Department of Information Technology (DoIT) REQUEST FOR PROPOSALS (RFP) CALL/CONTACT CENTER SERVICES 2015 PROJECT NO. 060B

Size: px
Start display at page:

Download "Department of Information Technology (DoIT) REQUEST FOR PROPOSALS (RFP) CALL/CONTACT CENTER SERVICES 2015 PROJECT NO. 060B5400014"

Transcription

1 Department of Information Technology (DoIT) REQUEST FOR PROPOSALS (RFP) CALL/CONTACT CENTER SERVICES 2015 PROJECT NO. 060B Issue Date: June 5, 2015 SMALL BUSINESS RESERVE PROCUREMENT NOTICE Minority Business Enterprises Are Encouraged to Respond to this Solicitation

2 NOTICE TO BIDDERS SMALL BUSINESS RESERVE SOLICITATION This is a Small Business Reserve Solicitation for which award will be limited to certified small business vendors. Only businesses that meet the statutory requirements set forth in State Finance and Procurement Article, , Annotated Code of Maryland, and that are certified by the Department of General Services Small Business Reserve Program are eligible for award of a contract. For the purposes of a Small Business Reserve Solicitation, a small business is a for-profit business, other than a broker, that meets the following criteria: A. It is independently owned and operated; B. It is not a subsidiary of another business; C. It is not dominant in its field of operation; and D.1 With respect to employees: (a) Its wholesale operations did not employ more than 50 persons in its most recently completed 3 fiscal years; (b) Its retail operations did not employ more than 25 persons in its most recently completed 3 fiscal years; (c) Its manufacturing operations did not employ more than 100 persons in its most recently completed 3 fiscal years; (d) Its service operations did not employ more than 100 persons in its most recently completed 3 fiscal years; (e) Its construction operations did not employ more than 50 persons in its most recently completed 3 fiscal years; and (f) The architectural and engineering services of the business did not employ more than 100 persons in its most recently completed 3 fiscal years; and D.2 With respect to gross sales: (a) The gross sales of its wholesale operations did not exceed an average of $4,000,000 in its most recently completed 3 fiscal years; (b) The gross sales of its retail operations did not exceed an average of $3,000,000 in its most recently completed 3 fiscal years; (c) The gross sales of its manufacturing operations did not exceed an average of $2,000,000 in its most recently completed 3 fiscal years; (d) The gross sales of its service operations did not exceed an average of $10,000,000 in its most recently completed 3 fiscal years; (e) The gross sales of its construction operations did not exceed an average of $7,000,000 in its most recently completed 3 fiscal years; and (f) The gross sales of its architectural and engineering operations did not exceed an average of $4,500,000 in its most recently completed 3 fiscal years. RFP for the Department of Information Technology Page 2

3 Note: If a business has not existed for 3 years, the employment and gross sales average or averages shall be the average for each year or part of a year during which the business has been in existence. Further information on the certification process is available at emaryland Marketplace. RFP for the Department of Information Technology Page 3

4 TABLE OF CONTENTS 1 GENERAL INFORMATION Summary Statement Abbreviations and Definitions Contract Type Contract Duration Procurement Officer Contract Manager Pre-proposal Conference emaryland Marketplace (emm) Questions Procurement Method Proposals Due (Closing) Date and Time Multiple or Alternate Proposals Economy of Preparation Public Information Act Notice Award Basis Oral Presentation Duration of Proposal Revisions to the RFP Cancellations Incurred Expenses Protest/Disputes Offeror Responsibilities Substitution of Personnel Mandatory Contractual Terms Bid/Proposal Affidavit Contract Affidavit Compliance with Laws/Arrearages Verification of Registration and Tax Payment False Statements Payments by Electronic Funds Transfer Prompt Payment Policy Electronic Procurements Authorized Minority Business Enterprise (MBE) Participation Goal RFP for the Department of Information Technology Page 4

5 1.34 Living Wage Requirements Federal Funding Acknowledgement Conflict of Interest Affidavit and Disclosure Non-Disclosure Agreement HIPAA - Business Associate Agreement Non-Visual Access Mercury and Products That Contain Mercury Veteran-Owned Small Business Enterprise Goals Location of the Performance of Services Disclosure Department of Human Resources (DHR) Hiring Agreement Purchasing and Recycling Electronic Products Contract Extended To Include Other Non-State Governments or Agencies MINIMUM QUALIFICATIONS Offeror Minimum Qualifications SCOPE OF WORK Background and Purpose Agency / Project Background General Requirements Security Requirements Labor Categories and Qualifications Performance and Personnel Problem Escalation Procedure (PEP) Service Level Agreement (SLA) Deliverables Task Order Process Insurance Requirements Invoicing SOC 2 Type II Audit Report PROPOSAL FORMAT Two-Part Submission Volume I Technical Proposal Volume II Financial Proposal Proposal Packaging Proposal Delivery EVALUATION CRITERIA AND PROCEDURE RFP for the Department of Information Technology Page 5

6 5.1 Evaluation Committee Technical Proposal Evaluation Criteria Financial Proposal Evaluation Criteria Reciprocal Preference Selection Procedures Documents Required upon Notice of Recommended Award Attachment A - CONTRACT Definitions Scope of Contract Period of Performance Consideration and Payment Patents, Copyrights, Intellectual Property Indemnification Limitations of Liability Prompt Pay Requirements Risk of Loss; Transfer of Title Source Code Escrow Loss of Data Markings Exclusive Use and Ownership Confidentiality Parent Company Guarantee (If Applicable) General Terms and Conditions Administrative Information Attachment B - BID/PROPOSAL AFFIDAVIT Attachment C - CONTRACT AFFIDAVIT Attachment D - MINORITY BUSINESS ENTERPRISE FORMS MBE ATTACHMENT D-1A: MBE UTILIZATION AND FAIR SOLICITATION AFFIDAVIT & MBE PARTICIPATION SCHEDULE MBE ATTACHMENT D-1A: MBE UTILIZATION AND FAIR SOLICITATION AFFIDAVIT & MBE PARTICIPATION SCHEDULE MBE ATTACHMENT D-1B WAIVER GUIDANCE MBE ATTACHMENT D-1C MBE ATTACHMENT D MBE Attachment D-3A MBE Attachment D-3B RFP for the Department of Information Technology Page 6

