DURHAM TECHNICAL COMMUNITY COLLEGE REQUEST FOR PROPOSALS (RFQ) RFQ #

Size: px
Start display at page:

Download "DURHAM TECHNICAL COMMUNITY COLLEGE REQUEST FOR PROPOSALS (RFQ) RFQ # 94-16-0007"

Transcription

1 DURHAM TECHNICAL COMMUNITY COLLEGE REQUEST FOR PROPOSALS (RFQ) RFQ # TITLE: PURPOSE: Supply, manufacture, install, and provide costs to replace existing interior signs on the Main Campus, Northern Durham Center, and Orange County Campus. ISSUE DATE: October 29, 2015 ISSUING & USING AGENCY: Durham Technical Community College 1637 Lawson Street Durham, NC LOCATION of work: Durham Technical Community College facilities at: 1637 E. Lawson, Durham, NC Snow Hill Road Durham NC College Park Road, Hillsborough NC SEALED BIDS subject to the conditions made a part hereof will be received until 2:00 p.m., Tuesday, December 8, 2015 for furnishing services described herein. SEND ALL BIDS DIRECTLY TO THE ADDRESS AS SHOWN BELOW: DELIVERED BY US POSTAL SERVICE DELIVERED BY ANY OTHER MEANS RFP NO. # RFP NO. # Durham Technical Community College Durham Technical Community College Attn: Yolanda Moore-Jones Business Office Attn: Yolanda Moore-Jones Business Office, N.B. White Building 1637 E. Lawson St E. Lawson St. Durham, NC Durham, NC IMPORTANT NOTE: Indicate firm name and RFQ number on the front of each sealed proposal envelope or package, along with the date for receipt of proposals specified above. NOTE: If a proposal is mailed, the Contractor takes the risk that the envelope, even if marked as described above, may be inadvertently opened and the information compromised, which may cause the proposal to be disqualified. The College assumes no responsibility to accept proposals not received by the deadline, regardless of the reason. ALL INQUIRIES SHOULD BE ed and directed to: Durham Technical Community College Yolanda Moore-Jones, Auxiliary Services Director Phone: , ext jonesym@durhamtech.edu Page 1

2 OR Durham Technical Community College Richard McKown, Facility Services Director Phone: , ext PRE-BID CONFERENCE AND SITE INSPECTION: Attendance at the conference and site inspection is MANADATORY AND LATE ARRIVALS WILL NOT BE ADMITTED. Potential bidders must attend the conference and inspection(s) in order to submit a bid. The prebid conference and site inspection will be held on, Tuesday, November 10 at 10:00 a.m. at Durham Technical Community College, Educational Resource Center auditorium, 1637 E. Lawson St., Durham, NC. The purpose of the visit is for the bidders to acquaint themselves with the conditions and requirements of the tasks to be performed. Bidders should take all necessary measurements and make all necessary evaluations of existing conditions. QUESTIONS concerning the specifications and scope of work in this Request for Quotation will be received until 4:00 pm, Tuesday, November 24, It is the contractor s responsibility to assure that all specifications in the RFQ and any addenda have been reviewed. Within two days after notification of award of a contract, the contractor must register in NC Your Service ( Page 2

3 TABLE OF CONTENTS SECTION TITLE PAGE I. PURPOSE 4 II. GENERAL REQUIREMENTS 4 III. SCOPE OF WORK 4 IV. THE PROCUREMENT PROCESS 4-5 V. QUOTATION REQUIREMENTS 5-6 VI. GENERAL INFORMATION ON SUBMITTING QUOTATIONS 6-8 VII. NORTH CAROLINA GENERAL CONTRACT TERMS and CONDITIONS 8-12 VIII. SPECIAL TERMS and CONDITIONS 12 IX. SCOPE OF SERVICES X. CONTRACTOR DATA SHEET 14 XI. HUB / MWBE FORMS ATTACHMENT I CONTRACTOR QUOTATION/EXECUTION OF QUOTATION ACCEPTANCE OF QUOTATION 24 ATTACHMENT II Bid Summary by Campus Location IIa Main Campus 25 IIb North Durham Campus 26 IIc Orange County Campus 27 IId Sign Type Unit Prices 28 Page 3

4 REQUEST FOR QUOTATION (RFQ # ) I. PURPOSE: The purpose and intent of this RFQ for the is to engage a qualified sign contractor herein referred to as the Contractor or offeror in a turnkey project and to supply, manufacture, install, and replace existing interior signs in the fourteen buildings of Main Campus, Northern Durham Center, and Orange County Campus. The Contractor will be expected to provide a high-quality level of service that is acceptable to Durham Technical Community College, herein referred to as the College. The College will not reimburse any potential or successful Contractor for costs incurred in the preparation and submission of this proposal. The College will be represented for these stated purposes by a person in the position of Director of Facility Services, or as the College designates. II. GENERAL REQUIREMENTS: The College is requesting quotations to supply, manufacture, and install signs in fourteen buildings at three campus locations. The Contractor will remove existing signs, repair and paint wall damages to match surrounding surfaces when needed and install new interior signs. Sign designs will be in accordance with the design information in this document and on the College web site Access to the web site is by password only, which must be obtained by ing Richard McKown at mckownr@durhamtech.edu. III. SCOPE OF WORK: The College is requesting quotations for the supply, manufacture, and installation of interior signs for fourteen buildings located at three campus locations. An assessment of campus conditions and needs was completed during 2015 by APCO USA. The design of the interior signs, the building layouts, sign locations and type is available on the Durham Tech web site Please contact Richard McKown at mckownr@durhamtech.edu for password access. Information contained in Section IX and Attachments II a, b, c, & d must be utilized by the Contractor in preparing their quotation. IV. THE PROCUREMENT PROCESS: The following is a general description of the process by which a firm will be selected to provide services: 1. Request for Quotation (RFQ) is issued to prospective contractors. 2. A mandatory pre-bid conference and deadline for written questions are set. 3. The quotation original, one copy with original signature and one copy (three document copies in all) will be received from each offeror in a sealed envelope or package. Each original shall be signed and dated by an official authorized to bind the firm. Unsigned quotations will not be considered. Page 4

5 4. All quotations must be received by the College not later than the date and time specified on the cover sheet of this RFQ. 5. At the specified date and time, the package containing the proposal from each of the responding firms will be received and later reviewed by the College for overall understanding of the campus needs. Interested parties are cautioned that their proposals are subject to further evaluation for completeness and correctness. 6. At their option, the College evaluators may request oral presentations or discussion with any or all offerors for the purpose of clarification or to amplify the materials presented in any part of the quotation. However, offerors are cautioned that the evaluators are not required to request clarification; therefore, all quotations should be completed and reflect the most favorable terms from the offeror. 7. The College will review all accepted quotations with particular emphasis on the following (these items are not listed in any ranking order of importance): completeness of proposal; content of proposal; experience with similar projects; cost; and ability to provide services in a timely manner. 8. In addition to any other evaluation criteria identified in the College s solicitation document, the College shall consider the following factors and qualifications to ensure that any award will be in the best interest of the College: a. Specialized or appropriate expertise in the type of project; b. Past performance on similar projects; c. Adequate staff and proposed team for the project; d. Current workload and State projects awarded; e. Proposed approach for the project including design, manufacturing, and installation team and consultants; f. Recent experience with project costs and schedules; g. Construction administration capabilities; h. Proximity to and familiarity with the area where the project is located; i. Record of successfully completed projects without major legal or technical problems; j. Total cost to the College; k. Level of quality provided by the contractor; l. Information received from contractor references; and m. Other factors which may be appropriate for the project. 9. AWARD CRITERIA: As provided by Statute, award will be based on the lowest and best bid(s) (most advantageous to the College) as determined by consideration of: a. Price b. Quality of item offered c. General reputation and performance capabilities of bidder d. Suitability of item(s) for intended use e. Conformity with intent of specifications herein f. Guaranteed delivery schedule 10. Offerors are cautioned that this is a request for quotation, not a request to contract, and the College reserves the right to reject any and all quotations when such rejection is deemed to be in the best interest of the College. Page 5

