RFP Number: Conference Planning and Coordination Services

Size: px
Start display at page:

Download "RFP Number: Conference Planning and Coordination Services"

Transcription

1 CANCER PREVENTION AND RESEARCH INSTITUTE OF TEXAS REQUEST FOR PROPOSAL RFP Number: Conference Planning and Coordination Services NIGP Class Item: Proposal Due Date: April 4, 2016 Proposal Due Time: 4:00 pm (Central Time in Austin, Texas) Posting Date: March 4, 2016 NOTE: This RFP is composed of two parts: Part A: RFP Special Instructions, and Part B: General Instructions and Contract Terms and Conditions. In the event an instruction or term in Part A conflicts with an instruction or term in Part B, the instruction or term in Part A prevails, and any addenda or amendments to either Part A or Part B control over the original versions. The RFP controls over any attachments or exhibits to the RFP, including any technical specifications. Page 1

2 PART A: TABLE OF CONTENTS 1.0 OVERVIEW AND BACKGROUND Background Agency Purpose SCOPE OF SERVICES TERM OF CONTRACT RFP AND PROPOSAL INFORMATION Schedule of Events Revisions to Schedule Point of Contact Proposal Requirements for Submission HUB Statement EVALUATION OF PROPOSALS Evaluation Criteria SUBMITTING THE PROPOSAL TO CPRIT Reservation of Rights AWARD AND PAYMENT PROCESS Adding New Services to the Contract after Award Payment Terms Responsibility of Respondents TERMS AND CONDITIONS Termination of Contract Default Notification Conflict Between Terms and Conditions Changes in Services Independent Contractor Proprietary or Confidential Information Public Disclosure Vendor Performance Non-Performance, Abandonment or Default Infringements Smoking Policy Page 2

3 1.0 OVERVIEW AND BACKGROUND 1.1 Background In November 2007, Texas voters approved a constitutional amendment which created the Cancer Prevention and Research Institute of Texas (CPRIT) and allows the Institute to issue $3 billion in general obligation bonds at amounts not to exceed $300 million per year. 1.2 Agency Purpose CPRIT is mandated to (1) create and expedite innovation in the area of cancer research, thereby enhancing the potential for a medical or scientific breakthrough in the prevention of cancer and cures for cancer; (2) attract, create, or expand research capabilities of public or private institutions of higher education and other public or private entities that will promote a substantial increase in cancer research and in the creation of high-quality new jobs in this state; and (3) continue to develop and implement the Texas Cancer Plan. CPRIT will maintain the highest integrity and dedication to the mission of finding a cure for cancer. CPRIT s objective is to position Texas as a world-class leader in research and prevention through collaboration with a variety of entities, including public and private institutions of higher education, academic health institutions, universities, governmental organizations, nongovernmental organizations, public and private companies and others involved in the fight against cancer. CPRIT supports innovation in the selection of research projects emphasizing immediate or long-term medical breakthroughs; commercialization opportunities for research, and prevention services and health education for citizens with culturally appropriate information about ways in which their risks of developing and dying from cancer can be reduced. CPRIT is governed by an Oversight Committee consisting of nine members who are appointed by the Governor, Lieutenant Governor and Speaker of the House. Additional information regarding CPRIT can be found on the agency's web site at SCOPE OF SERVICES CPRIT is seeking sealed proposals in order to establish a contract for Conference Planning and Coordination Services. The conference is held every other year and the tentative timeframe for holding the next conference is early November 2017, depending on venue availability. The conference format is to be determined but will likely include hours of programming spread over two (2) or two and a half (2.5) days. The program will likely include both general sessions and concurrent breakout sessions. Austin is the preferred location, but venue availability may dictate holding the conference in Dallas, Houston or San Antonio. The vendor must be prepared to meet with CPRIT regularly throughout all phases outlined in this scope of services. Additional information about CPRIT s most recent conference held in 2015 can be found at Page 3

4 A. CONFERENCE PLANNING RESPONSIBILITES In the planning phase, the vendor will be expected to: 1. Assist CPRIT with planning the scope of the event, including programming and estimating costs. 2. Develop a conference planning timeline and run of show 3. Assist with the development of a Request for Proposal (RFP) for a conference venue in or around April 2016 and with the negotiation of a final contract with CPRIT s selected vendor for the conference venue. 4. Develop a detailed conference planning timeline by July Begin assisting client with program planning and speaker selection in July Inspect the conference venue to evaluate space and set-up requirements, assisting with the selection and reservation of meeting space and the number and type of rooms early in the planning process. 7. Develop plan for conference signage and décor needs and make provision to provide these services based on the plan for the conference. 8. Arrange preparation time and/or conference calls with speakers, moderators and panelists to coordinate session topics/titles, content, order of speakers and audio visual equipment needs; coordinate preparation and collection of presentations and ensure these materials are ready for each session. 9. Make hotel reservations for invited conference speakers and brief them about state travel guidelines for reimbursement of travel costs. 10. Coordinate the collections of biographies and photos of speakers and panelists to be used in the conference website and program book. 11. Confirm VIP pre-conference registration and customer service. 12. Arrange and coordinate event services with the conference venue such as room block monitoring, audio visual requirements for each meeting room, Wi-Fi availability and food and beverage menu selection. 13. Work with the conference venue or a third party vendor on possible audio or video recording of sessions. 14. Work with the Convention and Visitors Bureau to identify available hotels for overflow rooms as needed. Page 4