7 MBE ATTACHMENT D-4A MBE Prime Contractor Paid/Unpaid MBE Invoice Report MBE Attachment D-4B MBE Prime Contractor Report MBE D-5 Subcontractor Paid/Unpaid MBE Invoice Report Attachment E - PRE-PROPOSAL CONFERENCE RESPONSE FORM Attachment F - FINANCIAL PROPOSAL PRICING INSTRUCTIONS ATTACHMENT F PRICE SHEET Attachment G - LIVING WAGE REQUIREMENTS FOR SERVICE CONTRACTS ATTACHMENT G-1 Maryland Living Wage Requirements Affidavit of Agreement Attachment H - FEDERAL FUNDS ATTACHMENT ATTACHMENT H ATTACHMENT H ATTACHMENT H Attachment I - CONFLICT OF INTEREST AFFIDAVIT AND DISCLOSURE Attachment J - NON-DISCLOSURE AGREEMENT (CONTRACTOR) NON-DISCLOSURE AGREEMENT - ATTACHMENT J NON-DISCLOSURE AGREEMENT ATTACHMENT J Attachment K - HIPAA BUSINESS ASSOCIATE AGREEMENT Attachment L - MERCURY AFFIDAVIT Attachment M - VETERAN-OWNED SMALL BUSINESS ENTERPRISE Attachment N - LOCATION OF THE PERFORMANCE OF SERVICES DISCLOSURE Attachment O - DHR HIRING AGREEMENT Attachment P - NON-DISCLOSURE AGREEMENT(OFFEROR) Attachment Q - AGENCY RECEIPT OF DELIVERABLE FORM Attachment R - AGENCY DELIVERABLE PRODUCT ACCEPTANCE FORM Attachment S - SAMPLE TASK ORDER RFP for the Department of Information Technology Page 7

8 STATE OF MARYLAND NOTICE TO OFFERORS/BIDDERS/CONTRACTORS Maryland Wants to Do Business with You Please let us know why you are not proposing. (Check all that apply). We do not offer the services/commodities requested. Busy with other commitments. Specifications are unclear or too restrictive. Timetable is unworkable. Bonding/Insurance requirements are prohibitive. Our experience with State of Maryland has not been satisfactory. Other (Please specify) Additional Comments: Please add suggestions for improvement here: Name of commenter and Business (optional): Contact Person (optional): Phone ( ) - Bid/proposal Number: 060B Entitled: Call/Contact Center Services 2015 Your comments will help us improve the procurement process. Thank You. Please return your comments with your proposal. If you have chosen not to propose to this RFP, please this completed form to the Procurement Officer s address. RFP for the Department of Information Technology Page 8

9 STATE OF MARYLAND Department of Information Technology (DoIT) RFP KEY INFORMATION SUMMARY SHEET RFP Title: Call/Contact Center Services 2015 RFP Number: 060B RFP Issuing Department: DoIT 45 Calvert St Annapolis, Maryland RFP Issue Date: 06/05/2015 Proposals Due Date and Time: Questions Due Date and Time: Procurement Officer: Contract Manager: Send Proposals to: Send Questions to: Contract Type 06/26/2015 at 12:00 PM Local Time 06/16/2015 at 12:00 PM Local Time Dale Eutsler Phone: (410) Fax: (410) Lew Bobbitt DoIT Voice Services Phone: (410) Fax: (410) Maryland DoIT 45 Calvert Street, Room 442 Annapolis, MD Attention: Dale Eutsler address: Indefinite Quantity Contract with Firm Fixed Prices Contract Duration Five (5) years with two (2) one-year option periods & one (1) additional 180-day transition period. MBE Subcontracting Goal: 10% VSBE Subcontracting Goal: 0% Small Business Reserve Yes Pre-Proposal Conference: 45 Calvert Street, Room 164 Annapolis, MD /12/2015 at 10:00 AM Local Time See Attachment E for Directions and Response Form RFP for the Department of Information Technology Page 9

10 1.1 Summary Statement 1 GENERAL INFORMATION The Department of Information Technology (DoIT or the Department), is issuing this Request for Proposals (RFP) to award one statewide contract to procure Call/Contact Center services and associated services for participating State agencies (described as Requesting/Billed Agency). It is the State s intention to obtain products/services, as specified in this RFP, through a Contract between the successful Offeror and the State. The Contract resulting from this RFP will provide Requesting/Billed Agencies the ability to obtain services by issuing Task Orders specific to that agency s needs The anticipated duration of the period of performance under the Contract is a five (5) year base period, two (2) one-year renewal option periods, and one (1) additional 180-day transition period. See Section 1.4 for more information The Department intends to make a single award as a result of this RFP Offerors, either directly or through their subcontractor(s), must be able to provide all products/services and meet all of the requirements requested in this solicitation. The successful Offeror (the Contractor) shall remain responsible for Contract performance regardless of subcontractor participation in the work Services to be furnished under the Contract will be ordered by the issuance of specific Task Orders as needed throughout the term of the Contract. Task Orders entered into between the State and the Contractor are subject to the terms of the Contract. A Task Order or Proposal may not in any way conflict with or supersede the Contract. In the event of such a conflict, the Contract will control The resulting Contract applies exclusively to all entities of State of Maryland government subject to Section 3A-302(b) of the State Finance and Procurement Article. 1.2 Abbreviations and Definitions For the purposes of this RFP, the following abbreviations and terms have the meanings indicated below: Agency Department of Information Technology (DoIT) ACD/Automatic Call Distributor The unit of the Maryland State government procuring equipment and services through the Contract issued as a result of this RFP, as specified in Section 3A-302(b) of the State Finance and Procurement Article. The unit of the Executive Branch of Maryland State government issuing the RFP. A device that distributes incoming calls to a specific group of telephone system CSRs based on customer need. RFP for the Department of Information Technology Page 10

11 Automated Attendant Business Day(s) Call Center Customer Call Center Services COMAR Contract Contractor Personnel Contractor s Point of Contact (POC) Contract Manager Contractor CSR/Customer Service Representative CTI/Computer Telephony Integration DGS A service that enables calls to be answered with a recording and allows automated routing of calls based on menu-driven digit entry or speech recognition. Monday through Friday (excluding State holidays). An individual who has interacted with the Call/Contact center. Services defined generally to include providing all necessary facilities, equipment, software development, software, circuits, telephone service, Contractor Personnel, training, setup, testing, and reporting required to meet the needs of a Requesting/Billed Agency and as specifically defined in a Task Order. Code of Maryland Regulations available on-line at The Contract awarded to the successful Offeror pursuant to this RFP, the form of which is attached to this RFP as Attachment A. Employees, CSRs, and subcontractor employees and agents performing work at the direction of the Contractor under the terms of the Contract awarded from this RFP. Person designated at the time of contract award by the Contractor as the single point of contact for the Department with the authority and knowledge to resolve contract issues. The State representative who is primarily responsible for Contract administration functions, including issuing written direction, invoice approval, monitoring the Contract to ensure compliance with the terms and conditions of the Contract, monitoring MBE and VSBE compliance, and achieving completion of the Contract on budget, on time, and within scope. The successful Offeror awarded the Contract by the State. The Contractor s representative who handles customer contacts at the Call Center. Common name for any technology that allows interactions on a telephone and a computer to be integrated or coordinated. Maryland Department of General Services. RFP for the Department of Information Technology Page 11