6 V. QUOTATION REQUIREMENTS The response to this RFQ shall consist of the following sections: Corporate Experience; Financial Statement; Project Staffing and Organization; Technical Approach; Cost Proposal; and Insurance Certificate. 1. Corporate Experience: This section shall include background information on the organization and should give details of experience with similar projects. A list of references (including contact persons and telephone numbers) for which similar work has been performed shall be included. 2. Financial Statement: The offeror s most recent audited financial statement or similar evidence of financial stability shall be provided. 3. Project Staffing and Organization: This section must include the proposed staffing, deployment and organization of personnel to be assigned to this project. Contractors must also list wholesalers that they will be utilizing and their experience in the sign industry with projects of this size. 4. The offeror shall provide information as to the qualifications and experience of all executive, managerial, legal, and professional personnel to be assigned to this project, including resumes citing experience with similar projects and the responsibilities to be assigned to each person. 5. Technical Approach: This section shall include, in narrative, outline, and/or graph form the offeror s approach to accomplishing the tasks outlined in the Scope of Work section of this RFQ. A description of each task and the schedule for completing each item shall be included. 6. Quotation: A statement of cost representing the maximum amount for all work to be performed will be considered by the College in its overall evaluation of the proposed signage system. 7. Insurance Certificate: See North Carolina General Contract General Terms And Conditions. VI. GENERAL INFORMATION ON SUBMITTING QUOTATIONS 1. EXCEPTIONS: All quotations are subject to the terms and conditions outlined herein. All responses shall be controlled by such terms and conditions, and the submission of other terms and conditions, price lists, catalogs, and/or other documents as part of an offeror s response will be waived and have no effect either on this Request for Quotations or on any contract that may be awarded resulting from this solicitation. Offeror specifically agrees to the conditions set forth in the above paragraph by signature to the quotation. 2. CERTIFICATION: By executing the quotation, the signer certifies that this quotation is submitted competitively and without collusion (G.S ), that none of our officers, directors, or owners of an unincorporated business entity has been convicted of any violations of Chapter 78A of the General Statutes, the Securities Act of 1933, or the Securities Exchange Act of 1934 (G.S ), and that we are not an ineligible vendor as set forth in G.S False certification is a Class I felony. Page 6

7 3. ORAL EXPLANATIONS: The College shall not be bound by oral explanations or instructions given at any time during the competitive process or after award. 4. REFERENCE TO OTHER DATA: Only information that is received in response to this RFQ will be evaluated; reference to information previously submitted shall not be evaluated. 5. COST FOR QUOTATION PREPARATION: Any costs incurred by offerors in preparing or submitting offers are the offerors sole responsibility. The College will not reimburse any offeror for any costs incurred prior to award. 6. TIME FOR ACCEPTANCE: Each quotation shall state that it is a firm offer, which may be accepted within a period of 30 days. Although the contract is expected to be awarded prior to that time, the 30-day period is requested to allow for unforeseen delays. 7. TITLES: Titles and headings in this RFQ and any subsequent contract are for convenience only and shall have no binding force or effect. 8. CONFIDENTIALITY OF QUOTATIONS: In submitting its quotation, the offeror agrees not to discuss or otherwise reveal the contents of the quotation to any source outside of the College, government or private, until after the award of the contract. Offerors not in compliance with this provision may be disqualified, at the option of the College, from contract award. Only discussions authorized by the College are exempt from this provision. 9. RIGHT TO SUBMITTED MATERIAL: All responses, inquiries, or correspondence relating to or in reference to the RFQ, and all other reports, charts, displays, schedules, exhibits, and other documentation submitted by the offerors shall become the property of the College when received. 10. OFFEROR S REPRESENTATIVE: Each offeror shall submit with its quotation the name, address, and telephone number of the person(s) with authority to bind the firm and answer questions or provide clarification concerning the firm s quotation. 11. PROPRIETARY INFORMATION: Trade secrets or similar proprietary data which the offeror does not wish disclosed to other than personnel involved in the evaluation or contract administration will be kept confidential to the extent permitted by NCAC T01:05B.1501 and NC G.S if identified as follows: Each page shall be identified in boldface at the top and bottom as CONFIDENTIAL. Any section of the quotation that is to remain confidential shall also be so marked in boldface on the title page of that section. Cost information may not be deemed confidential. In spite of what is labeled as confidential, the determination as to whether or not it is shall be determined by North Carolina law. 12. HISTORICALLY UNDERUTILIZED BUSINESSES: Pursuant to NC General Statute and Executive Order #150, the College invites and encourages participation in this procurement process by businesses owned by minorities, women, disabled, disabled business enterprises and non-profit work centers for the blind and severely disabled. 13. PROTEST PROCEDURES: A party wanting to protest a contract award handled by the College must submit a written request for a protest meeting to the Director of Auxiliary Page 7

8 Services, which must be received in the Business Office within 30 consecutive calendar days from the date of the protested contract award. This letter must contain specific sound reasons and any supporting documentation for why the party is protesting the award or the protest will be promptly rejected. A final decision for this protest will be reached within 20 working days. If we are unable to inform you by this date, a written letter will be sent to you advising you of the reason and the date. If not, the Director of Auxiliary Services will schedule a meeting with the protesting party to hear their complaint. This meeting will be held within 30 consecutive calendar days after receipt of the written protest. The Director of Auxiliary Services will respond to the protesting party in writing with a decision within the 30 consecutive calendar days from the date of the protest meeting. If the protesting party is not agreeable to the decision of the Director of Auxiliary Services, they may appeal, following the same procedures as described above, to the Vice President of Finance and Administration. The protesting party may make a final appeal to the Vice President of Finance and Administration following the same procedures. 14. TABULATIONS: The College will make available quotation bids to those offerors who provided a quotation to this RFQ. The information provided to the college is public domain and may be requested by the public only by specific written request to the College. 15. VENDOR REGISTRATION AND SOLICITATION NOTIFICATION SYSTEM: Vendor Link NC allows vendors to electronically register free with the State to receive electronic notification of current procurement opportunities for goods and services available on the Interactive Purchasing System. Online registration and other purchasing information are available on our Internet web site: RECIPROCAL PREFERENCE: NC G.S establishes a reciprocal preference law to discourage other states from applying in-state preferences against North Carolina s resident offerors. The Principal Place of Business is defined as the principal place from which the trade or business of the offeror is directed or managed. VII. NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS A. GOVERNING LAW: This contract is made under and shall be governed and construed in accordance with the laws of the State of North Carolina. B. SITUS: The place of this contract, its situs and forum, shall be North Carolina, where all matters, whether sounding in contract or tort, relating to its validity, construction, interpretation and enforcement shall be determined. C. INDEPENDENT CONTRACTOR: The Contractor shall be considered to be an independent contractor and as such shall be wholly responsible for the work to be performed and for the supervision of its employees. The Contractor represents that it has, or will secure at its own expense, all personnel required in performing the services under this agreement. Such employees shall not be employees of, or have any individual contractual relationship with the College. D. KEY PERSONNEL: The Contractor shall not substitute key personnel assigned to the performance of this contract without prior written approval by the College s Contract Page 8

