Invitation for Bids # Hampton Roads Transit has a need for the item/service described below. Please provide a proposal. Monitoring Service

Size: px
Start display at page:

Download "Invitation for Bids #11-56561. Hampton Roads Transit has a need for the item/service described below. Please provide a proposal. Monitoring Service"

Transcription

1 Invitation for Bids # Hampton Roads Transit has a need for the item/service described below. Please provide a proposal. Item/Service Needed: Type of Contract: Basis of Award: Performance Period: Enclosed Documents: Intrusion Fire - Smoke Alarm System and Monitoring Service Firm-fixed Price Lowest bid from a Responsible Bidder From NTP one year with two one-year options Price Schedule, Scope of Work, Terms and Conditions, Davis-Bacon Wage Determinations Deadline for Response: Bids are due April 26, 2011, 2:00 p.m., Eastern Standard Time. NOTE: Communication regarding this acquisition with others at HRT, other than the Senior Contracting Officer, is improper and could cause cancellation and re-solicitation of the IFB. Direct all questions regarding this solicitation to Charles Bashay at cbashay@hrtransit.com. Solicitation questions will be accepted until April 14, 2011, 2:00 p.m. My telephone number is (757) We look forward to hearing from you. Charles A. Bashay Charles Allen Bashay Sr. Contracting Officer FI910 1

2 SOLICITATION, OFFER AND AWARD CONTRACT NO. SOLICITATION NO. DATE ISSUED ADDRESS OFFER TO IFB # X SEALED BIDDING NEGOTIATED April 11, 2011 The terms bidder and offeror are used interchangeably depending on the type of solicitation. SOLICITATION INFORMATION Hampton Roads Transit 1500 Monticello Avenue Norfolk, Virginia Sealed offer in 1 Original and (See Bid Proposal Instructions) 3 copies for furnishing the supplies or services in the Schedule will be received at the Commission until: 2:00 P.M. local time, April 26, 2011 All offers are subject to the following: 1. Solicitation Instructions, Schedule, Special, and General Provisions, included herein. 2. Solicitation amendments. 3. Such other provisions, representations, certifications, specifications, and documents as are attached or incorporated herein by reference. SCHEDULE (To be completed by Offeror) ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE BID AMOUNT This Section Not Used See Pricing Schedule OFFEROR (To be completed by Offeror) Name Address Phone Fax Name and Title of Person Authorized to Sign Offer (Print or Type) Signature Offer Date This is a binding offer subject to the terms and conditions contained herein and represents the bidder s full compliance and intent to stay in compliance with the certifications and assurances herein. AWARD (To be completed by Contracting Officer) ACCEPTANCE AND AWARD ARE HEREBY MADE FOR THE FOLLOWING ITEM(S): ITEM NO. QUANTITY UNIT UNIT PRICE BID AMOUNT The total amount of this award is $. Name of Contracting Officer and Organization Signature Award Date 2

3 Table of Contents INTRUSION FIRE SMOKE ALARM SYSTEM AND MONITORING SERVICES Solicitation Documents Page SCOPE OF WORK 4 BID REQUIREMENT 6 EVALAUTION AND SELECTION 7 PRICING SCHEDULE 8 DAVIS-BACON WAGE DETERMINATION 10 TERMS AND CONDITIONS 11 3

4 Enclosure 1 SCOPE OF WORK 1.0 SCOPE OF WORK Hampton Roads Transit (HRT) seeks to contract for the provision of Intrusion Fire Smoke Alarm Systems and Monitoring Services at its various facilities located throughout Hampton Roads. HRT seeks a firm to provide a firm-fixed price for the installation of required equipment and provide monthly monitoring of installed equipment for a period of one year. This contract shall have two (2) one-year options to be exercised at HRT s sole discretion. HRT anticipates the base year service from June 1, 2011 to May 31, 2012 (Bldg exceptions may apply). This contract has two one-year option periods to be exercised at HRT s sole discretion. This specification outlines the requirement to furnish, deliver and install a Intrusion Fire/Smoke Alarm System is necessary with a monthly monitoring service for the following buildings, complete as Specified herein. a Victoria Boulevard, Hampton (Headquarters) 73,168 sq.ft. First floor maintenance (including Parts Storeroom) 40,449 sq.ft. Second floor maintenance 4,544 sq.ft. Administration second floor 10,048 sq.ft. Operations/administration first floor 11,604 sq.ft. Fuel and wash area 6,523 sq.ft. b Monticello Avenue, Norfolk (Southside Offices) 56,665 sq.ft. Maintenance/parking area 19,779 sq.ft. Bus wash/parking area 15,464 sq.ft. Special transportation services area 2,132 sq.ft. Administration first floor 12,237 sq.ft. Administration second floor 7,053 sq.ft. c th Street, Newport News (Newport News Transportation Center) 7,887 sq.ft. 4