12 emm Fixed Price Go-Live Date Intraflow Interflow Interactive Voice Response (IVR) Key Personnel Letter of Authorization Knowledge Transfer Plan Local Time Minority Business Enterprise (MBE) Normal State Business Hours emaryland Marketplace. Type of payment for performing under a Task Order whereby the exclusive payment to the Contractor for product delivered or performance of services is at a firm price or a price that is subject to contractually specified adjustments. The date specified in the NTP for work on the project or task order to begin. A call transfer to a destination within the same Call Center System. A call transfer to an outside destination via Public Switch Telephone Network (PSTN) / Time-division Multiplexing (TDM) access for termination to destinations outside the Call Center System. A technology that allows a computer to interact with humans through the use of voice and telephone tones input via keypad. A specific individual proposed in response to this RFP or a Task Order issued under the Contract. May be referenced as proposed personnel. A document issued by the manufacturer or distributor authorizing the Offeror / Contractor to sell and/or provide services for the manufacturer s product line. A plan developed by the Contractor to transfer knowledge to an incoming successor contractor that details both explicit and passive knowledge of the call center services that have been provided under this Contract. Time in the Eastern Time zone as observed by the State of Maryland. Unless otherwise specified, all stated times shall be Local Time, even if not expressly designated as such. A Minority Business Enterprise certified by the Maryland Department of Transportation under COMAR Normal State business hours are 8:00 a.m. 5:00 p.m. Monday through Friday except State Holidays, which can be found at: keyword: State Holidays. RFP for the Department of Information Technology Page 12

13 Notice to Proceed (NTP) NTP Date Offeror POC Procurement Officer Proposal Request for Proposals (RFP) Requesting/Billed Agency Service Provider State SLA Activation Date Subservice Organization Task Order Manager Task Order A written notice from the Procurement Officer that work on the project or task order shall begin on a specified date. After Contract commencement, additional NTPs may be issued by either the Procurement Officer or the Contract Manager regarding the start date for any service included within this solicitation with a delayed or non-specified implementation date. The date specified in an NTP for work on the project or work order to begin. An entity that submits a proposal in response to this RFP. Point of Contact. The State representative who is responsible for the Contract, determining scope issues and is the only State representative that can authorize changes to the Contract. As appropriate, either or both an Offeror s Technical or Financial Proposal. This Request for Proposals for the Department of Information Technology, including any amendments / addenda thereto. Any State executive branch unit under the resulting Contract with the State that has ordered services or whose name appears on an invoice. The entity responsible for directly providing or fulfilling services awarded under this Contract. The Service Provider may be the Contractor or a third-party entity. The State of Maryland The date that services and charges commence for CSR Call/Contact Time and Automated Services A third party entity subcontracted by the Contractor or Service Provider to provide or perform some portion of the services awarded under this Contract. The agency representative who is responsible for preparing and managing a Task Order on behalf of a Requesting/Billed Agency. A document that describes all specifics regarding products and/or services ordered by a Requesting/Billed Agency under the Contract. RFP for the Department of Information Technology Page 13

14 Taxes Terms of Service (TOS) Total Proposal Price TTY Veteran-owned Small Business Enterprise (VSBE) Working Day(s) A tax the Offeror plans to charge the State for the services requested in the scope of work and included in the Financial Proposals. A tax shall only be billed if explicitly priced in the Contract. The terms governing access to and use of the services provided pursuant to this Contract. The Offeror s total proposed price for products/services proposed in response to this solicitation, included in the Financial Proposal with Attachment F Price Sheet, and used in the financial evaluation of Proposals (see RFP Section 5.3). Text telephone used for individuals with hearing difficulties. A business that is verified by the Center for Veterans Enterprise of the United States Department of Veterans Affairs as a veteran-owned small business. See Code of Maryland Regulations (COMAR) Same as Business Day(s). 1.3 Contract Type The Contract shall be an Indefinite Quantity Contract with Firm Fixed Prices in accordance with COMAR and Fixed Price (FP) Task Orders, as described in each respective Task Order, will be issued under this Contract, as appropriate to the type of services being requested. 1.4 Contract Duration The Contract shall start from the date of full contract execution by the parties As of the NTP Date contained in a Notice to Proceed (NTP), the Contractor shall perform all activities required by the Contract, including the requirements of this solicitation and the offerings in its Technical Proposal, for the compensation described in its Financial Proposal The Contract resulting from this RFP shall be for five (5) years from Contract start date. The State, at its sole option, may renew the term of the Contract through two (2) additional oneyear renewal options for up to a total potential contract length of seven (7) years. In addition, the State, at its sole option may issue one (1) additional 180-day transition period, to follow either the initial term or a renewal option year The Contractor s obligations to pay invoices to subcontractors that provide products/services during the Contract term, as well as the audit, confidentiality, document retention, and indemnification obligations of the Contract (see Attachment A), shall survive expiration or termination of the Contract and continue in effect until all such obligations are satisfied. RFP for the Department of Information Technology Page 14

15 1.5 Procurement Officer The sole point of contact in the State for purposes of this RFP prior to the award of a contract is the Procurement Officer as listed Key Information Summary Sheet The DoIT may change the Procurement Officer at any time by written notice. 1.6 Contract Manager The DoIT Contract Manager for the contract is listed in the Key Information Summary Sheet DoIT may change the Contract Manager at any time by written notice. 1.7 Pre-proposal Conference A pre-proposal conference will be held at the time, date and location indicated on the Key Information Summary Sheet. Attendance at the pre-proposal conference is not mandatory, but all interested companies are encouraged to attend in order to facilitate better preparation of their proposals Seating at pre-proposal conference will be limited to two (2) attendees per company. Attendees should bring a copy of the solicitation and a business card to help facilitate the sign-in process The pre-proposal conference will be summarized in writing. As promptly as is feasible subsequent to the pre-proposal conference, the attendance record and pre-proposal summary will be distributed via the same mechanism described for amendments and questions In order to assure adequate seating and other accommodations at the pre-proposal conference, please the Pre-Proposal Conference Response Form (Attachment E) no later than the time and date indicated on the form. In addition, if there is a need for sign language interpretation and/or other special accommodations due to a disability, please call the Procurement Officer no later than five (5) business days prior to the pre-proposal conference. The Department will make reasonable efforts to provide such special accommodation. 1.8 emaryland Marketplace (emm) emaryland Marketplace (emm) is an electronic commerce system administered by the Maryland Department of General Services (DGS). In addition to using the DoIT s website and possibly using other means for transmitting the RFP and associated materials, the solicitation and summary of the preproposal conference, Offerors questions and the Procurement Officer s responses, addenda, and other solicitation related information will be provided via emm In order to receive a contract award, a company must be registered on emm. Guidelines can be found on the emaryland Marketplace website at RFP for the Department of Information Technology Page 15