5 15. Coordinate onsite registration logistics, including training of volunteers or staff needed for registration and preparing registration materials, including conference attendee badges. B. CONFERENCE RESPONSIBILITES 1. Staff the conference and manage onsite registration, speaker transportation needs, and housekeeping of rooms used for conference sessions by staff and speakers. 2. Set up signage and décor for the conference. The décor specifications and requirements from CPRIT s 2015 conference are detailed in Appendix A. CPRIT anticipates signage and décor needs to be similar in Ensure all audio visual and computer equipment is set up at the meeting site on time and working properly. 4. Verify conference meals and break refreshments are set on time and as ordered. 5. Manage preparation and distribution of attendee materials, including name badges C. POST CONFERENCE RESPONSIBILITIES 1. Review event invoices with CPRIT to ensure accuracy of services delivered. 2. Distribute and summarize conference evaluation surveys. 3.0 TERM OF CONTRACT The Contract shall commence upon the issuance of a Notice of Award by CPRIT and will automatically expire on December 31, The Contract may be extended as needed, not to exceed a total of ninety (90) days. Extension terms apply to renewal periods as well. The initial term of the contract will expire on December 31, At the sole option of CPRIT, the contract may be renewed for the next conference to be held in The renewal period, if exercised, will be: January 1, 2018 December 31, 2019 Under a contract renewal, the Vendor would be expected to begin working on the planning phase in March Price adjustments, other than for additional services requested by CPRIT, may only be requested at time of renewal. CPRIT reserves the right to accept, deny or negotiate all requested price adjustments. Price increases may not exceed 10% of the previous term total amount. Page 5

6 The Vendor shall have no authority to act for or on behalf of CPRIT or the State of Texas except as expressly provided for in the awarded contract; no other power or use is granted or implied. The Vendor may not incur any debts, obligations, expenses or liabilities of any kind on behalf of CPRIT or the State of Texas. The complete contract governing the procurement, will consist of the provisions in this RFP, including any attachments and supplements, the respondent s proposal, and the notice of award, including any addenda issued by CPRIT. The provisions of this RFP and those of the notice of award shall control in the case of any conflict with any of the provisions in the respondent s proposal, except as otherwise noted in the notice of award. Respondents shall provide, with their proposal, any proposed agreements the respondent intends to be part of the contract award. CPRIT may agree to, amend, or reject all or any part of such agreements if doing so would be in the State s and CPRIT s best interest. CPRIT WILL NOT SIGN FORM CONTRACTS. CPRIT WILL NOT BE BOUND BY ANY VENDOR LIMITATION OF LIABILITY. 4.0 RFP AND PROPOSAL INFORMATION 4.1 Schedule of Events: The following is the time table for the procurement process: Event Date ESBD Posting Date March 4, 2016 Deadline for Submitting Questions March 10, 2016 Official Response to Questions March 14, 2016 or as soon thereafter as possible Official response to questions will be provided through an Addendum, posted on the ESBD. Proposal Response Due Date/Time April 4, :00 pm 4.2 Revisions to the Schedule: CPRIT reserves the right to revise this schedule or any portion of this RFP through a published addendum on the Electronic State Business Daily (ESBD). It is the responsibility of interested parties to periodically check the ESBD for updates prior to submitting a proposal. The respondent s failure to periodically check the ESBD will in no way release the selected vendor from the requirements of addenda or additional information nor will any resulting additional costs to meet requirements be allowed after award. 4.3 Point of Contact: Respondents shall direct all inquiries and communications regarding this RFP to the CPRIT Purchaser listed below: Donald Brandy, CPPB Phone (512) dbrandy@cprit.texas.gov Respondents shall make no contact with other CPRIT personnel regarding this RFP, except as permitted by the CPRIT Purchaser listed as Point of Contact. Failure to comply with this requirement may result in disqualification of respondent s proposal. Page 6

7 4.4 Proposal Requirements for Submission: Listed below is a summary of all information to be included in a proposal submitted in response to this RFP. CPRIT reserves the right, in its sole judgment and discretion, to waive minor technicalities and errors in the best interest of the state: A. Transmittal Letter and Execution of Proposal Attachment A Respondent s signature is required to acknowledge that they can meet all requirements as stated. Failure to sign and submit this form with proposal may disqualify the proposal. The transmittal letter should contain a brief summary of key qualifications and the approach to achieving the required services. It should contain the company and point of contact information. It should state if any exceptions are being taken and that the proposal will remain in effect for 120 days after the response deadline. B. HUB Subcontracting Plan Attachment C Respondents, including Texas Certified HUBs, must fill out and submit the HUB Subcontracting Plan (HSP) with the Proposal to be considered responsive. Proposals received without the HSP, may be disqualified as a material failure to comply with the requirements of this RFP. C. Pricing Respondents must follow these pricing guidelines: 1. Provide a minimum - maximum range for the total contract amount 2. Include estimated out-of-pocket expenses listed as Other Direct Costs (if no costs are indicated, this will be assumed to be $0) 3. Provide a separate total comprehensive price for both conference planning and décor services, then combine the two totals for the total contract amount 4. Respondents may submit their pricing in the format of their choice, but it must include all listed guidelines 5. Invoicing will commence on an agreed upon date after vendor has started to provide services. Invoices will be submitted monthly and must include the contract number CPRIT reserves the right to negotiate all pricing prior to the initial award and each renewal option exercised. D. Proprietary Information If any material in the proposal is marked to be considered as proprietary information, include a separate page that indicates the proposal section(s) and page(s) so marked. E. Assumptions and Exceptions The Respondent shall clearly state any assumptions it made in its proposal. The Respondent shall also identify any exceptions it takes to specific provisions of this RFP, noting the specific RFP section number. If there are no exceptions, the respondent shall explicitly state that the respondent takes no exception to any part of this RFP. Any exception may result in the contract not being awarded to the respondent. On company letterhead, the respondent shall identify exceptions using the following format: Section Section Title Exception Proposed Language Page 7