9 Administrator. The individuals designated as key personnel for purposes of this contract are those specified in the Contractor s proposal. E. PERFORMANCE AND DEFAULT: If, through any cause, the Contractor shall fail to fulfill in timely and proper manner the obligations under this agreement, the College shall thereupon have the right to terminate this contract by giving written notice to the Contractor and specifying the effective date thereof. In that event, all finished or unfinished deliverable items under this contract prepared by the Contractor shall, at the option of the College, become its property, and the Contractor shall be entitled to receive just and equitable compensation for any satisfactory work completed on such materials. Notwithstanding, the Contractor shall not be relieved of liability to the College for damages sustained by the College by virtue of any breach of this agreement, and the College may withhold any payment due the Contractor for the purpose of setoff until such time as the exact amount of damages due the College from such breach can be determined. In case of default by the Contractor, the College may procure the services from other sources and hold the Contractor responsible for any excess cost occasioned thereby. The College reserves the right to require a performance bond or other acceptable alternative guarantees from successful offeror without expense to the College. In addition, in the event of default by the Contractor under this contract, the College may immediately cease doing business with the Contractor, immediately terminate for cause all existing contracts the College has with the Contractor, and de-bar the Contractor from doing future business with the College. Upon the Contractor filing a petition for bankruptcy or the entering of a judgment of bankruptcy or insolvency by or against the Contractor, the College may immediately terminate, for cause, this contract and all other existing contracts the Contractor has with the College and de-bar the Contractor from doing future business. Neither party shall be deemed to be in default of its obligations hereunder if and so long as it is prevented from performing such obligations by any act of war, hostile foreign action, nuclear explosion, riot, strikes, civil insurrection, earthquake, hurricane, tornado, or other catastrophic natural event or act of God. F. TERMINATION: The College may terminate this agreement at any time by 30 days notice in writing from the College to the Contractor. In that event, all finished or unfinished deliverable items prepared by the Contractor under this contract shall, at the option of the College, become its property. If the contract is terminated by the College as provided herein, the Contractor shall be paid for services satisfactorily completed, less payment or compensation previously made. G. AVAILABILITY OF FUNDS: Any and all payments to the Contractor are dependent upon and subject to the availability of funds to the College for the purpose set forth in this agreement. H. CONFIDENTIALITY: Any information, data, instruments, documents, studies or reports given to or prepared or assembled by the Contractor under this agreement shall be kept as confidential and not divulged or made available to any individual or organization without the prior written approval of the College. I. CARE OF PROPERTY: The Contractor agrees that it shall be responsible for the proper custody and care of any property furnished it for use in connection with the performance of Page 9

10 this contract or purchased by it for this contract and will reimburse the College for loss of damage of such property. J. COPYRIGHT: No deliverable items produced in whole or in part under this agreement shall be the subject of an application for copyright by or on behalf of the Contractor. K. ACCESS TO PERSONS AND RECORDS: The State Auditor shall have access to persons and records as a result of all contracts or grants entered into by State agencies or political subdivisions in accordance with NC General Statute The Contractor shall retain all records for a period of three years following completion of the contract. L. ASSIGNMENT: No assignment of the Contractor s obligations or the Contractor s right to receive payment hereunder shall be permitted. However, upon written request approved by the College purchasing authority, the College may: (a) Forward the contractor s payment check(s) directly to any person or entity designated by the Contractor, or (b) Include any person or entity designated by Contractor as a joint payee on the Contractor s payment check(s). In no event shall such approval and action obligate the College to anyone other than the Contractor, and the Contractor shall remain responsible for fulfillment of all contract obligations. M. COMPLIANCE WITH LAWS: The Contractor shall comply with all laws, ordinances, codes, rules, regulations, and licensing requirements that are applicable to the conduct of its business, including those of federal, state, and local agencies having jurisdiction and/or authority. N. AFFIRMATIVE ACTION: The Contractor shall take affirmative action in complying with all Federal and State requirements concerning fair employment and employment of people with disabilities, and concerning the treatment of all employees without regard to discrimination by reason of race, color, religion, sex, national origin, or disability. O. INDEMITY AND INSURANCE: To the extent permitted by law, the Contractor shall indemnify and save harmless the College, its officers, agents, employees, and assigns from and against all loss, cost, damages, expense and liability caused by an accident or other occurrence resulting in bodily injury; including death, sickness and disease to any person; or damage or destruction of property, real or personal; arising directly or indirectly from operations, products or services rendered or purchased under this agreement. The Contractor further agrees to purchase and maintain during the life of the agreement, with an insurance company acceptable to the College and authorized to do business in the State of North Carolina, the following insurance: Automobile Liability Bodily Injury and Property Damage liability coverage for all owned, non-owned, and hired automobiles, golf carts, or trucks for limits of not less than $1,000,000 bodily injury each person, each accident and $1,000,000 property damage, or $1,000,000 combined single limit bodily injury and property damage. Page 10

11 Commercial General Liability Bodily Injury and Property Damage liability coverage that will protect the Contractor and any subcontractor performing work under this agreement from claims of bodily injury or property damage which arise from the duration of this agreement whether such operations are performed by the contractor, subcontractor, or anyone directly or indirectly employed by either. The amounts of such insurance shall not be less than $1,000,000 bodily injury each occurrence/aggregate and $1,000,000 property damage each occurrence/aggregate or $1,000,000 bodily injury and property damage combined single limit each occurrence/aggregate. This insurance shall include coverage for products, completed operations, personal injury liability and contractual liability assumed under the indemnity provision of this agreement. Workers Compensation Employers liability policy to meet the current basic statutory requirements of the State of North Carolina for $150,000 per accident for injuries, $150,000 per employee for disease, and $500,000 aggregate (annually) for disease. Higher limits may be purchased. The College shall be named as an additional insured for operations or services rendered under this agreement. Certificates of insurance will be furnished to the College and shall contain the provision that the College is given 30 days written notice of any intent to amend or terminate by either the insured or the insuring companies. The Contractor is advised that if any part of the work under this agreement is sublet, the Contractor will require the subcontractor(s) to carry insurance as required above. However, this will in no way relieve the contractor from providing full insurance coverage on all phases of the project, including any that is sublet. P. ADVERTISING: The Contractor agrees not to use the existence of this contract, the name of the College, or the name of the State of North Carolina as part of any commercial advertising. Q. ENTIRE AGREEMENT: This contract and any documents incorporated specifically by reference represent the entire agreement between the parties and supersede all prior oral or written statements or agreements. This Request for Proposals, any addenda thereto, and the offeror s proposal are incorporated herein by reference as though set forth verbatim. All promises, requirements, terms, conditions, provisions, representations, guarantees, and warranties contained herein shall survive the contract expiration or termination date unless specifically provided otherwise herein, or unless superseded by applicable Federal or State statutes of limitation. R. AMENDMENTS: This contract may be amended only by written amendments duly executed by the College and the Contractor. The NC Division of Purchase and Contract shall give prior approval to any amendment to a contract awarded through that office. Page 11