5 d. 2 West Pembroke Avenue, Hampton (Hampton Transportation Center) 9,906 sq.ft. e Parks Avenue, Virginia Beach (Virginia Beach Operations) 6,000 sq.ft. f Commuter Drive, Virginia Beach (Silverleaf Park & Ride) 1,675 sq.ft. g Granby Street, Norfolk (Wards Corner Transfer Center) 234 sq.ft. h. 509 East 18 th Street, Norfolk (Maintenance & Operations Facility) 1 *** Building #1 80,932 sq.ft. (administration and maintenance areas) Building #2 18,675 sq.ft. (fuel, wash, and money room operations) Building #3 (bus and personal Parking lot) Building #4 (to be open approximately Jan 2012) i Mangrove Avenue, Norfolk (LRT Facility) # LRT inventory warehouse 15,000 sq.ft. Administration offices 3,000 sq.ft. j Brambleton Ave., Norfolk (LRT Vehicle Maintenance Facility)*** NOTE: *** Primary installation and monitoring shall focus on 509 East 18 th Street by No-Later-Than May 1, 2011, and Light Rail Maintenance Facility (LRMF) by No-Later-Than May 15, Both buildings shall require monitoring services prior to HRT s occupation. All other building monitoring service will be in place by No-Later-Than June 1, 2011, and fully operational. 2.0 All component installation shall conform as required to all local and state code requirements. 3.0 MONITORING: Monitoring shall be provided as a monthly service. This service will be a 24 hour a day, 365 days a year service with independent ability to notify the appropriate emergency responders to, smoke or fire detection as required. 4.0 SYSTEM MAINTENANCE: The contractor awarded the contract shall test all devices and replace batteries every six (6) months. 5.0 DELIVERY: The company awarded the contract shall have the systems completely installed and begin monitoring services on May 1, 2011, or Sooner. ( Blg#1 and LRMF; other buildings June 1, 2011) 6.0 ADDITIONS/DELETIONS: HRT reserves the right to add or buildings based on operational requirements with thirty (30) days written notification. 5

6 7.0 DAVIS-BACON: Davis-Bacon Wage Determinations rates shall apply to any equipment installation regarding this solicitation. Pricing This solicitation is being conducted under small purchase procedures and shall not exceed $50,000.00, for any single, combination, or accumulation of services for the duration of this contract. Bid Preparation Requirements Prepare your sealed bid in the following format in one (1) original and three (3) copies. Bids shall be submitted in a sealed envelope, identified on the outside of the package with the name of the bidding firm, the number and title of the solicitation. The bid submittal shall include the following: a. Completed and executed Solicitation, Offer and Award form (Offer signature portion only) b. Completed Pricing Schedule Page 8 c. All other pricing information/documents required by the Solicitation to be submitted with the bid Sealed Bids shall be enclosed in sealed envelopes and addressed as specified below. Electronic offers will not be considered; however, offers may be modified or withdrawn by written or electronic notice, provided such notice is received prior to the hour and date specified for receipt. Bids must be received by HRT no later than 2:00 p.m. local time on April 26, 2011, addressed to: Hampton Roads Transit (Attn: Charles Bashay) To be Opened by Contracting Officer Only Solicitation IFB # Monticello Avenue Norfolk, VA

7 Evaluation and Selection: Hampton Roads Transit Facilities Management Department shall conduct bid evaluations. The evaluation shall be a process of awarding a contract to the lowest bid submitted by a responsible bidder. The contract award shall be based upon the bid proposal that provides the lowest pricing per the initial order: Vendor s Pricing HRT reserves the right to cancel the procurement prior to or after receipt of bids. 7

8 Solicitation No: Title: INTRUSION FIRE-SMOKE ALARM SYSTEM AND MONITORING SERVICE PRICING SCHEDULE Company Name Inclusive price for the provision interior intrusion fire - smoke alarm equipment installation and monitoring services in accordance with solicitation Scope of Work. PART A. Total Price of equipment Installation PART B.1. PART B.2. PART B.3. Can your firm meet the May 1, 2011 installation schedule of equipment and services Yes No for Building # 1 (509 East 18 th Street) Can your firm meet the June 1, 2011 installation schedule of equipment and services Yes No for all buildings as scheduled with the exception of Blg #1 and LRVMF? Can your firm meet the May 1, 2011 installation schedule of equipment and services Yes No for Building Light Rail Maintenance Facility (LRMF) PART C. Total Monthly Monitoring Price (intrusion/fire) Base Year June 1, 2011 through May 31, 2012 for all locations (except Bldg #1 and LRVMF) PART D. Total Monthly Monitoring Price (intrusion/fire) (Option Year #1 June 1, 2012 through May 31, 2013) for all locations 8

9 PART E. Total Monthly Monitoring Price (intrusion/fire) (Option Year #2 June 1, 2013 through May 31, 2014) for all locations Name (Printed) Date Signature Title 9

10 Appendix A Davis-Bacon Wage Determination Contractors are required to use the most current wage determination available. The Davis-Bacon Wage Determination can be obtained from the following website: 10