8 The RFP consist of the following Attachments. Attachment A and C must be returned for the proposal to be considered responsive. Execution of Proposal (Attachment A) General Instructions & Terms and Conditions (Attachment B) HUB Subcontracting Plan (Attachment C) Décor Requirements (Appendix A) 4.5 HUB Statement: It is the Policy of CPRIT to promote and encourage contracting and subcontracting opportunities for State of Texas certified Historically Underutilized Businesses (HUBs) in all contracts in compliance with Texas Government Code, Statute Respondents are encouraged to become HUB certified. State of Texas HUB applications may be found at: Definitions for State of Texas HUB certifiable businesses can be found in Texas Administrative Code Title 34 Part 1, Subchapter B, Chapter under the Comptroller of Pubic Accounts Procurement and Support Services (TPASS) program and HUB Rules. A. The Good Faith Effort involves sending written notification of subcontracting opportunities to at least three (3) active HUB-certified vendors per subcontracting area and one (1) Minority or Women s Trade Organization. Unless otherwise specified, the prime contractor must allow the HUBs no less than five (5) working days from their receipt of notice to respond, and provide notice of your subcontracting opportunity to a minority or women trade organization or development center no less than five (5) working days prior to the submission of your response to the contracting agency. B. HUB Subcontracting Plan (HSP) The Historically Underutilized Business (HUB) Subcontracting Plan (HSP) required by Chapter 2161 of the Texas Government Code (TGC) and by Title 34, Chapter 20, Subchapter B, of the Texas Administrative Code (TAC). The HSP may be found at: CPRIT has determined that subcontracting opportunities may exist under this RFP and the total value may exceed $100,000. Respondents must submit a HSP and indicate if they intend or do not intend to subcontract any portion of the services with a HUB vendor. C. Historically Underutilized Business (HUB) A business who certified with the Comptroller of Public Accounts by meeting the following requirements: 51% owned by an Asian Pacific American, Black American, Hispanic American, Native American, American woman, or Disabled Veteran; is an entity with its principal place of business in Texas; and has an owner residing in Texas with a proportionate interest that actively participates in the control, operations and management of the entity s affairs. 5.0 EVALUATION OF PROPOSALS CPRIT reserves the right to award contract(s) without any negotiations and reserves the right to not make awards. Respondents are encouraged to provide their best response to the specifications, scope of services and terms and conditions contained in the solicitation. Based upon CPRIT's evaluation of the responses to this RFP, CPRIT shall determine if there is a need to request a Best and Final Offer (BAFO). A request for a BAFO shall be at the sole discretion of CPRIT and shall be requested in writing from the respondents determined to be within the competitive range. Page 8

9 5.1 Evaluation Criteria: The award will be made to the respondent whose offer provides the best value for the state and is in the state s best interest as defined in , Gov't Code. In determining the best value, CPRIT will consider the following best value factors: 1. The qualifications, conference planning capabilities and experience of the respondent and the staff who will have responsibility for managing most aspects of the conference planning and coordination services in accordance with the Scope of Services. 2. The submitted pricing to provide the services. 3. Indicators of probable performance under the contract to include respondent s experience and demonstrated capability based on three case studies of the respondent providing conference planning and coordination services. 4. The quality of references from past customers of the respondent. The respondent must have a demonstrated track record of timely performance, quality and integrity, as evidenced by a list of client references that correspond to the three case studies presented. Client references should include contact information, including addresses. 1 Qualifications, Conference Planning Capabilities and Experience 30% 2 The Submitted Pricing to Provide the Services 40% 3 Indicators of Probable performance 20% 4 References, Past History and other Relevant Factors as Determined by CPRIT 10% Total 100% CPRIT reserves the right to conduct studies and other investigations as necessary to evaluate any proposal. CPRIT reserves the right to waive any minor or immaterial response requirements noted in the submission process. Submission of proposals confers no legal rights upon any respondent. Preference may be given to, or relevant factors may be considered for the respondent s economic impact to the state or a subdivision of the state, including potential tax revenue and employment, the effect of a purchase on agency productivity and the cost of any employee training associated with the purchase. CPRIT will determine whether negotiations or BAFOs are necessary and may invite selected respondents to provide oral presentations of their proposals. Respondents should be aware that sealed proposals and information regarding sealed proposals cannot and will not be disclosed to respondents or the general public prior to award of the contract(s). All respondents will be notified by when an award has been made. 6.0 SUBMITTING THE PROPOSAL TO CPRIT: Proposals must include all required information described in this RFP. Failure to provide the required information with the proposal may disqualify the proposal from consideration for award. Proposals may be submitted by hard copy or . Page 9

