph (a) that, as a condition of employment under this Agreement, the employee will: (1) abide by the terms of the statement; and (2) Notify the employer of any criminal drug statute conviction for a violation occurring in the workplace no later than five days after such conviction; (e) Notifying the OWNER within ten days after receiving notice under subparagraph (d)(2) from an employee or otherwise receiving actual notice of such conviction; (f) Taking one of the following actions, within 30 days of receiving notice under subparagraph (d)(2), with respect to any employee who is so convicted: (1)Taking appropriate personnel action against such an employee, up to and including termination; or (2)requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State or local health, law enforcement, or other appropriate agency; (g) Making a good faith effort to continue to maintain a drug-free workplace through implementation of paragraphs (a),(b),(c),(d),(e) and (f). As the CONTRACTOR/duly authorized representative of the CONTRACTOR, I hereby certify the above: Signature: Date: Name (print): Title:

13 CERTIFICATION REGARDING LOBBYING The CONTRACTOR certifies, to the best of his knowledge and belief 1) that no Federal appropriated funds have been paid or will be paid by or on behalf of the undersigned to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement and the extension, continuation, renewal, amendment or modification of any Federal contract, grant, loan, or cooperative agreement; 2) if any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this contract, grant, loan or cooperative agreement, the undersigned shall complete and submit Standard Form A-LLL Disclosure Form to Report Lobbying, in accordance with its instructions. This certification is a material representation of fact upon which reliance is placed when this transaction is made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. As the CONTRACTOR/duly authorized representative of CONTRACTOR, I hereby certify the above: Signature: Name (print): Date: Title:

14 CERTIFICATION REGARDING DEBARMENT Debarment, Suspension, Proposed Debarment and other Responsibility Matters: The CONTRACTOR certifies to the best of his/her knowledge and belief that the CONTRACTOR and/or any of his/her principals- (a) are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal Agency, or Tribe; and (b) have not within a 3 year period preceding this offer, been convicted of or had a civil judgment rendered against him for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion or receiving stolen property; and (c) are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with, commission of any of the offenses enumerated in (b) above of this provision; and (d) have not within a 3-year period preceding this offer had one or more public transactions (Federal, State or local) terminated for cause or default. Principals, for the purposes of this certification, means officers, directors, owners, partners, and persons having primary management or supervisory responsibilities within a business entity (e.g. general manager, plant manager, head of a subsidiary, division or business segment and similar positions). Signature: Name: Date: (Print) Title: 14

15 CERTIFICATE OF INDEPENDENT PRICE DETERMINATION A. The bidder certifies that- (1) The prices in this offer have been arrived at independently, without, for the purpose of restricting competition, any consultation, communication, or agreement with any other bidder or competitor relating to (i) those prices, (ii) the intention to submit an offer, or (iii) the methods or factors used to calculate the prices offered; (2) The prices in this offer have not been and will not be knowingly disclosed by the bidder, directly or indirectly, to any other bidder or competitor before bid opening (in the case of a sealed bid solicitation) or contract award (in the case of a negotiated solicitation) unless otherwise required by law; and (3) No attempt has been made or will be made by the bidder to induce any other concern to submit or not to submit an offer for the purpose of restricting competition. B. Each signature on the bid is considered to be a certification by the signatory that the signatory- (1) is the person in the bidder s organization responsible for determining the prices being offered in this bid or proposal, and that the signatory has not participated and will not participate in any action contrary to subparagraphs (A)(1) through (A)(3) above; or (2) (i) has been authorized, in writing, to act as agent for the following principals in certifying that those principals have not participated, and will not participate in any action contrary to subparagraphs (A)(1) through (A)(3)above (insert fill name of person(s) in the bidder s organization responsible for determining the prices offered in this bid or proposal, and the title of his or her position in the bidder s organization); (ii) as an authorized agent, does certify that the principals named in subdivision (B)(2)(i) above have not participated, and will not participate, in any action contrary to subparagraphs (A)(1) through (A)(3) above; and C. If the bidder deletes or modifies subparagraph (A)(2) above, the bidder must furnish with its offer a signed statement setting forth in detail the circumstances of the disclosure. As the CONTRACTOR/duly authorized representative of the CONTRACTOR, I hereby certify to comply with the above: Signature: Date: Name (print): 15 Title:

CERTIFICATIONS REGARDING LOBBYING; DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS AND DRUG-FREE WORKPLACE REQUIREMENTS

CERTIFICATIONS REGARDING LOBBYING; DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS AND DRUG-FREE WORKPLACE REQUIREMENTS U.S. DEPARTMENT OF JUSTICE OFFICE OF JUSTICE PROGRAMS OFFICE OF THE COMPTROLLER CERTIFICATIONS REGARDING LOBBYING; DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS AND DRUG-FREE WORKPLACE REQUIREMENTS

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

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC SRR-PPS-2009-00012 REV. 0 REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC SECTION A, APPLICABLE TO ALL OFFERS...2 1. Certification and Agreement...2 2. Authorized Negotiators...2 3. Type

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

Supplier Representations and Certifications

Supplier Representations and Certifications Instructions: Please fill out the form in its entirety and return to W.W. Williams. A copy of your certificate of insurance should be sent to jgibson@wwwilliams.com. Supplier Representations and Certifications

More information

Northern New Mexico College HUMAN RESOURCES POLICY

Northern New Mexico College HUMAN RESOURCES POLICY Northern New Mexico College HUMAN RESOURCES POLICY Subject: Substance Abuse File Reference: 3.3 Date Approved By Board of Regents: Replaces Policy Approved On: Purpose: September 21, 1990 Policy: Procedures:

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

ATTACHMENT B FEDERAL CERTIFICATIONS FOOD SERVICE MANAGEMENT COMPANIES AND PUBLIC SCHOOLS

ATTACHMENT B FEDERAL CERTIFICATIONS FOOD SERVICE MANAGEMENT COMPANIES AND PUBLIC SCHOOLS The undersigned states that: ATTACHMENT B FEDERAL CERTIFICATIONS FOOD SERVICE MANAGEMENT COMPANIES AND PUBLIC SCHOOLS 1. He or she is the duly authorized representative of the Vendor named below; 2. He

More information

SMART. This proposal must be returned by: December 22, 2011 2:00pm

SMART. This proposal must be returned by: December 22, 2011 2:00pm SMART SUBURBAN MOBILITY AUTHORITY FOR REGIONAL TRANSPORTATION REQUEST FOR QUOTES This is NOT an order. Please submit a quote of your net price for services described herein for SMART transportation. The

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

RFP STAFF LEASING SERVICES 1/1/15 6/30/16

RFP STAFF LEASING SERVICES 1/1/15 6/30/16 RFP STAFF LEASING SERVICES 1/1/15 6/30/16 Ana-Maria Hurtado Commissioner TOWN OF HEMPSTEAD DEPARTMENT OF OCCUPATIONAL RESOURCES 50 CLINTON STREET, SUITE 400 HEMPSTEAD, NEW YORK 11550 CONTENT PUBLIC NOTICE...PAGE

More information

Cherokee Nation www.cherokee.org

Cherokee Nation www.cherokee.org Cherokee Nation www.cherokee.org REQUEST FOR PROPOSAL (RFP) Courier Services - Pharmaceuticals Acquisition Management On Behalf Of Health Services Michelle Spears Acquisition Management michelle-spears@cherokee.org

More information

FLORIDA ATLANTIC UNIVERSITY COST-REIMBURSABLE SUBAWARD AGREEMENT #

FLORIDA ATLANTIC UNIVERSITY COST-REIMBURSABLE SUBAWARD AGREEMENT # FLORIDA ATLANTIC UNIVERSITY COST-REIMBURSABLE SUBAWARD AGREEMENT # This Cost Reimbursable Subaward Agreement is entered into in order to specify the terms and conditions under which Florida Atlantic University,