12 S. TAXES: G.S bars the Secretary of Administration from entering into contracts with vendors if the vendor or its affiliates meet one of the conditions of G. S (b) and refuse to collect use tax on sales of tangible personal property to purchasers in North Carolina. Conditions under G. S (b) include: (1) Maintenance of a retail establishment or office, (2) Presence of representatives in the State that solicit sales or transact business on behalf of the vendor and (3) Systematic exploitation of the market by media-assisted, media-facilitated, or media-solicited means. By execution of the bid document, the vendor certifies that it and all of its affiliates (if it has affiliates), collect(s) the appropriate taxes. T. GENERAL INDEMNITY: The contractor shall hold and save the State, the College, its officers, agents, and employees, harmless from liability of any kind, including all claims and losses accruing or resulting to any other person, firm, or corporation furnishing or supplying work, services, materials, or supplies in connection with the performance of this contract, and from any and all claims and losses accruing or resulting to any person, firm, or corporation that may be injured or damaged by the contractor in the performance of this contract and that are attributable to the negligence or intentionally tortuous acts of the contractor provided that the contractor is notified in writing within 30 days that the College has knowledge of such claims. The contractor represents and warrants that it shall make no claim of any kind or nature against the College agents who are involved in the delivery or processing of contractor goods to the College. The representation and warranty in the preceding sentence shall survive the termination or expiration of this contract. VIII. SPECIAL TERMS and CONDITIONS A. LACK OF PERFORMANCE/RIGHT OF TERMINATION/DISPUTES: Should the College find the services of the Contractor to be unsatisfactory, the College may at its discretion withhold payment until the unacceptable conditions are remedied. If conditions have not been remedied within 48 hours, the College will contract with a third party contractor or rely on its own staff to correct the condition and the Contractor will be held liable for any additional funds needed to correct the problem. B. EQUIPMENT AND TOOLS: The Contractor shall provide all equipment, tools and transportation for their staff. The equipment the Contractor provides shall include but not be limited to all equipment used in the commercial graphic design, manufacture, and installation trades. C. LICENSE REQUIRED: The Contractor is responsible to obtain any licenses required to perform work in the City or County of Durham. D. PERFORMANCE BOND: The Contractor will provide the College a performance bond for the full amount of the contract. E. WORK EXPERIENCE: The Contractor shall have a minimum of 5 years commercial experience in their licensed trade. The Contractor upon request must provide documentation of said experience by providing customer contact name, address, phone number, type of work performed, and date of work performed, with their proposal. Page 12

13 IX. SCOPE OF SERVICES At a minimum, the Contractor will provide the following services: 1. This scope of work is intended to define, but not limit, the scope of work to be performed. The scope shall include all necessary labor, material, accessories, equipment, hardware, fasteners, tools, layout engineering, supervision, hoisting, scaffolding, shop drawings, packaging, trucking, freight, delivery, permits, inspections, insurance, bonds and all other services required for the complete performance of this scope of work in accordance with the drawings and specifications. 2. Research local codes for compliance to any sign ordinance and installation requirements, and obtain the necessary permits for installing signage; 3. Coordinate with the College the schedule and programming that includes demolition and replacement of existing signs, locations of new signs, and sign schedule. 4. New sign installation and removal of existing signs for each building will be completed before starting the next building. 5. Install signs according to the schedule prepared by the Contractor and approved by the College. 6. At a minimum, the Contractor will meet weekly with the College during the installation phase. 7. Any deviations from said Drawings and Specifications shall require prior written approval from the Owner/Owner's Representative. Any corrective work required as a result of unapproved deviations shall be charged to this Signage Contractor. 8. Shop Drawings: Submit dimensioned drawings showing location, type, size, arrangement, anchor, or mounting details, and accessories. 9. Shop Drawings: Submit layouts showing formats, fonts, colors, mountings. Include reviewed and approved message lists and location plans. Provide color samples for all specified colors. 10. Conduct on-site survey(s) of all buildings on 3 campuses. On-Site survey(s) to include: * Verification and revisions if necessary of all floor plans/sign locations. * Creation of all message lists (Room ID & Directional) for each building and campus. * Review with owner's representative of all sign messages and sign locations and to discuss any locations that may need to be revised. 11. Field verification of all dimensions and locations shall be done by Signage Contractor prior to manufacture. 12. Sign contractor to be responsible for patch, repair, and paint of wall surfaces after removal of signs. Repairs are to match existing surface(s) around the repair location. 13. Sign contractor to remove existing signs located on walls. Include cost to remove one existing sign per new sign, and one existing directing sign for each new directing sign. Do not include removal of existing signs mounted on doors. 14. Take precautions as to not damage any adjacent surfaces, in the event of damage report immediately. The cost for damage repair will be at the Contractor s expense. 15. Submit manufacturers literature with maintenance instructions. 16. Submit closeout binder with "as-built" drawings and documentation. 17. Provide an electronic document of final design and plans, such as AutoCad, or other format acceptable to the College. Page 13

14 18. Provide an electronic document/program that will allow the College to replace sign inserts as needed. Page 14

15 X. CONTRACTOR DATA SHEET: (must be completed by Contractor) Contractor s Name Business Phone Number Facsimile (Fax) Number Address Federal ID /Social Security Number Check One: Proprietorship Partnership Corporation Date Firm Established Sign Manufacturing Experience (Years) Total Business Income (from Sign Manufacturing): $ Fiscal Year To Date: $ Fiscal Year Began: Last Fiscal Year: $ Fiscal Year Dates: To Name of individual authorized to answer questions concerning the information contained herein: Name: Telephone Number: A. CONTRACTOR DATA 1. Qualifications of Contractor Bidders must have the capability and capacity in all respects to fully satisfy all of the contractual requirements. 2. Years in Business Indicate the length of time this firm has been in business providing this type of service: Years Months 3. Licenses and Insurance All state, county, and local licenses, permits and insurance coverage as required must be submitted as a part of the Bid Package. Current licenses, permits and insurance coverage must be provided prior to contract signing after bid is awarded. 4. References Indicate herein a listing of recent client references for which you have provided this type of service within the last three years. Include the date service was furnished and the name, address, and phone number of the person that the College has your permission to contact. Client Name: Date of Service: Address: Person to Contact: Phone #: Client Name: Date of Service: Address: Person to Contact: Phone #: Client Name: Date of Service: Address: Person to Contact: Phone #: Page 15