10 By Hard Copy Submission: The Proposal shall be labeled and titled RFP Conference Planning and Coordination Services. Respondents must submit one (1) original and two (2) hard copies of proposal. The Proposal may be hand carried and delivered by respondent or delivered by a courier delivery company. Please do not use USPS for the delivery of proposals. Physical Address Cancer Prevention & Research Institute of Texas Attn: Bid Services 1701 North Congress Ave, Suite Austin, Texas By Electronic Submission ( ): The subject line should contain the RFP number and title. The Respondent is solely responsible for ensuring their electronic bid is sent to and received by CPRIT by the due date and time. Address: ebids@cprit.texas.gov It is recommended to begin the process well in advance of 4:00 pm and to limit attachment size to 10 MB. This may result in sending multiple s for submission of all proposal requirements. All documents should be submitted in Microsoft Office and Adobe Acrobat formats. Respondents will receive an auto-reply confirming receipt of proposal. A request to withdraw any proposal must be done so in writing. The receipt date and time stamp is final. CPRIT is not liable for any technical difficulties encountered with electronic submission. 6.1 Reservations of Rights: The rights of the CPRIT include, but are not limited to: 1. Rejection of any and all proposals received. 2. Cancellation of the RFP at its sole discretion. 3. Suspension of the procurement process. 4. Request respondents to clarify their proposal and/or submit additional information pertaining to the proposal, including issuance of RFP addenda. This RFP does not commit CPRIT to make an award, nor does it obligate it to pay any costs incurred by respondents in the preparation and submission of proposals in anticipation of a contract. Should an award be made, a notice of award will be issued. This award will be contingent upon the funding by the Legislature being available in each subsequent fiscal year. 7.0 AWARD AND PAYMENT PROCESS CPRIT shall award a contract(s) to the vendor(s) whose proposal is considered to be the best value to the state, as defined in , Gov t Code. A Notice of Award will be issued to the selected vendor(s) in response to this RFP. Page 10

11 CPRIT reserves the right to award multiple contracts from this solicitation, and to not make an award. The vendor(s) agrees not to provide services until issuance of the Notice of Award from CPRIT. All respondents will be notified by when an award has been made. 7.1 Adding New Services to the Contract after Award: Following the contract award, additional services of the same general category that could have been encompassed in the award of this contract, and that are not already on the contract, may be added. A formal written request may be sent to the selected vendor to provide a proposal on the additional services and shall submit a proposal to CPRIT as instructed. All prices are subject to negotiation with a BAFO. CPRIT may accept or reject any or all proposals, and may issue a separate RFP for the services after rejecting some or all of the proposals. The services covered under this provision shall conform to the specifications and requirements as outlined in the request. A Notice of Contract Amendment will be issued to document agreements after award. 7.2 Payment Terms: The parties shall comply with Chapter 2251, Texas Government Code, in invoicing and making payments. Payment for goods and services are due thirty (30) days after the goods are provided, the services completed, or a correct invoice is received, whichever is later. Payment under the contract shall not foreclose the right to recover wrongful payments. Invoices must be timely and accurate. Each invoice must include the contract number (RFP number) and include any written changes that may apply, as it relates to services, prices and quantities. Invoices must include other pertinent itemized information for verification of receipt of services by CPRIT. 7.3 Responsibility of Respondents: Respondents are solely responsible for thoroughly understanding the RFP and all requirements. Any questions concerning this RFP should be directed to the Point of Contact. Respondents are solely responsible for their proposal and all documentation submitted. Proposals received after the due date and time (April 4, 2016, 4:00 pm) will be considered nonresponsive and will be returned to the respondent un-opened. 8.0 TERMS AND CONDITIONS 8.1 Termination of Contract Convenience: In addition to the termination provisions contained in the attached Part B, general instructions and terms and conditions applicable to all procurements, this contract may be canceled by CPRIT upon written notice, provided such notice specifies an effective date for cancellation of not less than sixty (60) calendar days from the date such notice is received. Upon any such termination, all files will remain the property of the CPRIT, and if requested by CPRIT, will be delivered at no cost to CPRIT or its designated recipient no later than the effective date of cancellation. 8.2 Default Notification: If Awarded Vendor cannot begin services on the agreed date and time, the vendor shall give immediate written notice to CPRIT, and specify the date and time upon which the services will be provided. The Awarded Vendor must keep CPRIT informed at all times of implementation status. Failure to begin services on the agreed date and time, or failure to meet specifications authorizes CPRIT to purchase services elsewhere and charge full increase in costs, if any, to the defaulting vendor. 8.3 Conflict Between Terms and Conditions: In the event of a conflict between the terms and conditions of any respondents standard form documents and the detailed specifications, CPRIT s detailed specifications of this RFP shall govern. Page 11