More information

Request for Proposal (RFP) for Contract Management

Request for Proposal (RFP) for Contract Management Request for Proposal (RFP) for Contract Management The City of Belton seeks a qualified management consulting firm to assist in the administration of the HOME Program to be awarded through the Texas Department

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 RFP No. 14-12

Request for Proposals RFP No. 14-12 Request for Proposals RFP No. 14-12 The Gadsden County Board of County Commissioners is seeking sealed proposals from vendors who desire to lease dental equipment owned by the County. Proposals will be

More information

STATE OF MAINE REQUEST FOR PROPOSALS AMENDMENT

STATE OF MAINE REQUEST FOR PROPOSALS AMENDMENT STATE OF MAINE REQUEST FOR PROPOSALS AMENDMENT 201405744 - Off-Site Electronic Media Storage and Transport RFP NUMBER AND TITLE: Services RFP AMENDMENT NUMBER: #1 Amendments and Submitted Questions & Answers

More information

LAWRENCE-DOUGLAS COUNTY HOUSING AUTHORITY. REQUEST FOR QUALIFICATIONS For a PRIVATE DEVELOPMENT PARTNER

LAWRENCE-DOUGLAS COUNTY HOUSING AUTHORITY. REQUEST FOR QUALIFICATIONS For a PRIVATE DEVELOPMENT PARTNER LAWRENCE-DOUGLAS COUNTY HOUSING AUTHORITY REQUEST FOR QUALIFICATIONS For a PRIVATE DEVELOPMENT PARTNER To develop mixed income affordable residential dwelling units 1.0 INTRODUCTION The Lawrence-Douglas

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

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR CONSTRUCTION MANAGEMENT SERVICES FOR ORANGE COAST COLLEGE BUSINESS, MATH, COMPUTING CENTER December 14, 2012 PROPOSALS DUE: By 4 p.m. -

More information

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER NUCLEAR SOLUTIONS, LLC

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER NUCLEAR SOLUTIONS, LLC REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER NUCLEAR SOLUTIONS, LLC SECTION A, APPLICABLE TO ALL OFFERS... 2 1. Certification and Agreement... 2 2. Authorized Negotiators... 2 3. Type of Business

More information

Event Details. Please note that Specifications for Genetec Software Support can be located in the Bid Documents attachment.

Event Details. Please note that Specifications for Genetec Software Support can be located in the Bid Documents attachment. Event Details RFB-Q151071A Buy RFx 1 Event Description Provide as specified. Please visit the Port Authority's website (www.portauthority.org), click on the ebusiness tab (located in the upper right hand

More information

REQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015

REQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015 REQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT August 10, 2015 The City of Rome, Georgia is requesting proposals from qualified firms to provide Check Processing

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

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

Request for Proposals (RFP) Communications Services RFP #CS-PY 15-I September 17, 2015

Request for Proposals (RFP) Communications Services RFP #CS-PY 15-I September 17, 2015 Request for Proposals (RFP) Communications Services September 17, 2015 PURPOSE Opportunity Inc. of Hampton Roads (OppInc.) seeks a communications consultant (the Consultant) to provide Communications Services

More information

Cherokee Nation www.cherokee.org

Cherokee Nation www.cherokee.org Cherokee Nation www.cherokee.org REQUEST FOR PROPOSAL (RFP) CONSULTING SERVICES SOFTWARE UPGRADE Acquisition Management On Behalf Of Information Technology Services Shelly McClain Acquisition Management

More information

PROFESSIONAL SERVICES AGREEMENT

PROFESSIONAL SERVICES AGREEMENT PROFESSIONAL SERVICES AGREEMENT This Agreement is made and entered into by and between EMMA PENDLETON BRADLEY HOSPITAL, a not-for-profit corporation, organized and existing under the laws of the State

More information

Policy Number: 3-804 Policy Name: Professional Services and Construction Services Procurement