16 Identification of HUB Certified/ Minority Business Participation I,, (Name of Bidder) do hereby certify that on this project, we will use the following HUB Certified/ minority business as construction subcontractors, vendors, suppliers or providers of professional services. Firm Name, Address and Phone # Work Type *Minority **HUB Category Certified (Y/N) *Minority categories: Black, African American (B), Hispanic (H), Asian American (A) American Indian (I), Female (F) Socially and Economically Disadvantaged (D) ** HUB Certification with the state HUB Office required to be counted toward state participation goals. The total value of minority business contracting will be ($). Page 16

17 State of North Carolina County of Affidavit of AFFIDAVIT A Listing of Good Faith Efforts (Name of Bidder) I have made a good faith effort to comply under the following areas checked: RFQ # Bidders must earn at least 50 points from the good faith efforts listed for their bid to be considered responsive. (1 NC Administrative Code 30 I.0101) 1 (10 pts) Contacted minority businesses that reasonably could have been expected to submit a quote and that were known to the contractor, or available on State or local government maintained lists, at least 10 days before the bid date and notified them of the nature and scope of the work to be performed. 2 --(10 pts) Made the construction plans, specifications and requirements available for review by prospective minority businesses, or providing these documents to them at least 10 days before the bids are due. 3 (15 pts) Broken down or combined elements of work into economically feasible units to facilitate minority participation. 4 (10 pts) Worked with minority trade, community, or contractor organizations identified by the Office of Historically Underutilized Businesses and included in the bid documents that provide assistance in recruitment of minority businesses. 5 (10 pts) Attended prebid meetings scheduled by the public owner. 6 (20 pts) Provided assistance in getting required bonding or insurance or provided alternatives to bonding or insurance for subcontractors. 7 (15 pts) Negotiated in good faith with interested minority businesses and did not reject them as unqualified without sound reasons based on their capabilities. Any rejection of a minority business based on lack of qualification should have the reasons documented in writing. 8 (25 pts) Provided assistance to an otherwise qualified minority business in need of equipment, loan capital, lines of credit, or joint pay agreements to secure loans, supplies, or letters of credit, including waiving credit that is ordinarily required. Assisted minority businesses in obtaining the same unit pricing with the bidder's suppliers in order to help minority businesses in establishing credit. 9 (20 pts) Negotiated joint venture and partnership arrangements with minority businesses in order to increase opportunities for minority business participation on a public construction or repair project when possible (20 pts) Provided quick pay agreements and policies to enable minority contractors and suppliers to meet cash-flow demands. The undersigned, if apparent low bidder, will enter into a formal agreement with the firms listed in the Identification of Minority Business Participation schedule conditional upon scope of contract to be executed with the Owner. Substitution of contractors must be in accordance with GS (d) Failure to abide by this statutory provision will constitute a breach of the contract. The undersigned hereby certifies that he or she has read the terms of the minority business commitment and is authorized to bind the bidder to the commitment herein set forth. Date: Name of Authorized Officer: Signature: Title: SEAL State of, County of Subscribed and sworn to before me this day of 20 Notary Public My commission expires Page 17

18 State of North Carolina County of RFQ # AFFIDAVIT B-- Intent to Perform Contract with Own Workforce. Affidavit of (Name of Bidder) I hereby certify that it is our intent to perform 100% of the work required for the (Name of Project) contract. In making this certification, the Bidder states that the Bidder does not customarily subcontract elements of this type project, and normally performs and has the capability to perform and will perform all elements of the work on this project with his/her own current work forces; and The Bidder agrees to provide any additional information or documentation requested by the owner in support of the above statement. The Bidder agrees to make a Good Faith Effort to utilize minority suppliers where possible. The undersigned hereby certifies that he or she has read this certification and is authorized to bind the Bidder to the commitments herein contained. Date: Name of Authorized Officer: Signature: SEAL Title: State of, County of Subscribed and sworn to before me this day of 20 Notary Public My commission expires Page 18

19 Do not submit with bid Do not submit with bid Do not submit with bid Do not submit with bid State of North Carolina - AFFIDAVIT C - Portion of the Work to be Performed by HUB Certified/Minority Businesses County of (Note this form is to be submitted only by the apparent lowest responsible, responsive bidder.) If the portion of the work to be executed by HUB certified/minority businesses as defined in GS (g) and 128.4(a),(b),(e) is equal to or greater than 10% of the bidders total contract price, then the bidder must complete this affidavit. This affidavit shall be provided by the apparent lowest responsible, responsive bidder within 72 hours after notification of being low bidder. Affidavit of (Name of Bidder) I do hereby certify that on the (Project Name) Project ID# Amount of Bid $ I will expend a minimum of % of the total dollar amount of the contract with minority business enterprises. Minority businesses will be employed as construction subcontractors, vendors, suppliers or providers of professional services. Such work will be subcontracted to the following firms listed below. Attach additional sheets if required Name and Phone Number *Minority Category **HUB Certified Y/N Work Description Dollar Value *Minority categories: Black, African American (B), Hispanic (H), Asian American (A) American Indian (I), Female (F) Socially and Economically Disadvantaged (D) ** HUB Certification with the state HUB Office required to be counted toward state participation goals. Pursuant to GS (d), the undersigned will enter into a formal agreement with Minority Firms for work listed in this schedule conditional upon execution of a contract with the Owner. Failure to fulfill this commitment may constitute a breach of the contract. The undersigned hereby certifies that he or she has read the terms of this commitment and is authorized to bind the bidder to the commitment herein set forth. Date: Name of Authorized Officer: Signature: SEAL Title: State of, County of Subscribed and sworn to before me this day of 20 Notary Public My commission expires Page 19

20 State of North Carolina AFFIDAVIT D Good Faith Efforts County of (Note this form is to be submitted only by the apparent lowest responsible, responsive bidder.) If the goal of 10% participation by HUB Certified/ minority business is not achieved, the Bidder shall provide the following documentation to the Owner of his good faith efforts: Affidavit of (Name of Bidder) I do hereby certify that on the (Project Name) Project ID# Amount of Bid $ I will expend a minimum of % of the total dollar amount of the contract with HUB certified/ minority business enterprises. Minority businesses will be employed as construction subcontractors, vendors, suppliers or providers of professional services. Such work will be subcontracted to the following firms listed below. (Attach additional sheets if required) Name and Phone Number *Minority Category **HUB Certified Y/N Work Description Dollar Value *Minority categories: Black, African American (B), Hispanic (H), Asian American (A) American Indian (I), Female (F) Socially and Economically Disadvantaged (D) ** HUB Certification with the state HUB Office required to be counted toward state participation goals. Examples of documentation that may be required to demonstrate the Bidder's good faith efforts to meet the goals set forth in these provisions include, but are not necessarily limited to, the following: A. Copies of solicitations for quotes to at least three (3) minority business firms from the source list provided by the State for each subcontract to be let under this contract (if 3 or more firms are shown on the source list). Each solicitation shall contain a specific description of the work to be subcontracted, location where bid documents can be reviewed, representative of the Prime Bidder to contact, and location, date and time when quotes must be received. B. Copies of quotes or responses received from each firm responding to the solicitation. C. A telephone log of follow-up calls to each firm sent a solicitation. D. For subcontracts where a minority business firm is not considered the lowest responsible sub-bidder, copies of quotes received from all firms submitting quotes for that particular subcontract. E. Documentation of any contacts or correspondence to minority business, community, or contractor organizations in an attempt to meet the goal. F. Copy of pre-bid roster G. Letter documenting efforts to provide assistance in obtaining required bonding or insurance for minority business. H. Letter detailing reasons for rejection of minority business due to lack of qualification. I. Letter documenting proposed assistance offered to minority business in need of equipment, loan capital, lines of credit, or joint pay agreements to secure loans, supplies, or letter of credit, including waiving credit that is ordinarily required. Failure to provide the documentation as listed in these provisions may result in rejection of the bid and award to the next lowest responsible and responsive bidder. Page 20