11 Hampton Roads Transit Terms and Conditions This purchase shall be governed by all applicable local, state (Commonwealth of Virginia), and federal laws and regulations, including but not limited to those of the Federal Transit Administration. Shipping and Billing 1. All materials shall be suitably packed, marked, and shipped in accordance with this purchase order and requirements of common carriers. 2. Packing slips, bills of lading, and invoices (in triplicate) shall show purchase order number, item part/code number, quantity, and package number as applicable. For multiple invoices, invoices shall show purchase order number, invoice number, original value of purchase order, previously-invoiced amounts, amount of current invoice with cost and fee breakdown (as applicable), and remaining balance on purchase order. Send to HRT Accounts Payable, 3400 Victoria Blvd, Hampton, VA Liability for damage or loss transfers from the seller to the Commission at the FOB point as designated herein. Terms and Conditions 4. Inspection, Acceptance, and Payment: Acceptance of this purchase order by acknowledgement or by performance constitutes a binding contract. The contract shall then be construed according to the laws of the Commonwealth of Virginia. All material and services are subject to inspection and acceptance. Payment shall be made after acceptance and after receipt of a proper invoice; offered prompt payment discounts shall be calculated as of that date. Defective material or material not in conformance with specifications shall be held for seller s instructions, at seller s risk, and shall be returned at seller s expense. 5. Changes and Termination: Commission may make changes to or terminate this purchase order. If changed, any difference in price or time for performance resulting from changes shall be equitably adjusted. If terminated, seller shall not incur new obligations after such notification and shall minimize further cost incurrence. Terminations shall be equitably adjusted. 6. Warranty: Seller expressly warrants that all materials and work shall conform to the specifications, drawings, samples, or other descriptions herein; shall be merchantable of good materials and workmanship; free from obvious and latent defect; and sufficient for purposes intended. 7. Patents and Copyrights: Seller agrees to defend, protect, and save harmless Commission, its successors, assigns, customers, and users of these products against all suits at law or in equity, and from all damages, claims, and demands for actual or alleged infringements by reason of use of the products ordered hereby. 8. Equal Employment Opportunity: In connection with the execution of this purchase order, the seller shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, age, or disability. The seller shall take affirmative action to ensure that applicants are employed and that employees are treated without regard to their race, religion, color, sex, national origin, age, or disability. Such actions shall include, but not be limited to the following: employment, upgrading, demotion, transfer, recruitment, recruitment advertising, layoff, termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. 9. Prohibited Interest: No member, officer, or employee of the Commission, during his tenure or for one year thereafter, shall have any interest, direct or indirect, in this transaction or the proceeds thereof. 10. Exemption from Taxes: The Commission is exempt from assessment, levy, and collection of all taxes. Certificates shall be furnished upon request. 11. Drug-Free Workplace: The contractor agrees to (i) provide a drug-free workplace for the contractor s employees; (ii) post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the contractor s workplace and specifying the actions that will be taken against employees for violations of such prohibition; (iii) state in all solicitations or advertisements for employees placed by or on behalf of the contractor that the contractor maintains a drug-free workplace; and (iv) include such provisions in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor. 11

12 12. Insurance (applicable to services and construction): The contractor shall maintain, during the entire period of performance under this purchase order, a $1,000,000 limit for liability coverage (Commercial Auto & Commercial General Liability), and (Virginia Statutory Limits) for Workers' Compensation, and carry any other specific insurance coverages applicable to the work being performed, i.e., pollution cleanup and removal coverage if conducting environmentally hazardous operations, etc. Contractor agrees TDCHR will be listed as an additional insured, when specifically requested by the contracting officer. 13. Tear-Down and Quote and Repair Orders: The Commission will furnish to the Contractor the property identified in this order. The Contractor shall repair, refurbish, and take such other action with respect to Commission property as the Contracting Officer directs. Contractor assumes the risk of, and shall be responsible for, any loss or destruction of, or damage to, Commission property upon its delivery to the Contractor. Commission retains title to all Commission-furnished property. Cost of repair shall not exceed the cost shown on this order, unless approved by the Contracting Officer. The property, whether repaired or not, shall be returned to Commission promptly. 14. Environmental Management and Sustainability Clause: HRT recognizes that environmental compliance involves everyone (both internal and external to HRT), and expects its contractors, suppliers, and vendors to provide services in an environmentally-responsible manner. This includes, among other things, maximizing the use of recycled and recyclable terials and supplies, utilizing energy-efficient and non-polluting vehicles and equipment, and encouraging employee awareness of environmentally-sensitive activities in order to mitigate potential adverse impacts on the environment. HRT is a signatory to both the International Association of Public Transport s Charter on Sustainable Development, and to the American Public Transportation Association s Sustainability Commitment. In addition, HRT has instituted an Environmental Management System (EMS) that complies with the ISO 14001:2004 Standard. As such, it is HRT s responsibility to make sure all of its contractors, suppliers and vendors are informed of its Environmental Policy and EMS Program. Acceptance of this purchase order constitutes acknowledgement of the information presented herein and included in HRT s Environmental Compliance Briefing Package, which can be viewed at the following website: 12

13 March 22, 2011 All Bidders RE: Letter of Clarification Intrusion Fire Smoke Alarm System and Monitoring Service - IFB # (Questions and Answers) The information at Enclosure 1 is to clarify questions asked regarding Solicitation: Intrusion Fire Smoke Alarm System and Monitoring Service - IFB # Charles A. Bashay Charles Bashay Sr. Contracting Officer Encl FI911