Policy Number: 3-804 Policy Name: Professional Services and Construction Services Procurement Page 1 3-804 Professional Services and Construction A. Project Delivery Methods 1. A university may procure design services, construction and construction services, as applicable, under any of the following

More information

REQUEST FOR PROPOSAL FOR CISCO VOIP TECHNICAL SUPPORT

REQUEST FOR PROPOSAL FOR CISCO VOIP TECHNICAL SUPPORT Douglas County School District Learn today. Lead tomorrow. Purchasing and Contracting REQUEST FOR PROPOSAL FOR Date of Issue: May 2, 2014 Proposal Closing Date: May 22, 2014, at 2:00 p.m. Proposal to be

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

AGREEMENT. Solicitor Without Per Diem Compensation

AGREEMENT. Solicitor Without Per Diem Compensation Solicitor Without Per Diem Compensation AGREEMENT Products underwritten by: American General Life Insurance Company Houston, Texas The United States Life Insurance Company in the City of New York New York,

More information

REQUEST FOR PROPOSALS Planning and Marketing Services RFP No. 15-18

REQUEST FOR PROPOSALS Planning and Marketing Services RFP No. 15-18 REQUEST FOR PROPOSALS Planning and Marketing Services RFP No. 15-18 The Gadsden County Board of County Commissioners is seeking sealed proposals from interested and qualified firms to provide Planning

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

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

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

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

Department of Purchasing & Contract Compliance

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

More information

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

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

More information

NAME AND LOCATION OF BUSINESS ORGANIZATION (PLACE OF PERFORMANCE)

NAME AND LOCATION OF BUSINESS ORGANIZATION (PLACE OF PERFORMANCE) ANL-70A (November 30, 2015) REPRESENTATIONS AND CERTIFICATIONS THE OFFEROR/BIDDER REPRESENTS AND CERTIFIES THAT: (check or complete all applicable sections) 1.A. NAME AND LOCATION OF BUSINESS ORGANIZATION

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

ATTACHMENT A SUPPLIER CERTIFICATIONS PACKAGE

ATTACHMENT A SUPPLIER CERTIFICATIONS PACKAGE Page 1of 12 SUPPLIER RFQ# P/N# ATTACHMENT A SUPPLIER CERTIFICATIONS PACKAGE FORM $25,000 $100,000 $650,000 1. Cost Accounting Standards and Notices X 2. Certification Regarding Responsibility Matters X

More information

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1 388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation

More information

PINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA 85544-0134 REQUEST FOR PROPOSALS

PINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA 85544-0134 REQUEST FOR PROPOSALS PINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA 85544-0134 REQUEST FOR PROPOSALS Point to Point Leak Detection Survey RFP # 2014-02 PROPOSAL OPENING DATE July 26, 2013 3:00 PM REQUEST

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

... 10 ... 2 ... 4 ... 8 ... 9 ... 11

... 10 ... 2 ... 4 ... 8 ... 9 ... 11 ... 1... 2... 4... 8... 9... 10... 11... 11 SHA Solicitation No. 811326 Page 1 of 14 SHA Solicitation No. 811326 Page 2 of 14 SHA Solicitation No. 811326 Page 3 of 14 SHA Solicitation No. 811326 Page 4

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

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

REQUEST FOR PROPOSALS: Internet Access Service. For: Peach County School District (BEN: 127431)

REQUEST FOR PROPOSALS: Internet Access Service. For: Peach County School District (BEN: 127431) REQUEST FOR PROPOSALS: Internet Access Service For: Peach County School District (BEN: 127431) Project Objectives: 1.0 Objective: Peach County Schools is seeking qualified responses for a managed 100.0

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

BROKER CARRIER AGREEMENT. THIS AGREEMENT is made and entered into on, 200, by and between REED FREIGHT SERVICES, INC. ( BROKER ) and ("CARRIER").