21 Pursuant to GS (d), the undersigned will enter into a formal agreement with Minority Firms for work listed in this schedule conditional upon execution of a contract with the Owner. Failure to fulfill this commitment may constitute a breach of the contract. The undersigned hereby certifies that he or she has read the terms of this commitment and is authorized to bind the bidder to the commitment herein set forth. Date: Name of Authorized Officer: Signature: Title: SEAL State of, County of Subscribed and sworn to before me this day of 20 Notary Public My commission expires Page 21

22 ATTACHMENT I REQUEST FOR QUOTATION (RFQ) RFQ # TITLE: CONTRACTOR QUOTATION /EXECUTION OF QUOTATION In order to be considered for an award of contract, the Contractor must submit a complete Response Package to this Request for Quotation (RFQ), which would include this entire document plus all supporting documentation and materials. The College will respect the confidentiality, ownership and copyrights of material submitted for Review. By submitting this quotation, the potential contractor (offeror) certifies the following: This quotation is signed by an authorized representative of the firm It can obtain insurance certificates as required within 10 calendar days after notice of award. The cost and availability of all equipment, materials, and supplies associated with performing the service described herein have been determined and included in the proposed cost. All labor cost, direct and indirect, have been determined and included in the proposed cost. The offeror has attended the mandatory conference/site visit and is aware of prevailing conditions associated with performing these services The offeror has read and understands the conditions set forth in this RFQ and agrees to them with no exceptions. The offeror is registered in NC Your Service or agrees to register within two days after notification of contract award. Receipt of the following addendums are acknowledged: No. 1 No. 2 No. 3 No. 4 Contractor s failure to acknowledge all addendums will result in a non-responsive bid. In compliance with this RFP and with all the conditions imposed herein, the undersigned offers and agrees to furnish the services/goods at the price(s) indicated in the pricing schedule. The award of contract may be made without discussion after quotations are received. Quotations should, therefore, be submitted on the most favorable terms that the offeror could submit. The cost-not-to-exceed price for this quotation is $ Main Campus The cost-not-to-exceed price for this quotation is $ Northern Durham Center The cost-not-to-exceed price for this quotation is $ Orange County Campus These cost-not-to-exceed prices are to be supported by the costs from Attachment IIa,b,c,&d and are considered to be the contract pricing for the project signs. Page 22

23 OFFEROR/FIRM: ADDRESS: CITY, STATE, ZIP: TELEPHONE NUMBER: FAX: FEDERAL EMPLOYER IDENTIFICATION NUMBER: Principal Place of Business if different from above (See General Information on Submitting Proposals, Item 18.): BY: TITLE: DATE: (Signature) (Typed or printed name) **************************************************************************************************************************** ACCEPTANCE OF QUOTATION Durham Technical Community College BY: TITLE: Signature: Date Page 23

24 ATTACHMENT II A BID SUMMARY BY CAMPUS LOCATION MAIN CAMPUS INTERIOR SIGNAGE Sign Type Quantity Total Cost per Sign Type A 453 $ A1 19 $ B 338 $ B1 31 $ C 171 $ C1 20 $ D 286 $ F 58 $ G1 7 $ G2 5 $ J1 213 $ K1 14 $ K2 4 $ E2 110 $ E3 18 $ L 28 $ M 1 $ Sub-Total Product Artwork for Maps & Evacuation Plans Freight/Packaging 7.5% Sales Tax Installation/Removal/Patch & Repair/Paint On-Site Survey TOTAL INTERIOR BID Page 24

25 ATTACHMENT II B BID SUMMARY BY CAMPUS LOCATION NORTHERN DURHAM CENTER INTERIOR SIGNAGE Sign Type Quantity Total Cost per Sign Type A 32 $ A1 1 $ B 32 $ B1 1 $ C 21 $ C1 1 $ D 16 $ F 6 $ G1 0 $ G2 0 $ J1 21 $ K1 0 $ K2 0 $ E2 23 $ E3 4 $ L 5 $ M 0 $ Sub-Total Product Artwork for Maps & Evacuation Plans Freight/Packaging 7.5% Sales Tax Installation/Removal/Patch & Repair/Paint On-Site Survey TOTAL INTERIOR BID Page 25

RFP Number: [Add RFP #] ATTACHMENT A: INSTRUCTIONS TO VENDORS

RFP Number: [Add RFP #] ATTACHMENT A: INSTRUCTIONS TO VENDORS ATTACHMENT A: INSTRUCTIONS TO VENDORS 1. READ, REVIEW AND COMPLY: It shall be the Vendor s responsibility to read this entire document, review all enclosures and attachments, and any addenda thereto, and

More information

NORTH CAROLINA STATE UNIVERSITY MASSAGE THERAPIST AGREEMENT

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

More information

NORTH CAROLINA STATE UNIVERSITY AGREEMENT

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

More information

Planning and Community Development Department 214 North Center Street Goldsboro, NC 27530 (919) 580-4318. October 1, 2015. Dear Prospective Bidder:

Planning and Community Development Department 214 North Center Street Goldsboro, NC 27530 (919) 580-4318. October 1, 2015. Dear Prospective Bidder: Planning and Community Development Department 214 North Center Street Goldsboro, NC 27530 (919) 580-4318 October 1, 2015 Dear Prospective Bidder: The City of Goldsboro s Community Development Department,

More information

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 CITY OF FLORENCE Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 REQUEST FOR QUALIFICATIONS NO. 2014-08 ARCHITECTURAL SERVICES FOR COMMUNITY GYMNASIUM DESIGN PROPOSAL

More information

University of North Carolina at Charlotte

University of North Carolina at Charlotte University of North Carolina at Charlotte REQUEST FOR PROPOSAL S RFP #66-140037 SC TITLE: University Brand and Image Marketing Research RFP USING DEPARTMENT: University Communications ISSUE DATE: January

More information

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

Retaining Wall Replacement at the Currituck County Veterans Memorial Park CONTRACT DOCUMENTS FOR Retaining Wall Replacement at the Currituck County Veterans Memorial Park Coinjock, NC May 24, 2016 NOTICE TO BIDDERS Bids will be received until 4:00 pm on June 17, 2016 at the

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION Nutrition Services Solicitation Number: QT1604 Description: Kitchen Appliances for Nutrition Services Date: September 30, 2015 SUBMIT OFFER BY: October 14, 2015 by 2:00 PM PROCUREMENT

More information

GUIDELINES FOR RECRUITMENT AND SELECTION OF MINORITY BUSINESSES FOR PARTICIPATION IN STATE CONSTRUCTION CONTRACTS

GUIDELINES FOR RECRUITMENT AND SELECTION OF MINORITY BUSINESSES FOR PARTICIPATION IN STATE CONSTRUCTION CONTRACTS GUIDELINES FOR RECRUITMENT AND SELECTION OF MINORITY BUSINESSES FOR PARTICIPATION IN STATE CONSTRUCTION CONTRACTS In accordance with G.S. 143-128.2 (effective January 1, 2002) these guidelines establish

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

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

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642 COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP Issue Date: August 22, 2008 RFP #: 1642 Title: Applicant Tracking Software Classification Code: 20851 Issuing Agency: Using Agency And/Or Location Where

More information

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,

More information

CITY OF 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

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

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

More information

Park Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal.