16 1.9 Questions All questions shall be submitted via to the Procurement Officer no later than the date and time indicated in the Key Information Summary Sheet. Please identify in the subject line the Solicitation Number and Title. Answers to all questions that are not clearly specific only to the requestor will be distributed to all companies the same as for the RFP amendments and posted on emm Only answers that have been answered in writing by the State can be considered final and binding Procurement Method The Contract will be awarded in accordance with the Competitive Sealed Proposals procurement method as described in COMAR Proposals Due (Closing) Date and Time Proposals, in the number and form set forth in Section 4.2 Proposals, must be received by the Procurement Officer no later than the date and time listed on the Key Information Summary Sheet in order to be considered Requests for extension of this date or time shall not be granted. Offerors mailing Proposals should allow sufficient mail delivery time to ensure timely receipt by the Procurement Officer. Except as provided in COMAR , proposals received by the Procurement Officer after the due date and time shall not be considered Proposals may be modified or withdrawn by written notice received by the Procurement Officer before the Proposals due time and date Proposals delivered by or facsimile shall not be considered Companies not responding to this solicitation are requested to submit the Notice to Offerors/Bidders/Contractors form, which includes company information and the reason for not responding (e.g., too busy, cannot meet mandatory requirements) Multiple or Alternate Proposals Multiple and/or alternate Proposals will not be accepted Economy of Preparation Proposals should be prepared simply and economically and provide a straightforward and concise description of the Offeror s Proposal to meet the requirements of this RFP Public Information Act Notice Offerors should give specific attention to the clear identification of those portions of their proposals that they deem to be confidential, proprietary commercial information or trade secrets and provide justification why such materials, upon request, should not be disclosed by the State under the Access to Public Records Article, Md. Code Ann., General RFP for the Department of Information Technology Page 16

17 Provisions, Title 4. (Also, see RFP Section Claim of Confidentiality ). This confidential and/or proprietary information should be identified by page and section number and placed after the Title Page and before the Table of Contents in the Technical Proposal and if applicable, separately in the Financial Proposal Offerors are advised that, upon request for this information from a third party, the Procurement Officer is required to make an independent determination whether the information must be disclosed Award Basis The Contract shall be awarded to the responsible Offeror submitting the Proposal that has been determined to be the most advantageous to the State, considering price and evaluation factors set forth in this RFP (see COMAR F), for providing the products/services as specified in this RFP. See RFP Section 5 for further award information Oral Presentation Offerors may be required to make oral presentations to State representatives. Offerors must confirm in writing any substantive oral clarification of, or change in, their Proposals made in the course of discussions. Any such written clarifications or changes then become part of the Offeror s Proposal and are binding if the Contract is awarded. The Procurement Officer will notify Offerors of the time and place of oral presentations Duration of Proposal Proposals submitted in response to this RFP are irrevocable for the latest of the following: 180 days following the closing date for submission of proposals, best and final offers (if requested), or the date any protest concerning this RFP is finally resolved. This period may be extended at the Procurement Officer s request only with the Offeror s written agreement Revisions to the RFP If it becomes necessary to revise this RFP before the due date for Proposals, the Department shall endeavor to provide addenda to all prospective Offerors that were sent this RFP or which are otherwise known by the Procurement Officer to have obtained this RFP. In addition, addenda to the RFP will be posted on the Department s procurement web page and through emm. It remains the responsibility of all prospective Offerors to check all applicable websites for any addenda issued prior to the submission of Proposals. Addenda made after the due date for Proposals will be sent only to those Offerors that submitted a timely Proposal and that remain under award consideration as of the issuance date of the addenda Acknowledgment of the receipt of all addenda to this RFP issued before the Proposal due date shall be included in the Transmittal Letter accompanying the Offeror s Technical Proposal. Acknowledgement of the receipt of addenda to the RFP issued after the Proposal due date shall be in the manner specified in the addendum notice. Failure to acknowledge receipt of an addendum does not relieve the Offeror from complying with the terms, RFP for the Department of Information Technology Page 17

18 additions, deletions, or corrections set forth in the addendum, and may cause the Proposal to be deemed not susceptible for award Cancellations The State reserves the right to cancel this RFP, accept or reject any and all Proposals, in whole or in part, received in response to this RFP, to waive or permit the cure of minor irregularities, and to conduct discussions with all qualified or potentially qualified Offerors in any manner necessary to serve the best interests of the State. The State also reserves the right, in its sole discretion, to award a Contract based upon the written Proposals received without discussions or negotiations Incurred Expenses The State will not be responsible for any costs incurred by any Offeror in preparing and submitting a Proposal, in making an oral presentation, in providing a demonstration, or in performing any other activities related to submitting a Proposal in response to this solicitation Protest/Disputes Any protest or dispute related, respectively, to this solicitation or the Contract shall be subject to the provisions of COMAR (Administrative and Civil Remedies) Offeror Responsibilities The successful Offeror shall be responsible for rendering products/services for which it has been selected as required by this RFP. All subcontractors shall be identified and a complete description of their role relative to the Proposal shall be included in the Offeror s Proposal. If applicable, subcontractors utilized in meeting the established MBE or VSBE participation goal(s) for this solicitation shall be identified as provided in the appropriate Attachment(s) of this RFP (see Section 1.33 Minority Business Enterprise Goals and Section 1.41 Veteran- Owned Small Business Enterprise Goals ) If an Offeror that seeks to perform or provide the products/services required by this RFP is the subsidiary of another entity, all information submitted by the Offeror, such as but not limited to, references, financial reports, or experience and documentation (e.g. insurance policies, bonds, letters of credit) used to meet minimum qualifications, if any, shall pertain exclusively to the Offeror, unless the parent organization will guarantee the performance of the subsidiary. If applicable, the Offeror s Proposal shall contain an explicit statement that the parent organization will guarantee the performance of the subsidiary Although experience and documentation of an Offeror s parent may be used to satisfy minimum qualifications, a parental guarantee of the performance of the Offeror under this Section will not automatically result in crediting the Offeror with the experience and/or qualifications of the parent under any evaluation criteria pertaining to the actual Offeror s experience and qualifications. Instead, the Offeror will be evaluated on the extent to which the State determines that the experience and qualifications of the parent are transferred to and shared with the Offeror, any stated intent by the parent in its guarantee of performance for direct involvement in the performance of the Contract, and the value of the parent s participation as determined by the State. RFP for the Department of Information Technology Page 18