BROKER CARRIER AGREEMENT. THIS AGREEMENT is made and entered into on, 200, by and between REED FREIGHT SERVICES, INC. ( BROKER ) and (CARRIER). BROKER CARRIER AGREEMENT THIS AGREEMENT is made and entered into on, 200, by and between REED FREIGHT SERVICES, INC. ( BROKER ) and ("CARRIER"). I. Recitals A. BROKER is a licensed transportation broker

More information

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES The Trustees of the Governor William Stoughton Trust (hereinafter the Trustees ) issue this

More information

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT The Town of Avon is seeking written responses to a Request for Proposal (RFP) for services of a landscape architect

More information

INDEPENDENT CONSULTANT AGREEMENT

INDEPENDENT CONSULTANT AGREEMENT INDEPENDENT CONSULTANT AGREEMENT This Agreement is made this day of, 20, between The Catholic University of America, 620 Michigan Avenue, NE, Washington, DC 20064, a not-for-profit corporation in the District

More information

BID BOND 9/7/12 BS - 1. KNOW ALL MEN BY THESE PRESENTS, that I/We. as Principal, hereinafter called Contractor, and

BID BOND 9/7/12 BS - 1. KNOW ALL MEN BY THESE PRESENTS, that I/We. as Principal, hereinafter called Contractor, and KNOW ALL MEN BY THESE PRESENTS, that I/We as Principal, hereinafter called Contractor, and BID BOND a corporation duly organized or authorized to do business under the laws of the State of Nevada and the

More information

REQUEST FOR PROPOSALS RESIDENTIAL HOME WARRANTY PROGRAM FOR THE CITY OF PENSACOLA, FLORIDA. RFP No. 12-031

REQUEST FOR PROPOSALS RESIDENTIAL HOME WARRANTY PROGRAM FOR THE CITY OF PENSACOLA, FLORIDA. RFP No. 12-031 REQUEST FOR PROPOSALS RESIDENTIAL HOME WARRANTY PROGRAM FOR THE CITY OF PENSACOLA, FLORIDA RFP No. 12-031 The City of Pensacola, Florida, is requesting proposals from companies that provide a home warranty

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

Request for Proposals

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

More information

Planning Request for Proposal. Digitize Records for Import to Electronic Document Management System Project Number 15-079-5200

Planning Request for Proposal. Digitize Records for Import to Electronic Document Management System Project Number 15-079-5200 Planning Request for Proposal Digitize Records for Import to Electronic Document Management System Project Number 15-079-5200 Let Date: November 6, 2015 Bid Deadline: November 19, 2015 02:00 PM Deliver

More information

CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN-OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY

CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN-OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY EXHIBIT 1 TO ATTACHMENT CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN-OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY The undersigned certifies on behalf of the Contractor

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

QSP INFORMATION AT A GLANCE

QSP INFORMATION AT A GLANCE QSP INFORMATION AT A GLANCE CONTACT PERSON FOR QUESTIONS/INTERPRETATIONS: HOW TO OBTAIN THE QSP DOCUMENTS: HOW TO FULLY RESPOND TO THIS QSP BY SUBMITTING A QUOTE: NON-MANDATORY JOB WALK: PROJECT LOCATION:

More information

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon. COUNTY OF MUSKEGON REQUEST FOR QUOTES (RFQ) FOR PROFESSIONAL REAL ESTATE SERVICES The County of Muskegon, through its County Administration Department, Office of Grant Services, is seeking contractors

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

REQUEST FOR PROPOSAL RFP # P08-09 GEOGRAPHIC INFORMATION SYSTEM PROFESSIONAL SERVICES AND INFRASTRUCTURE ASSET MANAGEMENT SERVICES

REQUEST FOR PROPOSAL RFP # P08-09 GEOGRAPHIC INFORMATION SYSTEM PROFESSIONAL SERVICES AND INFRASTRUCTURE ASSET MANAGEMENT SERVICES CITY OF CASSELBERRY REQUEST FOR PROPOSAL RFP # P08-09 GEOGRAPHIC INFORMATION SYSTEM PROFESSIONAL SERVICES AND INFRASTRUCTURE ASSET MANAGEMENT SERVICES TABLE OF CONTENTS RFP # P08-09 GEOGRAPHIC INFORMATION