12 8.4 Changes in Service: It is understood and agreed by the parties hereto, that changes in local, state and federal rules, regulations or laws applicable hereto may occur. The Awarded Vendor expressly agrees to comply with all applicable federal, state and local laws. 8.5 Independent Contractor: The Awarded Vendor is and shall remain an independent contractor in relationship to CPRIT. CPRIT shall not be responsible for withholding taxes from payments made under any contract resulting from this RFP. The vendor shall have no claim against CPRIT for vacation pay, sick leave, retirement benefits, social security, worker's compensation, health or disability benefits, unemployment insurance benefits, or employee benefits of any kind. 8.6 Proprietary or Confidential Information: The Awarded Vendor will not disclose any information to which it is privy under this contract without the prior consent of CPRIT. The Vendor will indemnify and hold harmless the State of Texas, its officers and employees, and CPRIT its officers and employees for any claims or damages that arise from the disclosure by the vendor or its contractors of information held by the State of Texas. 8.7 Public Disclosure: No public disclosures or news releases pertaining to this contract shall be made without prior written approval of CPRIT. 8.8 Vendor Performance: Vendor performance shall be conducted for each awarded contract and reported through the CPA Vendor Performance Tracking System as described in 34 Texas Administrative Code (b). State agencies shall report a vendor's performance on any purchase of $25,000 or more from contracts administered by the commission or any other purchase made through an agency's delegated authority or a purchase made pursuant to the authority in Government Code, Title 10, Subtitle D or a purchase exemption from CPA/TPASS procurement rules and procedures. CPA may conduct reference checks with other entities regarding past performance. In addition to evaluating performance through the Vendor Performance Tracking System (as authorized by 34 Texas Administrative Code ), CPA may examine other sources of vendor performance including, but not limited to, notices of termination, cure notices, assessments of liquidated damages, litigation, audit reports, and non-renewals of contracts. Any such investigations shall be at the sole discretion of CPA, and any negative findings, as determined by CPA, may result in non-award to the Respondent. Past Performance: A Respondent s past performance will be measured based upon pass/fail criteria, in compliance with applicable provisions of , , , , and , Gov't Code. Respondents may fail this selection criterion for any of the following conditions: - A score of less than 90% in the Vendor Performance System, - Currently under a Corrective Action Plan through the CPA, - Having repeated negative Vendor Performance Reports for the same reason, - Having purchase orders that have been cancelled in the previous 12 months for non-performance (i.e. late delivery, etc.). Contractor performance information is located on the CPA web site at: Non-Performance, Abandonment or Default: CPRIT will monitor the performance of this contract. All services and deliverables under this contract shall be provided at an acceptable quality level and in a manner consistent with acceptable industry standard, custom, and practice. Default in promised delivery (without accepted reasons), service date or failure to meet specifications, authorizes CPRIT to purchase goods or services elsewhere and charge the full increase, if any, in cost and handling to defaulting vendor. If the vendor defaults on the contract, CPRIT reserves the right to cancel the contract without notice and either re-solicit or re-award the contract to the next best responsive and responsible respondent. The defaulting vendor will not be considered in the re-solicitation and may not be considered in future Page 12

13 solicitations for the same type of work, unless the specification or scope of work significantly changed. The period of suspension will be determined by the agency based on the seriousness of the default Infringements: Vendor shall indemnify and hold harmless the State of Texas and Customers, and/or their employees, agents, representatives, contractors, assignees, and/or designees from any third party claims involving infringement of United States patents, copyrights, trade and service marks, and any other intellectual or intangible property rights in connection with the performances or actions of vendor pursuant to this contract. Vendor and the customer agree to furnish timely written notice to each other of any such claim. Vendor shall be liable to pay all costs of defense including attorneys fees. The defense shall be coordinated by vendor with the office of the Attorney General when Texas State Agencies are named defendants in any lawsuit and vendor may not agree to any settlement without first obtaining the concurrence from the Office of the Attorney General. Vendor shall have no liability under this section if the alleged infringement is caused in whole or in part by (i) use of the product or service for a purpose or in a manner for which the product or service was not designed, (ii) any modifications made to the product without Vendor s written approval, (iii) any modifications made to the product by the Vendor pursuant to Customer s specific instructions, (iv) any intellectual property right owned by or licensed to Customer, or (v) any use of the product or service by Customer that is not in conformity with the terms of any applicable license agreement. If Vendor becomes aware of any actual or potential claim, or Customer provides vendor with notice of an actual or potential claim, Vendor may (or in the case of an injunction against Customer, shall), at Vendor s sole option and expense (i) procure for the Customer the right to continue to use the affected portion of the product or service, or (ii) modify or replace the affected portion of the product or service with functionally equivalent or superior product or service so that the Customer s use is non-infringing Smoking Policy: CPRIT has a policy of being a smoke-free agency. The policy reflects our commitment to providing a healthy environment for all our employees and visitors. This policy prohibits smoking within any state building or on the grounds. The Vendor, by acceptance of this contract, agrees to abide by this policy when on the property of CPRIT. Page 13

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

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

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

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

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

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

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

PALOMAR COMMUNITY COLLEGE DISTRICT AGREEMENT WITH INDEPENDENT CONTRACTOR

PALOMAR COMMUNITY COLLEGE DISTRICT AGREEMENT WITH INDEPENDENT CONTRACTOR PALOMAR COMMUNITY COLLEGE DISTRICT AGREEMENT WITH INDEPENDENT CONTRACTOR THIS AGREEMENT is made and entered into this day of by and between the Palomar Community College District, hereinafter called "District",

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

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

LOS ANGELES COUNTY EMPLOYEES RETIREMENT ASSOCIATION REQUEST FOR PROPOSAL JULY 10, 2014

LOS ANGELES COUNTY EMPLOYEES RETIREMENT ASSOCIATION REQUEST FOR PROPOSAL JULY 10, 2014 LOS ANGELES COUNTY EMPLOYEES RETIREMENT ASSOCIATION REQUEST FOR PROPOSAL JULY 10, 2014 SEEKING: EXECUTIVE SEARCH SERVICES FOR PRINCIPAL INVESTMENT OFFICER POSITION Contact Person: John Nogales Director

More information

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

More information

Kennebec Valley Community College 92 Western Avenue Fairfield, ME 04937. Competitive Bid Request for Proposal This is Not an Order

Kennebec Valley Community College 92 Western Avenue Fairfield, ME 04937. Competitive Bid Request for Proposal This is Not an Order Kennebec Valley Community College 92 Western Avenue Fairfield, ME 04937 Competitive Bid Request for Proposal This is Not an Order Transcription Services Date: June 14, 2016 Proposals Due On: June 27, 2016