19 1.23 Substitution of Personnel Continuous Performance of Key Personnel and other Contractor Personnel Unless substitution is approved per Sections , key personnel shall be the same personnel proposed in the Contractor s Technical Proposal, which will be incorporated into the Contract by reference. Such identified key personnel shall be available to perform Contract requirements 30 days from the NTP date specified in the NTP. Unless explicitly authorized by the Contract Manager or specified in the Contract, the Technical Proposal, key personnel and any subsequently provided Contractor Personnel shall be assigned to the State of Maryland as a dedicated resource. Key Personnel and any subsequently provided Contractor Personnel shall perform continuously for the duration of the Contract, or such lesser duration as specified in the Technical Proposal. Contractor Personnel, including Key Personnel may not be removed by the Contractor from working under the Contract, as described in the RFP or the Contractor s Technical Proposal, without the prior written approval of the Contract Manager. The provisions of this section apply to Contractor Personnel and Key Personnel identified in each Task Order Definitions For the purposes of this section, the following definitions apply: Extraordinary Personal Circumstance means any circumstance in an individual s personal life that reasonably requires immediate and continuous attention for more than fifteen (15) days and that precludes the individual from performing his/her job duties under the Contract. Examples of such circumstances may include, but are not limited to: a sudden leave of absence to care for a family member who is injured, sick, or incapacitated; the death of a family member, including the need to attend to the estate or other affairs of the deceased or his/her dependents; substantial damage to, or destruction of, the individual s home that causes a major disruption in the individual s normal living circumstances; criminal or civil proceedings against the individual or a family member; jury duty; and military service callup. Incapacitating means any health circumstance that substantially impairs the ability of an individual to perform the job duties described for that individual s position in the RFP or the Contractor s Technical Proposal. Sudden means when the Contractor has less than thirty (30) days prior notice of a circumstance beyond its control that will require the replacement of any key personnel working under the Contract Contractor Personnel General Substitution Provisions The following provisions apply to all of the circumstances of staff substitution described in Section The Contractor shall demonstrate to the Contract Manager s satisfaction that the proposed substitute Contractor Personnel have qualifications at least equal to those of the Contractor Personnel for whom the replacement is requested. RFP for the Department of Information Technology Page 19

20 2. The Contractor shall provide the Contract Manager with a substitution request that shall include: a) A detailed explanation of the reason(s) for the substitution request; b) The resume of the proposed substitute personnel, signed by the substituting individual and his/her formal supervisor; c) The official resume of the current personnel for comparison purposes; and d) Any evidence of any required credentials. 3. The Contract Manager may request additional information concerning the proposed substitution. In addition, the Contract Manager and/or other appropriate State personnel involved with the Contract may interview the proposed substitute personnel prior to deciding whether to approve the substitution request. 4. The Contract Manager will notify the Contractor in writing of: (i) the acceptance or denial, or (ii) contingent or temporary approval for a specified time limit, of the requested substitution. The Contract Manager will not unreasonably withhold approval of a requested Contractor Personnel replacement Replacement Circumstances 1. Voluntary Contractor Personnel Replacement To voluntarily replace any Contractor Personnel, the Contractor shall submit a substitution request as described in Section to the Contract Manager at least fifteen (15) days prior to the intended date of change. Except in a circumstance described in Section of this clause, a substitution may not occur unless and until the Contract Manager approves the substitution in writing. 2. Contractor Personnel Replacement Due to Vacancy The Contractor shall replace Contractor Personnel whenever a vacancy occurs due to the sudden termination, resignation, leave of absence due to an Extraordinary Personal Circumstance, incapacitating injury, illness or physical condition, or death of such personnel. (A termination or resignation with thirty (30) days or more advance notice shall be treated as a Voluntary Contractor Personnel Replacement as per Section ) Under any of the circumstances set forth in this Section , the Contractor shall identify a suitable replacement and provide the same information or items required under Section within fifteen (15) days of the actual vacancy occurrence or from when the Contractor first knew or should have known that the vacancy would be occurring, whichever is earlier. 3. Contractor Personnel Replacement Due to an Indeterminate Absence If any key personnel has been absent from his/her job for a period of ten (10) days due to injury, illness, or other physical condition, leave of absence under a family medical leave, or an Extraordinary Personal Circumstance and it is not known or reasonably anticipated that the individual will be returning to work within the next twenty (20) days to fully resume all job duties, before the 25th day of continuous absence, the Contractor RFP for the Department of Information Technology Page 20

Department of Information Technology (DoIT) REQUEST FOR PROPOSALS (RFP) DoIT Cloud Hosting and Web Shared Services. SOLICITATION No.

Department of Information Technology (DoIT) REQUEST FOR PROPOSALS (RFP) DoIT Cloud Hosting and Web Shared Services. SOLICITATION No. Department of Information Technology (DoIT) REQUEST FOR PROPOSALS (RFP) DoIT Cloud Hosting and Web Shared Services SOLICITATION No. F50B5400032 Issue Date: April 3, 2015 NOTICE TO OFFERORS Minority Business

More information

DEPARTMENT OF INFORMATION TECHNOLOGY (DoIT)

DEPARTMENT OF INFORMATION TECHNOLOGY (DoIT) DEPARTMENT OF INFORMATION TECHNOLOGY (DoIT) REQUEST FOR PROPOSALS (RFP) SOLICITATION No. Issue Date: July 29, 2014 Information Technology Support Management (ITSM) Software as a NOTICE: Minority Business

More information

DEPARTMENT OF BUDGET & MANAGEMENT

DEPARTMENT OF BUDGET & MANAGEMENT DEPARTMENT OF BUDGET & MANAGEMENT Dear Colleague: You have downloaded one of four newly-revised templates used to procure services. These templates, the Request for Proposals (RFP), the Invitation for

More information

REQUEST FOR PROPOSALS. Maximization of Third-Party Liability Recoveries for the State of Maryland