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 Qualifications. For Mobile Technology to enable. Job Placement and Retention Services. Due April 20, 2015

Request for Qualifications. For Mobile Technology to enable. Job Placement and Retention Services. Due April 20, 2015 Request for Qualifications For Mobile Technology to enable Job Placement and Retention Services Due April 20, 2015 Request for Qualifications for Mobile Technology to enable Job Placement and Retention

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

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

OSWEGO COUNTY PURCHASING DEPARTMENT

OSWEGO COUNTY PURCHASING DEPARTMENT Bid #38-14 VOIP Municipal Lease OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 Email: dstevens@oswegocounty.com

More information

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School Carmel Unified School District Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School January 4, 2016 1 NOTICE REGARDING PREQUALIFICATION FOR BLEACHER AND PRESSBOX

More information

Duluth Transit Authority

Duluth Transit Authority REQUEST for BIDS FOR ASSISTANCE CALLS SERVICES, ALARM MONITORING SERVICES January 6, 2016 2402 W. Michigan St Duluth, MN 55806 (218) 623-4316 fax: (218) 722-4428 email: nbrown@duluthtransit.com Bid # 041-16-0304.1

More information

BENCHMARK MEDICAL LLC, BUSINESS ASSOCIATE AGREEMENT

BENCHMARK MEDICAL LLC, BUSINESS ASSOCIATE AGREEMENT BENCHMARK MEDICAL LLC, BUSINESS ASSOCIATE AGREEMENT This BUSINESS ASSOCIATE AGREEMENT ( Agreement ) dated as of the signature below, (the Effective Date ), is entered into by and between the signing organization

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

DOCUMENT 00400 BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO

DOCUMENT 00400 BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO Date of Bid: DOCUMENT 00400 BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO In response to the Advertisement for Bids for the following public work: PIER 26 SOUTH BULKHEAD

More information

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

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

More information

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081 RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081 REQUEST FOR PROPOSAL FOR GENERAL LIABILITY, SCHOOL LEADERS ERRORS & OMISSIONS, AND AUTO LIABILITY INSURANCE RFP #1281

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

Incumbent Worker Training Program Application

Incumbent Worker Training Program Application Incumbent Worker Training Program Application Release Date: September 2007 Application Due Date and Time: Open application process (dependent on available funding) The mission of the Workforce Solutions

More information

RFP Milestones, Instructions, and Information

RFP Milestones, Instructions, and Information This Request for Proposal is being issued by the Lower Colorado River Authority (LCRA). LCRA is a conservation and reclamation district of the State of Texas created pursuant to Article XVI, Section 59,

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

MIAMI-DADE COUNTY SINGLE EXECUTION AFFIDAVIT AND DECLARATION FORM Rev. November, 2014

MIAMI-DADE COUNTY SINGLE EXECUTION AFFIDAVIT AND DECLARATION FORM Rev. November, 2014 MIAMI-DADE COUNTY SINGLE EXECUTION AFFIDAVIT AND DECLARATION FORM Rev. November, 2014 Miami-Dade County requires each party desiring to enter into a contract with the County to (1) sign an affidavit as

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

SECTION I (Applies to all offers)

SECTION I (Applies to all offers) REPRESENTATIONS & CERTIFICATIONS FOR GOVERNMENT ORDERS (Form 119-48 Rev. 8/15) Procurement of material, services and supplies for a United States Government contract requires that prime contractors, subcontractors

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

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT The WALTON COUNTY SCHOOL DISTRICT will receive