14 Enclosure 1 RESPONSE TO QUESTIONS FOR CLARIFICATION No. Question 1 Building #1 at th Street has to be installed by May 1st. The bid is due April 26th. That does not give much time for installation, especially if a permit is needed for the Fire System. You state that you need this for occupancy. Is there a system in place now. Response Yes. The system is already installed at 509 East 18 th street and tested. It should only need monitoring equipment connected to the fire control box. 2 How can I schedule site visits? I take it that there are systems in place that are being monitored at this time. If that is the case it may be possible to reprogram them and not install new systems. Contact: William Collins Facilities Maintenance Manager ext 6288 Cell phone

REQUEST FOR QUOTE. RFQ No. 14-68478 NETWORK MAPPING SOFTWARE

REQUEST FOR QUOTE. RFQ No. 14-68478 NETWORK MAPPING SOFTWARE REQUEST FOR QUOTE RFQ No. 14-68478 NETWORK MAPPING SOFTWARE ISSUE DATE: January 16, 2015 QUOTE DUE DATE: January 30, 2015 EXECUTIVE SUMMARY RFQ No. 14-68478 Hampton Roads Transit has a need for the service

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

LEARNING CENTER WELCOME VIDEO

LEARNING CENTER WELCOME VIDEO REQUEST FOR QUOTATIONS (RFQ) LEARNING CENTER WELCOME VIDEO Solicitation No. 16-033 32-505 Harry Oliver Trail Thousand Palms, CA 92276 ATTN: Contracts Assistant Phone: (760) 343-3456 Fax: (760) 343-3845

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

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

Purchase Order Terms and Conditions Beloit College

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

More information

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

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE ) PROPOSAL DOCUMENT CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVEBEVERLY HILLS, CALIFORNIA 90210(310) 285-2440 LEGAL NOTICE - PROPOSALS WANTED Sealed proposals are requested on the list

More information

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

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

More information

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

City of Danville, Virginia

City of Danville, Virginia City of Danville, Virginia PO Box 3300 Danville, VA 24543 Phone (434) 799-6528 J. Gary Via, CPPO Fax (434) 799-5102 Director of Purchasing e-mail: purch@ danvilleva.gov e-mail: viajg@ danvilleva.gov 1.0

More information

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS BID PACKAGE CITY OF BEVERLY HILLS INFORMATION TECHNOLOGY DEPARTMENT 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED Sealed proposals are requested on the list of materials,

More information

HADDONFIELD PUBLIC SCHOOLS ONE LINCOLN AVENUE HADDONFIELD, NJ 08033 Phone: 856-429-4130, X 215 Fax: 856-429-6015

HADDONFIELD PUBLIC SCHOOLS ONE LINCOLN AVENUE HADDONFIELD, NJ 08033 Phone: 856-429-4130, X 215 Fax: 856-429-6015 HADDONFIELD PUBLIC SCHOOLS ONE LINCOLN AVENUE HADDONFIELD, NJ 08033 Phone: 856-429-4130, X 215 Fax: 856-429-6015 REQUEST FOR PROPOSALS FOR SCHOOL DISTRICT HEALTH INSURANCE BROKER SERVICES Notice is hereby

More information

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND PHARMACY BENEFITS MANAGER BID PACKAGE All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint

More information

HOW TO DO BUSINESS WITH THE STATE OF ALASKA

HOW TO DO BUSINESS WITH THE STATE OF ALASKA State of Alaska Department of Administration Division of General Services HOW TO DO BUSINESS WITH THE STATE OF ALASKA REVISED AUGUST 2013 PREPARED BY THE DIVISION OF GENERAL SERVICES, PURCHASING SECTION:

More information

BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM

BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 May 5, 2014 NOTICE TO BIDDERS LAUNDERING, PRESSING & DRY CLEANING

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

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

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

More information

City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308

City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308 City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308 PURPOSE: The purpose for this specification is to establish a 36 month service contract for maintenance and

More information

Request for Proposal Hewlett Packard Network Switches and Peripherals

Request for Proposal Hewlett Packard Network Switches and Peripherals Request for Proposal Hewlett Packard Network Switches and Peripherals Vernon Public Schools, Connecticut BID # VPS-FY16-003 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov

More information

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

Request For Price. Work Schedule The project shall commence within a reasonable time of the request. Request For Price The Town of Somers is soliciting two (2) year contract proposals for emergency and non-emergency plumbing work at the following locations in Somers, New York 10589: Somers Town House,

More information

REQUEST FOR QUOTATION Quote #30-452-1808 CAR WASH PUMP REPLACEMENT (This Is Not A Sealed Bid)

REQUEST FOR QUOTATION Quote #30-452-1808 CAR WASH PUMP REPLACEMENT (This Is Not A Sealed Bid) Purchasing Division 211 West Oakley Street Flint, Michigan 48503 Ph: 810.767.4920 Fax: 810.767.4405 Quotations will be received by the Purchasing Division of Genesee County Road Commission, until 1:45