REQUEST FOR PROPOSALS. Maximization of Third-Party Liability Recoveries for the State of Maryland , Maryland 21201 REQUEST FOR PROPOSALS SOLICITATION NO. DHMH OPASS- 13-13384 Maximization of Third-Party Liability Recoveries for the State of Maryland Issue Date: March 5, 2013 NOTICE Prospective Offerors

More information

STATE OF MARYLAND BOARD OF PUBLIC WORKS REQUEST FOR PROPOSALS

STATE OF MARYLAND BOARD OF PUBLIC WORKS REQUEST FOR PROPOSALS STATE OF MARYLAND BOARD OF PUBLIC WORKS REQUEST FOR PROPOSALS SOLICITATION NO. 2016-01 Issue Date: January 11, 2016 RECORDING AND TRANSCRIPTION SERVICES NOTICE Prospective Offerors receiving this document

More information

DEPARTMENT OF INFORMATION TECHNOLOGY

DEPARTMENT OF INFORMATION TECHNOLOGY Invitation for Bids Conferencing Services PROJECT NO. 060B2490027 DEPARTMENT OF INFORMATION TECHNOLOGY Issue Date: Thursday, June 28, 2012 NOTICE Prospective Bidders who have received this document from

More information

PART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM. (Statutory authority: Executive Law, 200, 369-i[5])

PART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM. (Statutory authority: Executive Law, 200, 369-i[5]) PART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM Sec. (Statutory authority: Executive Law, 200, 369-i[5]) 252.1 Definitions. 252.2 State agency responsibilities: purpose, scope and applicability.

More information

Key Information Summary Sheet. Temporary Agency Document Management Staffing Services. Invitation for Bids No. 10-27-001

Key Information Summary Sheet. Temporary Agency Document Management Staffing Services. Invitation for Bids No. 10-27-001 Key Information Summary Sheet Temporary Agency Document Management Staffing Services Invitation for Bids No. 10-27-001 IFB Issue Date: July 27, 2009 Procurement Officer: Submit Bids to: Bids Due and Bid

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

DEPARTMENT OF INFORMATION TECHNOLOGY

DEPARTMENT OF INFORMATION TECHNOLOGY Request for Proposals PROJECT NO. 060B1400048 DEPARTMENT OF INFORMATION TECHNOLOGY Issue Date: Thursday, November 18, 2010 NOTICE Prospective Offerors who have received this document from the Department

More information

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

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

More information

REQUEST FOR PROPOSALS. Statewide Personnel System Software as a Service Human Capital Management Solution

REQUEST FOR PROPOSALS. Statewide Personnel System Software as a Service Human Capital Management Solution REQUEST FOR PROPOSALS Statewide Personnel System Software as a Service Human Capital Management Solution PROJECT NO. 060B3490012 State of Maryland Department of Information Technology (DoIT) May 22, 2013

More information

STATE OF MARYLAND ADMINISTRATIVE OFFICE OF THE COURTS PROCUREMENT, CONTRACT AND GRANT ADMINISTRATION 2003 C COMMERCE PARK DRIVE ANNAPOLIS, MD 21401

STATE OF MARYLAND ADMINISTRATIVE OFFICE OF THE COURTS PROCUREMENT, CONTRACT AND GRANT ADMINISTRATION 2003 C COMMERCE PARK DRIVE ANNAPOLIS, MD 21401 STATE OF MARYLAND ADMINISTRATIVE OFFICE OF THE COURTS PROCUREMENT, CONTRACT AND GRANT ADMINISTRATION 2003 C COMMERCE PARK DRIVE ANNAPOLIS, MD 21401 REQUEST FOR PROPOSALS (RFP) FOR Integrated Translation

More information

Consulting and Technical Services+ (CATS+)

Consulting and Technical Services+ (CATS+) Consulting and Technical Services+ (CATS+) Task Order Request for Proposals (TORFP) Senior Internet/Intranet Site Developer CATS+ TORFP R00B4400140 MARYLAND STATE DEPARTMENT OF EDUCATION (MSDE) ISSUE DATE:

More information

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

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

More information

SBR PROCUREMENT ONLY

SBR PROCUREMENT ONLY Consulting and Technical Services II (CATS II) Task Order Request for Proposals (TORFP) HVAC Preventive Maintenance and Repair SBR PROCUREMENT ONLY CATS II TORFP # F50B0400004 Department of Information

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

Consulting and Technical Services+ (CATS+) Task Order Request for Proposals (TORFP) DoIT Service Desk Support Services

Consulting and Technical Services+ (CATS+) Task Order Request for Proposals (TORFP) DoIT Service Desk Support Services Consulting and Technical Services+ (CATS+) Task Order Request for Proposals (TORFP) DoIT Service Desk Support Services CATS+ TORFP # F50B3400074 Department of Information Technology (DoIT) ISSUE DATE:

More information

DEPARTMENT OF BUDGET & MANAGEMENT

DEPARTMENT OF BUDGET & MANAGEMENT Request for Proposals PROJECT NO. F10R6200027 STATE OF MARYLAND INDEPENDENT VERIFICATION and VALIDATION SERVICES FOR MAJOR INFORMATION TECHNOLOGY DEVELOPMENT PROJECTS DEPARTMENT OF BUDGET & MANAGEMENT

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

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 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

ADMINISTRATIVE OFFICE OF THE COURTS 2003 C COMMERCE PARK DRIVE ANNAPOLIS, MARYLAND 21404-0466 REQUEST FOR PROPOSALS K16-0053-25 FOR

ADMINISTRATIVE OFFICE OF THE COURTS 2003 C COMMERCE PARK DRIVE ANNAPOLIS, MARYLAND 21404-0466 REQUEST FOR PROPOSALS K16-0053-25 FOR ADMINISTRATIVE OFFICE OF THE COURTS 2003 C COMMERCE PARK DRIVE ANNAPOLIS, MARYLAND 21404-0466 REQUEST FOR PROPOSALS K16-0053-25 FOR HOME SECURITY ASSESSMENTS ISSUED: January 26, 2016 Sole point of contact

More information

WEB SITE DEVELOPMENT, IMPLEMENTATION, AND MAINTENANCE TRAINING

WEB SITE DEVELOPMENT, IMPLEMENTATION, AND MAINTENANCE TRAINING CONSULTING AND TECHNICAL SERVICES (CATS) TASK ORDER REQUEST FOR PROPOSALS (TORFP) WEB SITE DEVELOPMENT, IMPLEMENTATION, AND MAINTENANCE TRAINING CATS TORFP PROJECT # DEXP8200009 MARYLAND STATE LABOR RELATIONS