More information

Department of Purchasing & Contract Compliance

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

More information

SCHENECTADY CITY SCHOOL DISTRICT

SCHENECTADY CITY SCHOOL DISTRICT SCHENECTADY CITY SCHOOL DISTRICT REQUEST FOR PROPOSAL ESL Translation Services 1220-12B 2012-2013 School Year DUE: December 20, 2012 9 a.m. DAVID WEISER DISTRICT DIRECTOR OF CENTRAL SERVICES AND DISTRICT

More information

UTAH COUNTY ANIMAL SHELTER REQUEST FOR PROPOSALS FOR VETERINARY SERVICES

UTAH COUNTY ANIMAL SHELTER REQUEST FOR PROPOSALS FOR VETERINARY SERVICES S FOR VETERINARY SERVICES Page 1 SECTION 1 ADMINISTRATIVE OVERVIEW 1.1 BACKGROUND 1.2 PURPOSE The Utah County Animal Shelter s mission is to promote the health and safety of pets and people in Utah County

More information

MIT LINCOLN LABORATORY REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL (JUNE 2014)

MIT LINCOLN LABORATORY REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL (JUNE 2014) The MIT Lincoln Laboratory preferred method of verifying annual representations and certifications is through an on-line U.S. government website, which is available at https://ww.sam.gov We request that

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

TOWN OF TRUMBULL, CONNECTICUT REQUEST FOR QUOTATION (RFQ) VIRTUALIZED SERVER. BID NUMBER 5945 DUE: May 2, 2012 3:00PM GENERAL INSTRUCTIONS TO BIDDERS

TOWN OF TRUMBULL, CONNECTICUT REQUEST FOR QUOTATION (RFQ) VIRTUALIZED SERVER. BID NUMBER 5945 DUE: May 2, 2012 3:00PM GENERAL INSTRUCTIONS TO BIDDERS Page of 7 BID NUMBER 595 DUE: May 2, 202 3:00PM GENERAL INSTRUCTIONS TO BIDDERS The Town of Trumbull, Connecticut (hereinafter referred to as Town), through the Office of the Purchasing Agent, will accept

More information

1 OPPORTUNITY SUMMARY

1 OPPORTUNITY SUMMARY REQUEST FOR PROPOSALS: MANAGED SERVICES FOR INFRASTRUCTURE AND IT SUPPORT SERVICES Posting Date: Thursday, January 7, 2016 Due Date: Friday, February 5, 2016 1 OPPORTUNITY SUMMARY The Massachusetts Clean

More information

CITY HALL 1 ST FLOOR WINDOW REPLACEMENT

CITY HALL 1 ST FLOOR WINDOW REPLACEMENT SPECIFICATIONS BID 10-15 CITY HALL 1 ST FLOOR WINDOW REPLACEMENT THE CITY OF AVON PARK FLORIDA 2/3/2015 City of Avon Park, Florida Page 1 NOTICE TO BIDDERS INVITATION TO BID # 10-15 Sealed bids will be

More information

State of New Jersey New Jersey Public Broadcasting System New Jersey Network Standard Terms and Conditions

State of New Jersey New Jersey Public Broadcasting System New Jersey Network Standard Terms and Conditions 1. STANDARD TERMS AND CONDITIONS APPLICABLE TO THE CONTRACT: Unless the bidder is specifically instructed otherwise in the Request for Proposals (RFP), the following terms and conditions shall apply to

More information

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL TROUP COUNTY BOARD OF EDUCATION REQUEST FOR SEALED COMPETITIVE PROPOSALS FOR CONSTRUCTION OF: RE-FLOORING TO: TROUP COUNTY COMPREHENSIVE HIGH SCHOOL LAGRANGE, GEORGIA TROUP COUNTY SCHOOL SYSTEM LAGRANGE,

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

INSURANCE AGENT AGREEMENT

INSURANCE AGENT AGREEMENT INSURANCE AGENT AGREEMENT THIS INSURANCE AGENT AGREEMENT is made, 200_ by and between Athens Area Health Plan Select, Inc. ( AAHPS or the Plan ), and ( Agent ). RECITALS: WHEREAS, AAHPS is licensed to

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