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

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 QUALIFICATIONS: PRINTING AND COPYING SERVICES

REQUEST FOR QUALIFICATIONS: PRINTING AND COPYING SERVICES Lower Manhattan Development Corporation 1 Liberty Plaza, 20 th floor New York, NY 10006 Tel: (212) 962.2300 Fax: (212) 962.2431 REQUEST FOR QUALIFICATIONS: PRINTING AND COPYING SERVICES Lower Manhattan

More information

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing CITY OF DEARBORN ADVERTISEMENT FOR NATURAL GAS PROVIDER TO THE CITY OF DEARBORN, MICHIGAN Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing Agent, 2951 Greenfield, Dearborn,

More information

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

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

More information

Request for 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

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

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

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

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

CHAPTER 11 APPEALS AND DISPUTES

CHAPTER 11 APPEALS AND DISPUTES CHAPTER 11 APPEALS AND DISPUTES In this Chapter look for... 11. General 11.1 Deleted 11.2 Administrative Appeals 11.3 Disputes 11.4 Alternative Dispute Resolution (ADR) 11. General. The Virginia Public

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

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

BILL ANALYSIS. Senate Research Center S.B. 20 By: Nelson Finance 3/9/2015 As Filed

BILL ANALYSIS. Senate Research Center S.B. 20 By: Nelson Finance 3/9/2015 As Filed BILL ANALYSIS Senate Research Center S.B. 20 By: Nelson Finance 3/9/2015 As Filed AUTHOR'S / SPONSOR'S STATEMENT OF INTENT The purpose of this bill is to reform state agency contracting by clarifying accountability,

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

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

Request for Proposal For: CQ5 Java Developer. ABA Information Systems April 11, 2013. Table of Contents

Request for Proposal For: CQ5 Java Developer. ABA Information Systems April 11, 2013. Table of Contents Request for Proposal For: CQ5 Java Developer ABA Information Systems April 11, 2013 Table of Contents Bid Timetable [2] 1.0 General Information [3] 2.0 Proposal Requirements [6] 3.0 Criteria for Selection

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

TABLE OF CONTENTS. Purchasing and Contracts Division... 1. Purchasing Policies and Procedures... 1. The Competitive Process... 2

TABLE OF CONTENTS. Purchasing and Contracts Division... 1. Purchasing Policies and Procedures... 1. The Competitive Process... 2 TABLE OF CONTENTS Title Page Purchasing and Contracts Division... 1 Purchasing Policies and Procedures... 1 The Competitive Process... 2 Vendor Participation... 2 Vendor Database... 2 Web Site Information...

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

REQUEST FOR PROPOSALS

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

More information

CHAPTER 23. Contract Management and Administration

CHAPTER 23. Contract Management and Administration Date Issued: June 12, 2009 Date Last Revised: September 28, 2015 CHAPTER 23. Contract Management and Administration Table of Contents CHAPTER 23. Contract Management and Administration... 23-1 23.1 Policy...

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 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

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

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

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 Bill.Kroll@snco.us

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 Bill.Kroll@snco.us SECTION I Shawnee County is requesting qualifications/proposals for the renovation of 2600 SW East Circle Drive, Topeka, Kansas 66606 which will be utilized by the Shawnee County Health Agency per the

More information

MAJOR EQUIPMENT PURCHASE CONTRACT

MAJOR EQUIPMENT PURCHASE CONTRACT MAJOR EQUIPMENT PURCHASE CONTRACT CONSUMERS ENERGY COMPANY ONE ENERGY PLAZA JACKSON, MI 49201 ( Buyer ) ( Seller ) Date:, 20 Subject to the provisions of this Major Equipment Purchase Contract ( Contract

More information

AUTOMATED AIRCRAFT IDENTIFICATION AND BILLING SERVICES

AUTOMATED AIRCRAFT IDENTIFICATION AND BILLING SERVICES COUNTY OF SONOMA AUTOMATED AIRCRAFT IDENTIFICATION AND BILLING SERVICES FOR THE CHARLES M. SCHULZ SONOMA COUNTY AIRPORT Request for Proposals (RFP) The County of Sonoma, Charles M. Schulz Sonoma County

More information

REQUEST FOR PROPOSAL Procurement of Landscaping Services

REQUEST FOR PROPOSAL Procurement of Landscaping Services City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Procurement of Landscaping Services Issue Date: Thursday February 27, 2014 Bid Number: 14-012

More information

BUYING AGENCY AGREEMENT

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

More information

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

State Health Benefit Plan Procurement Policy

State Health Benefit Plan Procurement Policy State Health Benefit Plan Procurement Policy 1. Introduction 1.1 Purpose The mission of the Department of Community Health (DCH) Office of Procurement Services (OPS) is to obtain quality goods and services

More information

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

State of Texas. Texas Department of Insurance P.O. Box 149104 Austin, Texas 78714-9104 REQUEST FOR PROPOSALS State of Texas Texas Department of Insurance P.O. Box 149104 Austin, Texas 78714-9104 REQUEST FOR PROPOSALS INSTRUCTIONAL DESIGN DEVELOPMENT SERVICES FOR THE DESIGNATED DOCTOR CERTIFICATION PROGRAM RFP:

More information

REQUEST FOR QUALIFICATIONS FINANCIAL ADVISOR SERVICES RFQ #029-08-09

REQUEST FOR QUALIFICATIONS FINANCIAL ADVISOR SERVICES RFQ #029-08-09 REQUEST FOR QUALIFICATIONS FINANCIAL ADVISOR SERVICES RFQ #029-08-09 1. GENERAL: 1.1. The Grapevine-Colleyville Independent School District ( GCISD ) is requesting qualifications for financial advisor

More information

Human Services Department Active Directory & Exchange Upgrade. Request for Proposals (RFP)

Human Services Department Active Directory & Exchange Upgrade. Request for Proposals (RFP) COUNTY OF SONOMA Human Services Department Active Directory & Exchange Upgrade Request for Proposals (RFP) The County of Sonoma is pleased to invite you to respond to a Request for Proposal for Human Services

More information

Collaboration Agreement

Collaboration Agreement Collaboration Agreement Effective as of [date] (the Effective Date ), [company], a company with a place of business at [address] ( Company ) and [university name and address] ( University ) agree as follows:

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

Cayo Software Reseller Agreement

Cayo Software Reseller Agreement Cayo Software Reseller Agreement Reseller Company Name: Contact Email Address: Phone: Website: Coverage Area: This agreement is between Cayo Software, LLC an Ohio Limited Liability Corporation (the VENDOR

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

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

CORPORATION FOR PUBLIC BROADCASTING Request for Proposals Community Service Grants Business Process Analysis

CORPORATION FOR PUBLIC BROADCASTING Request for Proposals Community Service Grants Business Process Analysis CORPORATION FOR PUBLIC BROADCASTING Request for Proposals Community Service Grants Business Process Analysis Deadline for response: May 8, 2013 5 p.m. EST RFP AT A GLANCE The Corporation for Public Broadcasting

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

Issue Date: March 4, 2014. Proposal Due Date: Tuesday, March 18, 2014 by 11:00 AM Mountain Time to:

Issue Date: March 4, 2014. Proposal Due Date: Tuesday, March 18, 2014 by 11:00 AM Mountain Time to: REQUEST FOR PROPOSALS (RFP) 15378A FOR DENVER WATER S Information Technology Third Party Patch Management Software Issue Date: March 4, 2014 Proposal Due Date: Tuesday, March 18, 2014 by 11:00 AM Mountain

More information

Tobacco Point of Sale Marketing Software, Training and Technical Assistance

Tobacco Point of Sale Marketing Software, Training and Technical Assistance Page 1 REQUEST FOR PROPOSALS RFP NUMBER: CSP907016 INDEX NUMBER: DOH119 UNSPSC CATEGORY: 85100000 The State of Ohio, through the Department of Administrative Services, Office of Procurement Services, for

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

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

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

Limited Agency/Company Agreement

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

More information

PROFESSIONAL SERVICES AGREEMENT FOR FINANCIAL ADVISOR

PROFESSIONAL SERVICES AGREEMENT FOR FINANCIAL ADVISOR PROFESSIONAL SERVICES AGREEMENT FOR FINANCIAL ADVISOR This agreement for the provision of financial advisory services ( Agreement ) has been entered into this 21 st day of April, 2015 ( Effective Date

More information

AGREEMENT FOR SERVICES BETWEEN [INSTITUTION] AND [CONTRACTOR] THIS AGREEMENT is made by and between [INSTITUTION] ( Institution ), and ( Contractor ).

AGREEMENT FOR SERVICES BETWEEN [INSTITUTION] AND [CONTRACTOR] THIS AGREEMENT is made by and between [INSTITUTION] ( Institution ), and ( Contractor ). AGREEMENT FOR SERVICES BETWEEN [INSTITUTION] AND [CONTRACTOR] THIS AGREEMENT is made by and between [INSTITUTION] ( Institution ), and ( Contractor ). WHEREAS, the Institution anticipates that the Services

More information

REQUEST FOR PROPOSAL (RFP) FORM. Enter title here. Invitation to Bid. Utica College invites you to submit a proposal to brief description.

REQUEST FOR PROPOSAL (RFP) FORM. Enter title here. Invitation to Bid. Utica College invites you to submit a proposal to brief description. REQUEST FOR PROPOSAL (RFP) FORM TITLE: Enter title here I. GENERAL INFORMATION Invitation to Bid. Utica College invites you to submit a proposal to brief description. If a contract results from this RFP,

More information

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

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

More information

Town of Somers, Connecticut Geographic Information Consulting Services Request for Proposals

Town of Somers, Connecticut Geographic Information Consulting Services Request for Proposals Town of Somers, Connecticut Geographic Information Consulting Services Request for Proposals The Town of Somers invites proposals for Geographic Information System consultation/ implementation services.

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

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION INTERSTATE TRANSPORTATION OF GOODS (FREIGHT) SERVICES PUBLICATION

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION INTERSTATE TRANSPORTATION OF GOODS (FREIGHT) SERVICES PUBLICATION TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION SPECIFICATION NO. TxDOT 9628622 INTERSTATE TRANSPORTATION OF GOODS (FREIGHT) SERVICES PUBLICATION This specification is a product of the Texas

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

REQUEST FOR PROPOSALS For Health Insurance Billing & Collection Services

REQUEST FOR PROPOSALS For Health Insurance Billing & Collection Services STATE OF GEORGIA Georgia Southern University REQUEST FOR PROPOSALS For Health Insurance Billing & Collection Services For all questions about this RFP contact:, Issuing Officer RELEASED ON: DUE ON:, 1:00