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

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

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

Policy Number: 3-803 Policy Name: Bidding and Source Selection Procedures

Policy Number: 3-803 Policy Name: Bidding and Source Selection Procedures Page 1 3-803 Bidding and Source Selection Procedures A. Definitions In ABOR Policies 3-803 (Bidding and Source Selection Procedures) and 3-804 (Professional Services and Construction Services Procurement):

More information

Consulting and Technical Services (CATS+) Task Order Request for Proposals (TORFP)

Consulting and Technical Services (CATS+) Task Order Request for Proposals (TORFP) Consulting and Technical Services (CATS+) Task Order Request for Proposals (TORFP) ENTERPRISE CONTENT MANAGEMENT SYSTEM (ECMS) OPERATIONS AND MAINTENANCE (O&M) SUPPORT SERVICES CATS+ TORFP CATS+ TORFP

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

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

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

More information

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

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

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

$&71R SENATE BILL NO. 1105 (SUBSTITUTE FOR SENATE BILL 812 BY SENATOR SCHEDLER)

$&71R SENATE BILL NO. 1105 (SUBSTITUTE FOR SENATE BILL 812 BY SENATOR SCHEDLER) Regular Session, 2001 $&71R SENATE BILL NO. 1105 (SUBSTITUTE FOR SENATE BILL 812 BY SENATOR SCHEDLER) BY SENATOR SCHEDLER AN ACT To enact Part XXV of Chapter 1 of Title 22 of the Louisiana Revised Statutes

More information

CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS

CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS 7-1 CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS The "Public Purchasing Law" applies to every expenditure of public funds by a governmental body, unless specifically

More information

MARYLAND DEPARTMENT OF TRANSPORTATION ARCHITECTS & ENGINEERS TRANSPORTATION PROFESSIONAL SERVICES SELECTION BOARD REQUEST FOR PROFESSIONAL SERVICES

MARYLAND DEPARTMENT OF TRANSPORTATION ARCHITECTS & ENGINEERS TRANSPORTATION PROFESSIONAL SERVICES SELECTION BOARD REQUEST FOR PROFESSIONAL SERVICES PUBLIC NOTICE MARYLAND DEPARTMENT OF TRANSPORTATION NOTICE TO ARCHITECTS & ENGINEERS TRANSPORTATION PROFESSIONAL SERVICES SELECTION BOARD REQUEST FOR PROFESSIONAL SERVICES The Secretary of the Maryland

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 PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT Joliet Junior College Request for Proposal INFORMATION SECURITY PENETRATION ASSESSMENT RFP Opening MAY 22, 2013 @ 2:00P.M. Background

More information

STATE UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR AWARD OF PROCUREMENT CONTRACTS

STATE UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR AWARD OF PROCUREMENT CONTRACTS STATE UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR AWARD OF PROCUREMENT CONTRACTS Section I. Purpose The purpose of these Guidelines is to describe the methods and procedures governing the use, awarding,

More information

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 For PROJECT : Renovation and Repair of Atlanta Jewish Academy

More information

HIPAA BUSINESS ASSOCIATE AGREEMENT

HIPAA BUSINESS ASSOCIATE AGREEMENT HIPAA BUSINESS ASSOCIATE AGREEMENT This HIPAA Business Associate Agreement ("BA AGREEMENT") supplements and is made a part of any and all agreements entered into by and between The Regents of the University

More information

APPALCART REQUEST FOR PROPOSAL

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

More information

Robla School District

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

More information

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

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

More information

CLOUD MESSAGING AND COLLABORATION SERVICES

CLOUD MESSAGING AND COLLABORATION SERVICES Request for Proposals CLOUD MESSAGING AND COLLABORATION SERVICES DEPARTMENT OF INFORMATION TECHNOLOGY Issue Date: June 16, 2011 NOTICE Prospective Offerors who have received this document from the Department

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

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

Consulting and Technical Services (CATS) Task Order Request for Proposals (TORFP) DOCUMENT IMAGING AND MANAGEMENT FOR THE MARYLAND LOTTERY

Consulting and Technical Services (CATS) Task Order Request for Proposals (TORFP) DOCUMENT IMAGING AND MANAGEMENT FOR THE MARYLAND LOTTERY Consulting and Technical Services (CATS) Task Order Request for Proposals (TORFP) DOCUMENT IMAGING AND MANAGEMENT FOR THE MARYLAND LOTTERY CATS TORFP PROJECT NUMBER: E75P9200061 Maryland State Lottery

More information

HIPAA BUSINESS ASSOCIATE AGREEMENT

HIPAA BUSINESS ASSOCIATE AGREEMENT HIPAA BUSINESS ASSOCIATE AGREEMENT This HIPAA Business Associate Agreement and is made between BEST Life and Health Insurance Company ( BEST Life ) and ( Business Associate ). RECITALS WHEREAS, the U.S.

More information

CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716. Date: May 17, 2015

CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716. Date: May 17, 2015 CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716 Date: May 17, 2015 Request for Proposal # F150019592 Cost Allocation Services Questions concerning requirements of

More information

TABLE OF CONTENTS I. PURPOSE... 3 II. GOALS...3 III. DEFINITIONS... 3-4

TABLE OF CONTENTS I. PURPOSE... 3 II. GOALS...3 III. DEFINITIONS... 3-4 CARROLL COUNTY MINORITY BUSINESS ENTERPRISE POLICY Department of the Comptroller Bureau of Purchasing 10/03/02 TABLE OF CONTENTS I. PURPOSE... 3 II. GOALS...3 III. DEFINITIONS... 3-4 IV METHODS OF PROCURMENENT

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

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

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

More information

Lawrence Livermore National Laboratory

Lawrence Livermore National Laboratory Lawrence Livermore National Laboratory Supply Chain Management Department Attention: To All Offerors June 16, 2016 Subject: Request for Proposal (RFP) Number B617524 Lawrence Livermore National Security,

More information

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

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

More information

Support Line for Storage

Support Line for Storage Agreement for IBM Software Support Services This Agreement for IBM Software Support Services Support Line for Storage is between the Customer (also called you and your ) and International Business Machines

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

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

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

More information

DISTRIBUTOR AGREEMENT

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

More information

Center Unified School District

Center Unified School District 8408 Watt Ave., Antelope, CA 95843 916-338-6337 / Fax 916-338-6339 BOARD OF TRUSTEES Gary Blenner Raymond F. Bender Matthew L. Friedman Libby Williams Donald E. Wilson SUPERINTENDENT Dr. Kevin Jolly, Ed.D

More information

REQUEST FOR PROPOSALS FOR LEGAL SERVICES

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

More information

INDEPENDENT CONTRACTOR SUPPLIER AGREEMENT. and include your affiliates. We, us, our, and ours refer to ConSol Partners, LLC. Client refers to.