More information

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND MEDICAL INSURANCE CARRIER CLAIM AUDIT All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint

More information

Company Name Bid Title Bid Number Date and Time of opening

Company Name Bid Title Bid Number Date and Time of opening FLOYD COUNTY BOARD OF COMMISSIONERS PURCHASING DEPARTMENT #12 East 4 th Ave. Ste. 106 ROME, GA 30161 (706) 291-5118 FAX (706) 290-6099 INFORMAL INVITATION TO BID Date Issued: 20 March 2014 Bids from suppliers

More information

TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM

TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM BID NUMBER: 12-07 BID OPENING: 2:30 P.M. October 27, 2011 LOCATION: Purchasing Office, Groton Town Hall ADDRESS: 45 Fort Hill Road, Groton, CT 06340

More information

QSP INFORMATION AT A GLANCE

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

More information

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

WOODBURY CITY BOARD OF EDUCATION 25 N. Broad Street Woodbury, NJ 08096 (856) 853-0123 (856) 853-0704

WOODBURY CITY BOARD OF EDUCATION 25 N. Broad Street Woodbury, NJ 08096 (856) 853-0123 (856) 853-0704 WOODBURY CITY BOARD OF EDUCATION 25 N. Broad Street Woodbury, NJ 08096 (856) 853-0123 (856) 853-0704 REQUEST FOR PROPOSALS BANKING SERVICES NOTICE OF SOLICITATION Notice is hereby given that the Woodbury

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

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

GENERAL CABLE TERMS AND CONDITIONS OF PURCHASE North America

GENERAL CABLE TERMS AND CONDITIONS OF PURCHASE North America GENERAL CABLE TERMS AND CONDITIONS OF PURCHASE North America 1. ACCEPTANCE. The purchase order or offer to purchase (the Order ) of General Cable Industries, Inc. ( Buyer ) for the goods specified therein

More information

SAINT LOUIS COUNTY GOVERNMENT PARKS & RECREATION DEPARTMENT REQUEST FOR PROPOSAL (RFP)

SAINT LOUIS COUNTY GOVERNMENT PARKS & RECREATION DEPARTMENT REQUEST FOR PROPOSAL (RFP) PARKS & RECREATION DEPARTMENT (RFP) FULL-SERVICE ADVERTISING, MARKETING, BRANDING, MEDIA AND COMMUNICATIONS AGENCY Proposal Due Date: July 1, 2013 PARKS & RECREATION DEPARTMENT Page 1 TABLE OF CONTENTS:

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

SERVICE AGREEMENT CONTRACT NO. ARTICLE 1 SCOPE OF SERVICES

SERVICE AGREEMENT CONTRACT NO. ARTICLE 1 SCOPE OF SERVICES SERVICE AGREEMENT CONTRACT NO. THIS AGREEMENT dated 20 between the STOCKTON UNIVERSITY (the "UNIVERSITY") and (Name of Company), with a business address at ("the Service Provider ). 1.1 The Services ARTICLE

More information

Glenview District 34 will accept sealed proposals for:

Glenview District 34 will accept sealed proposals for: Glenview School District 34 1401 Greenwood Road Glenview, Illinois, 60026-1511 www.glenview34.org GLENVIEW COMMUNITY CONSOLIDATED SCHOOL DISTRICT NO. 34 REQUEST FOR PROPOSAL Glenview District 34 will accept

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 ARLINGTON STANDARD TERMS AND CONDITIONS CITY OF ARLINGTON STANDARD TERMS AND CONDITIONS

CITY OF ARLINGTON STANDARD TERMS AND CONDITIONS CITY OF ARLINGTON STANDARD TERMS AND CONDITIONS CITY OF ARLINGTON STANDARD TERMS AND CONDITIONS CITY OF ARLINGTON STANDARD TERMS AND CONDITIONS B1. APPLICABLE LAW/VENUE - This Contract is entered into subject to the Charter and ordinances of the City

More information

PLYMOUTH TUBE COMPANY. Purchase Order Terms & Conditions For Vendors

PLYMOUTH TUBE COMPANY. Purchase Order Terms & Conditions For Vendors PLYMOUTH TUBE COMPANY. Purchase Order Terms & Conditions For Vendors Effective 08/14/2014 1. ACCEPTANCE This Agreement is made between the Vendor named on the face of this Purchase Order ("Vendor") and

More information

OUR COMPANY SOLICITATION FOR BIDS and CONTRACT FOR SERVICE. (Project)

OUR COMPANY SOLICITATION FOR BIDS and CONTRACT FOR SERVICE. (Project) OUR COMPANY SOLICITATION FOR BIDS and CONTRACT FOR SERVICE (Project) PART I GENERAL TERMS AND CONDITIONS 1. REQUIREMENTS 1.1. Pricing will be per unit shown and charges will be totaled in the extension

More information

REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING

REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING Revised to 4/28/2015 REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING The Borough of Naugatuck is seeking responses from architectural/engineering