More information

REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL AUDIT SERVICES

REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL AUDIT SERVICES REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL AUDIT SERVICES Issued by: City of Clewiston 115 W. Ventura Avenue Clewiston, Florida 33440 September 30, 2015 1 REQUEST FOR PROPOSALS FOR FINANCIAL AUDIT SERVICES

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 Proposal No. 2055. Replacement of (12) existing package AC Units at the Golden West College Administration Building

Request for Proposal No. 2055. Replacement of (12) existing package AC Units at the Golden West College Administration Building Request for Proposal No. 2055 Replacement of (12) existing package AC Units at the Golden West College Administration Building I. NOTICE A. Statement of Proposal NOTICE IS HEREBY GIVEN that Coast Community

More information

CHARLESTON COUNTY PARK AND RECREATION COMMISSION Request for Proposal Insurance Product Broker No. 2014-033 June 16, 2014

CHARLESTON COUNTY PARK AND RECREATION COMMISSION Request for Proposal Insurance Product Broker No. 2014-033 June 16, 2014 Contents CHARLESTON COUNTY PARK AND RECREATION COMMISSION Request for Proposal Insurance Product Broker No. 2014-033 June 16, 2014 1 Insurance Product Broker PRICE PROPOSAL... 4 Introduction... 6 Scope

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

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

If a Client and a Freelancer enter an independent contractor relationship, then this Freelancer Agreement ( Freelancer Agreement ) will apply.

If a Client and a Freelancer enter an independent contractor relationship, then this Freelancer Agreement ( Freelancer Agreement ) will apply. Freelancer Agreement If a Client and a Freelancer enter an independent contractor relationship, then this Freelancer Agreement ( Freelancer Agreement ) will apply. This Agreement is effective as of March

More information

Agent Agreement WITNESSETH

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

More information

REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES. Union County Emergency Medical Services

REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES. Union County Emergency Medical Services REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES Union County Emergency Medical Services 1 DEFINITIONS For the purposes of this Request for Proposal, "Proposer" shall mean contractors,

More information

PROCUREMENT POLICY CHAPTER 142.010

PROCUREMENT POLICY CHAPTER 142.010 PROCUREMENT POLICY CHAPTER 142.010 Approved by Board of Aldermen Resolution 15-659 Revised March 25, 2015 CHAPTER 142: PROCUREMENT POLICY ARTICLE 1. GENERAL PROVISIONS SECTION 142.010 PROCUREMENT POLICY

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

Comptroller of Public Accounts. State of Texas Cooperative Purchasing Manual

Comptroller of Public Accounts. State of Texas Cooperative Purchasing Manual Comptroller of Public Accounts State of Texas Cooperative Purchasing Manual 1 Table of Contents I. Introduction 3 II. Membership Basics 4 Membership Code and Status Updating Contact Information and Authorized

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

REQUEST FOR PROPOSALS ADVERTISING SERVICES

REQUEST FOR PROPOSALS ADVERTISING SERVICES LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS ADVERTISING SERVICES The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development Corporation d/b/a Empire

More information

Purchase Order Terms and Conditions Beloit College

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

More information

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

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

CITY OF HAMTRAMCK DEPARTMENT OF POLICE REQUEST FOR QUOTE VEHICLE REPAIR SERVICES

CITY OF HAMTRAMCK DEPARTMENT OF POLICE REQUEST FOR QUOTE VEHICLE REPAIR SERVICES CITY OF HAMTRAMCK DEPARTMENT OF POLICE REQUEST FOR QUOTE VEHICLE REPAIR SERVICES 1 CITY OF HAMTRAMCK REQUEST FOR QUOTE FOR VEHICLE REPAIR SERVICES FOR THE CITY OF HAMTRAMCK ADVERTISE DATE: October 25,

More information

AGREEMENT FOR PROFESSIONAL SERVICES - ARCHITECTS

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

More information

WEBSITE MAINTENANCE & SUPPORT SUBSCRIPTION AGREEMENT

WEBSITE MAINTENANCE & SUPPORT SUBSCRIPTION AGREEMENT WEBSITE MAINTENANCE & SUPPORT SUBSCRIPTION AGREEMENT This Website Support and Maintenance Subscription Agreement ( Agreement ) is made by and between Goose Dog Designs (the Developer ) and the aforementioned

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL General Insurance Brokerage Services Date of Issue: December 6, 2012 Closing Location:Prince Rupert, B.C. Mail or courier: Dan Rodin Chief Financial Officer City of Prince Rupert 424-3

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

Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation

Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation Purpose The purpose of this Request for Proposal (RFP) is to invite prospective vendors to submit a proposal to supply

More information

CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716 June 17, 2015

CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716 June 17, 2015 CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716 June 17, 2015 Request for Proposals #JD150021703 Insurance Agent /Broker of Record Services Questions concerning requirements

More information

Kentucky Department of Education Version of Document A312 2010

Kentucky Department of Education Version of Document A312 2010 Kentucky Department of Education Version of Document A312 2010 Performance Bond CONTRACTOR: (Name, legal status and address) SURETY: (Name, legal status and principal place of business) OWNER: (Name, legal

More information

Issue Date: November 3, 2014. Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to:

Issue Date: November 3, 2014. Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to: REQUEST FOR PROPOSALS (RFP) 15762A FOR DENVER WATER S Snow Removal and Ice Abatement Issue Date: November 3, 2014 Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to: Denver Water Main Administration

More information

REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES

REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES Appointment to the New Jersey Building Authority Capital Budget Modeling and Advisory Services State Fiscal Years 2016, 2017 and 2018 Issued by the

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

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