INDEPENDENT CONTRACTOR SUPPLIER AGREEMENT. and include your affiliates. We, us, our, and ours refer to ConSol Partners, LLC. Client refers to. Parties You, your, and yours refer to INDEPENDENT CONTRACTOR SUPPLIER AGREEMENT and include your affiliates. We, us, our, and ours refer to ConSol Partners, LLC. Client refers to. Services Provided We

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

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

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

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

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

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

More information

SAMPLE RETURN POLICY

SAMPLE RETURN POLICY DISCLAIMER The sample documents below are provided for general information purposes only. Your use of any of these sample documents is at your own risk, and you should not use any of these sample documents

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

CHAPTER 267. BE IT ENACTED by the Senate and General Assembly of the State of New Jersey:

CHAPTER 267. BE IT ENACTED by the Senate and General Assembly of the State of New Jersey: CHAPTER 267 AN ACT concerning third party administrators of health benefits plans and third party billing services and supplementing Title 17B of the New Jersey Statutes. BE IT ENACTED by the Senate and

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

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

COUNTY OF PRINCE WILLIAM 1 County Complex Court, (MC460) Prince William, Virginia 22192-9201 (703) 792-6770 Metro 631-1703 Fax (703) 792-4611

COUNTY OF PRINCE WILLIAM 1 County Complex Court, (MC460) Prince William, Virginia 22192-9201 (703) 792-6770 Metro 631-1703 Fax (703) 792-4611 COUNTY OF PRINCE WILLIAM 1 County Complex Court, (MC460) Prince William, Virginia 22192-9201 (703) 792-6770 Metro 631-1703 Fax (703) 792-4611 FINANCE DEPARTMENT Purchasing Division REQUEST FOR QUOTATION

More information

NOTE: SERVICE AGREEMENTS WILL BE DRAFTED BY RISK SERVICES SERVICE AGREEMENT

NOTE: SERVICE AGREEMENTS WILL BE DRAFTED BY RISK SERVICES SERVICE AGREEMENT NOTE: SERVICE AGREEMENTS WILL BE DRAFTED BY RISK SERVICES SERVICE AGREEMENT Between: And: XXXXXX (the Contractor") Langara College 100 West 49 th Avenue Vancouver, BC V5Y 2Z6 (the College") The College

More information

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

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

More information

REQUEST FOR PROPOSAL

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

More information

Web Site Development Agreement

Web Site Development Agreement Web Site Development Agreement 1. Parties; Effective Date. This Web Site Development Agreement ( Agreement ) is between Plug-N-Run, its affiliates, (including but not limited to USA Financial, USA Financial

More information

ADDENDUM NO. 1 TO RFP 9600-61: Locum Tenens Referrals

ADDENDUM NO. 1 TO RFP 9600-61: Locum Tenens Referrals ADDENDUM NO. 1 TO RFP 9600-61: Locum Tenens Referrals Date: March 18, 2015 To: All Vendors Interested in RFP # 9600-61 From: Kristen Aldrich, Deputy Purchasing Agent, NMC Contracts Division Subject: Addendum

More information

TABLE OF CONTENTS. Prefacej... 1

TABLE OF CONTENTS. Prefacej... 1 TABLE OF CONTENTS Prefacej... 1 How Can I Receive Copies Of Solicitations?j... 2 Bidder s List... 2 Vendor Registration System... 2 Public Notice/Advertisement... 3 Posting... 3 Internet... 3 Pre-Bid Conferences...

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

REQUEST FOR PROPOSALS For. Kelowna and Vernon Hospitals Project

REQUEST FOR PROPOSALS For. Kelowna and Vernon Hospitals Project REQUEST FOR PROPOSALS For The Kelowna and Vernon Hospitals Project VOLUME 2 of 4 Instructions to Proponents Closing Time: Delivery Address: 3:00 pm (local time) Thursday, March 6,2008 Kelowna and Vernon

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

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

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 QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR) REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR) For the Project: CITY OF KATY NEW KATY FIRE STATION #2 Issued: August 13, 2015 Katy Fire Station #2 August 13, 2015 Page 1 of 17 Request

More information

Department of Purchasing & Contract Compliance

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

More information

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

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

More information

TEXAS ASSOCIATION OF REALTORS INDEPENDENT CONTRACTOR AGREEMENT FOR SALES ASSOCIATE. Robyn Jones Homes, LLC

TEXAS ASSOCIATION OF REALTORS INDEPENDENT CONTRACTOR AGREEMENT FOR SALES ASSOCIATE. Robyn Jones Homes, LLC 1 TEXAS ASSOCIATION OF REALTORS INDEPENDENT CONTRACTOR AGREEMENT FOR SALES ASSOCIATE USE OF THIS FORM BY PERSONS WHO ARE NOT MEMBERS OF THE TEXAS ASSOCIATION OF REALTORS IS NOT AUTHORIZED Texas Association

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

Request for Proposal Posted: March 4, 2015 After Hours Answering Service RFP No. 06.15

Request for Proposal Posted: March 4, 2015 After Hours Answering Service RFP No. 06.15 S PRINGFIELD UTILITY BOARD Electric Service Center Request for Proposal Posted: March 4, 2015 After Hours Answering Service RFP No. 06.15 Proposals Due: March 12, 2015 @ 2:00 pm Technical Questions RFP

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

Final Procurement Contract and Vendor Rules Arkansas Health Insurance Marketplace

Final Procurement Contract and Vendor Rules Arkansas Health Insurance Marketplace Final Procurement Contract and Vendor Rules Arkansas Health Insurance Marketplace Preface: The Purpose of these Rules is to establish the policies and procedures for vendors doing business with the Arkansas

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

Request for Proposals

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

More information

GENERAL AGENT AGREEMENT

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

More information

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

Document Comparison. AIA Documents A134 2009 and A131CMc 2003

Document Comparison. AIA Documents A134 2009 and A131CMc 2003 Document Comparison AIA Documents A134 2009 and A131CMc 2003 AIA Document A134 2009 is in the right-hand column. Corresponding sections of AIA Document A131 CMc 2003 are in the left-hand column. Sections

More information

If you are in full agreement with the document, kindly return the signature page at the end of the documents

If you are in full agreement with the document, kindly return the signature page at the end of the documents Introducing Broker Agreement If you are in full agreement with the document, kindly return the signature page at the end of the documents Brokersclub Limited is a limited liability company registered in

More information