Park Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal. REQUEST FOR PROPOSAL Park Hill School District 7703 NW Barry Road Kansas City, MO 64153 ------------------------------------------------------------------- Independent Financial Advisor District Bond Issues

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

708.1.2f - INDEPENDENT CONTRACTOR SERVICES AGREEMENT The University Of North Carolina at Chapel Hill WITNESSETH

708.1.2f - INDEPENDENT CONTRACTOR SERVICES AGREEMENT The University Of North Carolina at Chapel Hill WITNESSETH 708.1.2f - INDEPENDENT CONTRACTOR SERVICES AGREEMENT The University Of North Carolina at Chapel Hill This Independent Contractor Services Agreement (this Agreement ), made and entered into effective as

More information

St. Andrews Public Service District

St. Andrews Public Service District St. Andrews Public Service District Request for Qualifications for Architectural/Engineering (A/E) Consultancy Services for Fire Stations, Administrative Buildings, and Environmental Services Facilities.

More information

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

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

More information

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 REQUEST FOR QUOTATION Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 3:00 PM (EDST) on May 1, 2014,

More information

The University of North Carolina Plan to Increase Utilization of Historically Underutilized Businesses in Construction Projects

The University of North Carolina Plan to Increase Utilization of Historically Underutilized Businesses in Construction Projects The University of North Carolina Plan to Increase Utilization of Historically Underutilized Businesses in Construction Projects May 2002 1 of 15 The University of North Carolina Office of The President

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

AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR

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

More information

#5 Independent Contractor Form - With Insurance With Bonds

#5 Independent Contractor Form - With Insurance With Bonds #5 Independent Contractor Form - With Insurance With Bonds Proposed use: Contracts for smaller projects not involving street construction but important enough to require performance and require an avenue

More information

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS Jail Boiler Replacement Project For the Facilities Management Department PROPOSALS DUE: 2:00 p.m., Thursday, November 20, 2014 1 P age P:\Jail Boiler Replacement

More information

University of North Carolina at Charlotte

University of North Carolina at Charlotte University of North Carolina at Charlotte REQUEST FOR PROPOSAL S RFP #66-160025RD TITLE: USING DEPARTMENT: Payroll Assessment Services Business Affairs, Controller s Office ISSUE DATE: October 30, 2015

More information

For Credit and Debit Card Acceptance and the Associated. Processing Services GREENVILLE UTILITIES COMMISION

For Credit and Debit Card Acceptance and the Associated. Processing Services GREENVILLE UTILITIES COMMISION Request for Proposal For Credit and Debit Card Acceptance and the Associated Processing Services for GREENVILLE UTILITIES COMMISION P.O. Box 1847 Greenville, North Carolina 27835 Note: All questions regarding

More information

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT Proposals will be received in the New Hanover County Finance, 230 Government Center

More information

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING

More information

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES THIS AGREEMENT is made as of December 1, 2003, by and between the San Francisquito Creek Joint Powers Authority, a body corporate and politic

More information

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

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

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: MARTIN COUNTY BOARD OF COUNTY COMMISSIONERS, a political subdivision

More information

CITY OF HIGH POINT. Minority-owned, Woman-owned, Disadvantaged-owned Outreach Plan and Guidelines

CITY OF HIGH POINT. Minority-owned, Woman-owned, Disadvantaged-owned Outreach Plan and Guidelines CITY OF HIGH POINT Minority-owned, Woman-owned, Disadvantaged-owned Outreach Plan and Guidelines Municipal Office Building 211 South Hamilton Street High Point, North Carolina OUTREACH PLAN AND GUIDELINES

More information

PURCHASE ORDER TERMS AND CONDITIONS

PURCHASE ORDER TERMS AND CONDITIONS PURCHASE ORDER TERMS AND CONDITIONS This purchase order is subject to the following terms and conditions. The terms and conditions herein set forth constitute an offer by Purchaser and may be accepted

More information

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

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

More information

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 REQUEST FOR QUOTATION Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 4:00 PM (EDST) on September 2,

More information

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

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

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16RD101413B PROJECT TITLE: Communication Access Real Time Translation and Open Captioning Transcription

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

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

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

INVITATION TO BID ROOF REPAIR & COATING PUBLIC WORKS BUILDINGS B-E CITY OF GREENVILLE NORTH CAROLINA

INVITATION TO BID ROOF REPAIR & COATING PUBLIC WORKS BUILDINGS B-E CITY OF GREENVILLE NORTH CAROLINA INVITATION TO BID ROOF REPAIR & COATING PUBLIC WORKS BUILDINGS B-E CITY OF GREENVILLE NORTH CAROLINA PRE-BID MEETING: TUESDAY, FEBRUARY 23, 2016 @ 10:00 AM PUBLIC WORKS CONFERENCE ROOM 1500 BEATTY STREET,

More information

PURCHASE ORDER TERMS AND CONDITIONS

PURCHASE ORDER TERMS AND CONDITIONS PURCHASE ORDER TERMS AND CONDITIONS 1. DEFINITIONS: In these Terms and Conditions and all documents related to the Purchase Order: Purchaser means the entity issuing the Purchase Order as identified on

More information

PROFESSIONAL ENGINEERING SERVICES FOR HURRICANE IRENE HAZARD MITIGATION GRANT PROGRAM (HMGP) FOR ELEVATION

PROFESSIONAL ENGINEERING SERVICES FOR HURRICANE IRENE HAZARD MITIGATION GRANT PROGRAM (HMGP) FOR ELEVATION REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES FOR HURRICANE IRENE HAZARD MITIGATION GRANT PROGRAM (HMGP) FOR ELEVATION September 22, 2014 TABLE OF CONTENTS REQUEST FOR QUALIFICATIONS

More information

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT WOODY WHITE, CHAIRMAN BETH DAWSON, VICE-CHAIRMAN JONATHAN BARFIELD, JR. BRIAN BERGER THOMAS WOLFE CHRIS COUDRIET, COUNTY

More information

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 TABLE OF CONTENTS I. INSTRUCTIONS... 3 A. BID INFORMATION... 3 B. BID PROPOSAL FORMAT... 4 C.

More information

STATE OF 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. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

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

More information

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT Contract #: Total Obligation: AGREEMENT BETWEEN: The Georgia Department of Transportation s location identified in Paragraph 101A

More information

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

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

More information

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

STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between. and HARRISBURG AREA COMMUNITY COLLEGE

STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between. and HARRISBURG AREA COMMUNITY COLLEGE STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between and HARRISBURG AREA COMMUNITY COLLEGE This Agreement is made between Harrisburg Area Community College (HACC), whose primary address is One HACC

More information

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM NO.