More information

Request for Proposal S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE

Request for Proposal S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE Request for Proposal Proposal For: Mailing Services Proposal Number: 09-16-15 Proposal Release Date: August 5, 2015 Proposal Due Date: August 21,

More information

REQUEST FOR PROPOSAL # 6530 ROOFING REPAIR SERVICES FOR VARIOUS WASHTENAW COUNTY BUILDINGS

REQUEST FOR PROPOSAL # 6530 ROOFING REPAIR SERVICES FOR VARIOUS WASHTENAW COUNTY BUILDINGS BIDDERS COMPANY NAME REQUEST FOR PROPOSAL # 6530 ROOFING REPAIR SERVICES FOR VARIOUS WASHTENAW COUNTY BUILDINGS Prepared By: Washtenaw County Purchasing Administration Building 220 N. Main, B-35 Ann Arbor,

More information

COLONIAL HEIGHTS PUBLIC SCHOOLS REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR-13-01 FEBRUARY 19, 2013

COLONIAL HEIGHTS PUBLIC SCHOOLS REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR-13-01 FEBRUARY 19, 2013 COLONIAL HEIGHTS PUBLIC SCHOOLS REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR-13-01 FEBRUARY 19, 2013 Page 1 of 9 REQUEST FOR PROPOSAL (RFP) Issue Date: Tuesday, February 19, 2013

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

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

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

More information

REQUEST FOR PROPOSAL THE LEE: WINDOW TREATMENTS DELIVER SEALED PROPOSALS TO:

REQUEST FOR PROPOSAL THE LEE: WINDOW TREATMENTS DELIVER SEALED PROPOSALS TO: REQUEST FOR PROPOSAL THE LEE: WINDOW TREATMENTS DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: April

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

SAMPLE SERVICES CONTRACT

SAMPLE SERVICES CONTRACT SAMPLE SERVICES CONTRACT The parties to this contract are the SAN DIEGO COUNTY WATER AUTHORITY, a county water authority, (the Water Authority) and, [a / an], having its principal place of business at

More information

To receive consideration, bids must be submitted in accordance to the following instructions:

To receive consideration, bids must be submitted in accordance to the following instructions: CITY OF COOS BAY Invitation to Bid For On Call Plumbing Services The City of Coos Bay is soliciting bids to contract with up to two qualified licensed plumbing contractors to perform a full range of as

More information

ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION

ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION Notice is hereby given that the Duckett Creek Sanitary District will receive sealed proposals at the Duckett

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

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

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

PURCHASE TERMS & CONDITIONS North America Greene, Tweed & Co. (Houston, Texas)

PURCHASE TERMS & CONDITIONS North America Greene, Tweed & Co. (Houston, Texas) PURCHASE TERMS & CONDITIONS North America (Houston, Texas) 1. Acceptance. Any acceptance of any offer by the seller (ʺSellerʺ) is limited to acceptance by Seller of all the additional and different terms

More information

1. Purpose. 2. Scope of Procurement Authority.

1. Purpose. 2. Scope of Procurement Authority. Rules Governing Procurement of Goods, Services, Insurance, and Construction by a Public Institution of Higher Education of the Commonwealth of Virginia Governed by Subchapter 3 of the Restructured Higher

More information

How To Do Business With Omaha Public Schools

How To Do Business With Omaha Public Schools O PS How To Do Business With Omaha Public Schools SCHOOL Business Services Department Purchasing Division 3215 Cuming Street Omaha, Nebraska 68131-2024 Phone (402) 557-2214 Introduction This pamphlet

More information

Century Fasteners & Machine Co., INC. /CFMC PURCHASE ORDER

Century Fasteners & Machine Co., INC. /CFMC PURCHASE ORDER Century Fasteners & Machine Co., INC. /CFMC PURCHASE ORDER CONDITIONS AND INSTRUCTIONS A HARDCOPY OF THIS DOCUMENT MAY NOT BE THE DOCUMENT IN EFFECT. SEE CFMC DOCUMENT LIBRARY FOR CURRENT REVISION. 1.

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

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

April 28, 2015 @ 3:00 P.M. EST.

April 28, 2015 @ 3:00 P.M. EST. SOLICITATION #: RFB 90003435T REQUEST FOR BID VENDOR ( BIDDER ) NAME AND ADDRESS:, BID DUE DATE AND TIME: April 28, 2015 @ 3:00 P.M. EST. RETURN BID TO: Procurement Contracting and Payment Services (PCPS)

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

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

Department of Purchasing 100 N. Main Street, 2 nd Floor Suffolk, VA 23434 (757) 925 6762 Fax (757) 925 6763

Department of Purchasing 100 N. Main Street, 2 nd Floor Suffolk, VA 23434 (757) 925 6762 Fax (757) 925 6763 Department of Purchasing 100 N. Main Street, 2 nd Floor Suffolk, VA 23434 (757) 925 6762 Fax (757) 925 6763 To Interested Parties: Re: Informal Request for Proposals, IRFP # 1347 I Braille Transcription

More information

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS MAIL BIDS TO: STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 RFP 14-08 REQUESTING DEPT: PURCHASING TITLE OF RFP: E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC

More information

CITY OF LEAWOOD. Independent Contractor Agreement

CITY OF LEAWOOD. Independent Contractor Agreement #3 Small Indep Contractor Agreement with Ins Optional, for use with small agreements less than $15k [e.g., entertainment, 4 th of July projects, sports] CITY OF LEAWOOD Independent Contractor Agreement

More information

AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave.

AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave. Date: 03/07/2014 RFP # 2014-6 Request for Proposal for: Paper Shredding / Document Destruction Services AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott

More information

Sidewalk Rehabilitation Program

Sidewalk Rehabilitation Program REQUEST FOR PROPOSALS FOR ENGINEERING AND CONSTRUCTION MANAGEMENT SERVICES Sidewalk Rehabilitation Program City of Maywood Building and Planning Department 4319 E. Slauson Avenue Maywood, CA 90270 Deadline:

More information

Request for Proposals (RFP) No. 3424 Work Order and Asset Management Software

Request for Proposals (RFP) No. 3424 Work Order and Asset Management Software City of Lakewood Department of Community Resources 480 South Allison Parkway Lakewood, CO 80226 Request for Proposals (RFP) No. 3424 Work Order and Asset Management Software Submittal Due Date: November

More information

PURCHASE ORDER ACKNOWLEGMENT AND TERMS AND CONDITIONS

PURCHASE ORDER ACKNOWLEGMENT AND TERMS AND CONDITIONS PURCHASE ORDER ACKNOWLEGMENT AND TERMS AND CONDITIONS 1. REJECTION OF ORDERS WITH CONTRADICTORY TERMS-All orders submitted by a buyer are subject to approval by an officer or other authorized official

More information

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

a. Proposals shall be submitted in a sealed envelope and addressed as follows: 1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL PLUMBING SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and

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

The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision.

The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision. May 19th, 2016 RE: REQUEST FOR QUOTES 2016 Sidewalk Replacement The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision. The enclosed Quote

More information

REQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES. RFQ Release Date: August 3, 2015. Quote Due Date: August 21, 2015 at 5:00 p.m.

REQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES. RFQ Release Date: August 3, 2015. Quote Due Date: August 21, 2015 at 5:00 p.m. REQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES RFQ Release Date: August 3, 2015 Quote Due Date: August 21, 2015 at 5:00 p.m. SOUTHEAST MICHIGAN COMMUNITY ALLIANCE (SEMCA) 25363 Eureka Rd. Taylor, MI 48180

More information

Invitation for Bid. For. Bank Courier Services

Invitation for Bid. For. Bank Courier Services Invitation for Bid For Bank Courier Services Solicitation # 2015 BC Sealed bids are due March 23, 2015 Manatee County Rural Health Services Administration Attn: Sam Love, Procurement Manager 700 8 th Avenue

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

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

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 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

Purchase Order Terms and Conditions

Purchase Order Terms and Conditions Purchase Order Terms and Conditions "Avanade" means Avanade Asia Pte Ltd (Company Registration No.: 20005969E), a company incorporated in Singapore, having its offices at 238A Thomson Road, #25-01 Novena

More information

COUNTY OF PRINCE WILLIAM

COUNTY OF PRINCE WILLIAM COUNTY OF PRINCE WILLIAM 1 County Complex Court, (MC 460) Prince William, Virginia 22192-9201 (703) 792-6770 Metro 631-1703 Ext. 6770 Fax: (703) 792-4611 FINANCE DEPARTMENT Purchasing DATE: APRIL 11 th,

More information

Request for Proposal. Internet Access. Satilla Regional Libraries. Erate Funding Year July 1, 2014 through June 30, 2015

Request for Proposal. Internet Access. Satilla Regional Libraries. Erate Funding Year July 1, 2014 through June 30, 2015 Request for Proposal Internet Access Satilla Regional Libraries Erate Funding Year July 1, 2014 through June 30, 2015 January 2013 Page 1 REQUEST FOR PROPOSAL Internet Access Satilla Regional Library The

More information

ATTACHMENT A CONTRACT

ATTACHMENT A CONTRACT ATTACHMENT A CONTRACT THIS CONTRACT ( Contract ) is made this 21 st day of February, 2007 by and between Legal Papers, Inc. ( Contractor ) and the STATE OF MARYLAND ( State ), acting by and through the

More information

INVITATION FOR BIDS (IFB)

INVITATION FOR BIDS (IFB) INVITATION FOR BIDS (IFB) Issue Date: July 8, 2014 IFB# 2015-07312-17 Title: Transcription Services Issuing Agency: County of Albemarle 401 McIntire Road Room 248 Charlottesville, VA 22902 Period of Contract:

More information

KANSAS CITY KANSAS PUBLIC SCHOOLS / USD 500

KANSAS CITY KANSAS PUBLIC SCHOOLS / USD 500 KANSAS CITY KANSAS PUBLIC SCHOOLS / USD 500 PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS 66104 WEB SITE: WWW.KCKPS.ORG/PURCHASING DOCUMENT SCANNING SERVICES BID NO: 15-039 ISSUE DATE:

More information

REQUEST FOR QUOTATIONS #GSD Fire Alarm Monitoring Services Department of Administration-Owned Facilities

REQUEST FOR QUOTATIONS #GSD Fire Alarm Monitoring Services Department of Administration-Owned Facilities REQUEST FOR QUOTATIONS #GSD Fire Alarm Monitoring Services Department of Administration-Owned Facilities The Department of Administration, General Services Division, is soliciting bids to provide Fire

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

1. Provide advice and opinions regarding workers compensation issues, as needed;

1. Provide advice and opinions regarding workers compensation issues, as needed; Town of West New York Requests Proposals ( RFP ) From Law Firms Interested in Serving as Workers Compensation Counsel for the Town of West New York For the Period January 1, 2016 through December 31, 2016

More information

Western Virginia Water Authority. Roanoke, Virginia

Western Virginia Water Authority. Roanoke, Virginia Western Virginia Water Authority Roanoke, Virginia Crystal Spring Water Treatment Plant 2012 Jefferson St., S.W. Roanoke, VA 24014 (540) 853-5828 (540) 853-5788 (FAX) REQUEST FOR QUOTE (WOP 16-03) TO PROVIDE

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

UNIVERSITY OF CALIFORNIA, REQUEST FOR PROPOSAL # UCM1019DG

UNIVERSITY OF CALIFORNIA, REQUEST FOR PROPOSAL # UCM1019DG UNIVERSITY OF CALIFORNIA BERKELEY DAVIS IRVINE LOS ANGELES MERCED RIVERSIDE SAN DIEGO SAN FRANCISCO SANTA BARBARA SANTA CRUZ UNIVERSITY OF CALIFORNIA, MERCED 5200 LAKE ROAD MERCED, CALIFORNIA 95343 (209)

More information

REQUEST FOR PROPOSALS. Curriculum Evaluation Services. for. Network Security/Computer Forensics Associate Degree program ISSUE DATE: December 8, 2014

REQUEST FOR PROPOSALS. Curriculum Evaluation Services. for. Network Security/Computer Forensics Associate Degree program ISSUE DATE: December 8, 2014 REQUEST FOR PROPOSALS Curriculum Evaluation Services for Network Security/Computer Forensics Associate Degree program ISSUE DATE: December 8, 2014 PROPOSAL MUST BE RECEIVED BY: December 19, 2014 by 4:30

More information

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois INTERACTIVE WHITEBOARDS (SMARTBOARDS) AND DIGITAL PROJECTORS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School

More information

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

a. Proposals shall be submitted in a sealed envelope and addressed as follows: 1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL HVAC SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and qualified

More information

IEC Electronics Terms and Conditions

IEC Electronics Terms and Conditions IEC Electronics Terms and Conditions 1. General: This Purchase Order is placed subject to these terms and conditions including those within the Purchase Order. The terms of any proposal referred to in

More information

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

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

More information

PURCHASE TERMS & CONDITIONS (EFFECTIVE MAY 23, 2014)

PURCHASE TERMS & CONDITIONS (EFFECTIVE MAY 23, 2014) PURCHASE TERMS & CONDITIONS (EFFECTIVE MAY 23, 2014) 1. ACCEPTANCE OF CONTRACT: Campbell Hausfeld ( Buyer ) is not bound by any purchase order until Seller executes and returns to Buyer the acknowledgment

More information

PRINCE EDWARD COUNTY REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR 13-05. March 7 th, 2013

PRINCE EDWARD COUNTY REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR 13-05. March 7 th, 2013 PRINCE EDWARD COUNTY REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR 13-05 March 7 th, 2013 Page 1 of 8 Issue Date: March 7, 2013 REQUEST FOR PROPOSAL (RFP) RFP# HR-13-05 Title: Medical

More information

STANDARD TERMS & CONDITIONS

STANDARD TERMS & CONDITIONS STANDARD TERMS & CONDITIONS 1. DEFINITIONS. Seller is the supplier or vendor of goods or services. Buyer is Arizona State University. 2. SELLER TO PACKAGE GOODS. Seller will package goods in accordance

More information

TERMS AND CONDITIONS HHC 110-29 (R Dec 90) NEW YORK CITY HEALTH AND HOSPITALS CORPORATION 125 Worth Street New York, New York 10013

TERMS AND CONDITIONS HHC 110-29 (R Dec 90) NEW YORK CITY HEALTH AND HOSPITALS CORPORATION 125 Worth Street New York, New York 10013 Bid No. Page No. of TERMS AND CONDITIONS HHC 110-29 (R Dec 90) NEW YORK CITY HEALTH AND HOSPITALS CORPORATION 125 Worth Street New York, New York 10013 All quotations are subject to the following terms

More information

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE SPECIFICATIONS AND BID FORMS FOR RFP VOICE OVER IP PHONE SYSTEM MANDATORY WALK-THRU ON THURSDAY, MARCH 13 th from 1:00 P.M. to 3:00 P.M. LOCATION TO BE DETERMINED. BID: #14-012- BOE Due on or before 11:00

More information