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM NO. SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Joseph Ramon Date Issued: June 15, 2015 BID NO.: 15-0118 FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM

More information

ATTACHMENT B GENERAL TERMS AND CONDITIONS FOR NEIGHBORHOOD STABILIZATION PROGRAM CONSTRUCTION PROJECTS

ATTACHMENT B GENERAL TERMS AND CONDITIONS FOR NEIGHBORHOOD STABILIZATION PROGRAM CONSTRUCTION PROJECTS ATTACHMENT B GENERAL TERMS AND CONDITIONS FOR NEIGHBORHOOD STABILIZATION PROGRAM CONSTRUCTION PROJECTS The work to be performed under this bid/contract is financed by a Federal grant and the following

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

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

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

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

More information

To Whom It May Concern:

To Whom It May Concern: To Whom It May Concern: The Ohio Treasurer of State ( Treasurer ) may be eligible for an initial allocation of 100,000 student loan accounts to become a Not-For-Profit Direct Loan Servicer, as permitted

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

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

How To Write A Contract Between College And Independent Contractor

How To Write A Contract Between College And Independent Contractor Independent Contractor Agreement (Long Form) This Agreement is made between Babson College ("College"), a Massachusetts non-profit corporation with a principal place of business at 231 Forest Street, Babson

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION Solicitation Number: QT1608 Description: Band Instruments for Stall High School Date: January 8, 2016 SUBMIT OFFER BY: February 2, 2016 by 2:00 PM PROCUREMENT OFFICIAL CONTACT: Procurement

More information

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552 ROCKDALE COUNTY, GEORGIA April 4, 2011 WINDOWS 2008/EXCHANGE 2010 UPGRADE REQUEST FOR BID #11-15 ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552

More information

Town of Maiden. Request for Proposals For Sign Replacement Project

Town of Maiden. Request for Proposals For Sign Replacement Project Town of Maiden 19 N. Main Avenue Maiden, NC 28650 (828) 428-5000 Request for Proposals For Sign Replacement Project Section I Introduction and Intent of RFP: Pursuant to the General Statutes of North Carolina

More information

IMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you!

IMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you! ` SUBCONTRACTOR: PHONE PROJECT: LOCATION: Page 1 of 6 SUBCONTRACT (SHORT FORM) JOB NO.: COST CODE: PRICE: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC.

More information

Purchase Order Addendum

Purchase Order Addendum [STANDARD TERMS AND CONDITIONS] Purchase Order Addendum This purchase order addendum sets forth the terms and conditions under which an offer is issued to the Seller by the Board of Regents of the University

More information

GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME

GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME This GOODS AND SERVICES AGREEMENT ("Agreement") is entered into and effective [DATE], by and

More information

MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES

MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES THIS AGREEMENT is made and entered into this day of, 2007, by and between the University of Washington ( Owner ) and, ( Project

More information

COUNTY OF UNION, NEW JERSEY

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

More information

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325 REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325 NOTICE IS HEREBY GIVEN that the Cape Fear Public Utility Authority (hereinafter referred to as CFPUA or the Authority ) is requesting

More information

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

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

More information

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Purchasing Technician, Greenville Utilities

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Purchasing Technician, Greenville Utilities ADVERTISEMENT FOR BIDS Quotes will be received in the Office of the Purchasing Technician, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 4:00 PM (EDST) on

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

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

REQUEST FOR QUOTES (RFQ)

REQUEST FOR QUOTES (RFQ) REQUEST FOR QUOTES (RFQ) Lincoln County Public Works is requesting quotes (RFQ) through its Small Works Roster Process. Quotes are being requested for a project to replace the roof on the Crew Headquarters/Truck

More information

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

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

More information

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

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

More information

BOROUGH OF KENILWORTH

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

More information

INDEPENDENT CONTRACTOR AGREEMENT (ICA)

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

More information

CITY OF SHERWOOD Independent Contractor Agreement (for Personal Services or for Public Works under $25,000)

CITY OF SHERWOOD Independent Contractor Agreement (for Personal Services or for Public Works under $25,000) CITY OF SHERWOOD Independent Contractor Agreement (for Personal Services or for Public Works under $25,000) Dated: Parties: City of Sherwood ( CITY ) 20 NW Washington Street Sherwood, Oregon 97140 And

More information

ATLANTA PUBLIC SCHOOLS

ATLANTA PUBLIC SCHOOLS Procurement Services 130 Trinity Avenue, S.W. 5 th Floor Atlanta, Georgia 30303 Request for Qualifications For October 31, 2007 Solicitation Number: 112607-01 Due Date: November 26, 2007 ADVERTISEMENT

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

AGREEMENT FOR PROFESSIONAL SERVICES

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

More information

REQUEST FOR QUALIFICATIONS PROFESSIONAL ARCHITECTURAL SERVICES

REQUEST FOR QUALIFICATIONS PROFESSIONAL ARCHITECTURAL SERVICES City of McHenry REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL SERVICES FOR THE City of McHenry Aquatics and Recreation Center Page 1 REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL

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

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

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Interim Director REQUEST FOR E-QUOTE NUMBER: 12CT86224YA PROJECT TITLE: Maintenance contract for MicroStation Software for Water

More information

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

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

More information

INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES

INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES This Independent Contractor Agreement for Services ( Agreement ) is made as of, 2012, between the Culver City Unified School District ("District")

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

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT APPENDIX A ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT DATED AS OF ASBESTOS/LEAD SURVEY AND CONSULTING

More information

Request for Proposal Architectural/Engineering Services. Adapt/SouthRiver CHC. P a g e 1

Request for Proposal Architectural/Engineering Services. Adapt/SouthRiver CHC. P a g e 1 P a g e 1 Request for Proposal Architectural/Engineering Services Adapt/SouthRiver CHC RFP for Architectural/Engineering Services P a g e 2 Introduction (SRCHC), a Federally Qualified Health Center, is

More information

E-RATE CONSULTING AGREEMENT

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

More information

Request for Proposals

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

More information

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

Requirements for Qualifications Package Submittals

Requirements for Qualifications Package Submittals Florida Keys Aqueduct Authority 1100 Kennedy Drive Key West, Florida 33040 January 2015 Request for Qualifications FKAA-RFQ-0002-15 Hydrogeological Services Requirements for Qualifications Package Submittals

More information

NOW, THEREFORE, THE BOARD OF COMMISSIONER FOR THE COUNTY OF ALAMANCE DOTH ORDAIN:

NOW, THEREFORE, THE BOARD OF COMMISSIONER FOR THE COUNTY OF ALAMANCE DOTH ORDAIN: ORDINANCE FOR THE ESTABLISHMENT OF ALAMANCE COUNTY MINORITY BUSINESS ENTERPRISE (MBE) OUTREACH PLAN AND GUIDELINES FOR RECRUITMENT AND SELECTION OF MINORITY BUSINESSES WHEREAS, the Board of Commissioners

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS The Town of Ayer s Department of Planning & Development seeks proposals from qualified consultants to provide the following services in the Town of Ayer: INFRASTRUCTURE PROJECT CONSULTANT

More information