REQUEST FOR QUALIFICATIONS#: PEOPLESOFT CAMPUS SOLUTIONS 9.0 WORKFLOW PROCESS

Size: px
Start display at page:

Download "REQUEST FOR QUALIFICATIONS#: 730-13113 PEOPLESOFT CAMPUS SOLUTIONS 9.0 WORKFLOW PROCESS"

Transcription

1 #: Return Bid to: BID POSTING DATE: March 20, 2013 See Page 2 for Instructions OPENING DATE: April 3, 2013 OPENING TIME: 11:00 A.M. Company Name: Texas Vendor ID or FEI Number: Physical Address: City: State: Zip: Phone Number: Address: Authorized Signature: Type or Print Name of Authorized Person: Date: TOTAL AMOUNT OF BID: $ Bid price is guaranteed for 60 days [ ] Check below if preference is claimed under Rule 1 TAC [ ] Produced in Texas and/or Texas bidder [ ] Texas agricultural products [ ] USA produced supplies, materials or Equipment [ ] Historically Underutilized Business by the TX Procurement and Support [ ] Products of persons with mental or physical Disabilities [ ] Products made of recycled materials [ ] Energy efficient products Vendor agrees to comply with all conditions shown on this form. FAILURE TO MANUALLY SIGN WILL DISQUALIFY BID For Additional Information Contact Buyer: Samuel Arevalo wsareval@central.uh.edu Name Phone Number Page 1 of 14

2 TABLE OF CONTENTS Section 1 - General Information & Requirements Section 2 Executive Summary Section 3 - Requirements for Statement of Qualifications Section 4 - Format for Statement of Qualifications Section 5 Additional Information for the RFQ ATTACHMENTS Attachment A: University Terms and Conditions Attachment B: Insurance Requirements Page 2 of 14

3 Vendor Must Fill IN=================Name of Vendor: SECTION 1 GENERAL INFORMATION & REQUIREMENTS GENERAL INFORMATION: The University of Houston is seeking proposals from qualified vendors to provide Campus Solutions 9.0 Workflow in PeopleSoft ERF system. This includes, but is not limited to: upgrading of modules; implementation of updated workflow process; and the conversion of the Campus Solutions 9.0 Workflow. In addition, the successful vendor will be responsible for developing a management and reporting structure for the upgrade and enhancement project and for implementing those practices necessary for the efficient and effective upgrade and implementation of the system (collectively, the Project ). The responding vendor must have the proper experience and immediate skills in this area to provide functional and technical PeopleSoft Workflow knowledge when working with University personnel in developing a properly structured workflow solution. PUBLIC INFORMATION All information, documentation, and other materials submitted in response to this solicitation are considered non-confidential and/or non-proprietary and are subject to public disclosure under the Texas Public Information Act (Texas Government Code, Chapter , et seq.) after the solicitation is completed. BID OPENING Sealed bids titled RFQ: PEOPLESOFT CAMPUS SOLUTIONS 9.0 WORKFLOW PROCESS will be received by the Purchasing Office, and opened at 11:00 a. m. on Wednesday, April 3, 2013, at the University of Houston, Purchasing Department, Attn: Samuel Arevalo, 5000 Gulf Freeway, ERP Bldg. 1, Room 206, Houston, Texas (U. S. Postal Service zip code). SUBMISSION OF QUALIFICATIONS If you are mailing your bids through the U. S. Postal Service or via a delivery service, please address your envelope to University of Houston, Purchasing Department, 5000 Gulf Freeway, ERP Bldg. 1, Room 206, Houston, Texas Faxed and late bids will not be accepted under any circumstances. TYPE OF CONTRACT The term(s) resulting from this RFQ will become effective upon signing of a contract and is to secure a one-time procurement, in accordance with the terms, conditions, and requirements herein for MBA market research services. The University reserves the right to negotiate modification of contract terms and schedules as necessary CLARIFICATIONS AND INTERPRETATIONS: Any clarifications or interpretations of this RFQ that materially affect or change its requirements will be posted by the University as an addendum on the Electronic State Business Daily web site ( It is the responsibility of all respondents to obtain this information in a timely manner. Page 3 of 14

4 SUBMISSIONS: Submit one (1) clearly marked original and one (1) identical electronic copy on cd or memory drive of the proposal including any supplemental printed material referenced with the name and number, RFQ: Qualifications and any other information submitted by respondents in response to this RFQ shall become the property of the University. Respondent acknowledges and accepts that any costs incurred from the respondent s participation in this RFQ through the process of contract negotiation/execution, shall be at the sole risk and responsibility of the respondent. Defective Qualifications: Qualifications received after the deadline will be returned to the respondent unopened. University will not acknowledge or receive Qualifications that are delivered by telephone, facsimile (fax), or electronic mail ( ). Incomplete Qualifications will be considered non-responsive and subject to rejection. Properly submitted Qualifications will not be returned to respondents. Qualifications materials must be enclosed in a sealed envelope (box or container) addressed to the Point-of-Contact person; the package must clearly identify the submittal deadline, the RFQ number, and the name and return address of the respondent. POINT-OF-CONTACT: The University designates the following person as its representative and Point-of-Contact for this RFQ. Respondents shall direct all questions regarding this RFQ to the Point of Contact via . Samuel Arevalo Energy Research Park Purchasing Department 5000 Gulf Freeway Bldg. 1, Room 206 Houston, TX wsareval@central.uh.edu Page 4 of 14

5 TERMS AND CONDITIONS The following attachments are to be considered as part of this bid and must be signed and returned with the bid package. 1. University of Houston Terms and Conditions (last 3 pages) 2. Alternate Dispute Resolution Clause (2 pages, separate package available online) VENDOR CERTIFICATION/ACCEPTANCE The undersigned hereby certifies that he has read, understands, and agrees that acceptance by The University of Houston of the bidder s offer by issuance of a purchase order will create a binding legal contract. Further he agrees to fully comply with documentary forms herewith made a part of this specific procurement NAME OF COMPANY: AUTHORIZED SIGNATURE: NAME & TITLE: PHONE NUMBER: BID RESPONSE REQUIREMENTS ALL BID PRICING MUST BE SUBMITTED ON THIS FORM. IN THE EVENT AN ATTACHMENT IS SUBMITTED, REFERENCE TO THE ATTACHMENT MUST BE NOTED ON THIS BID FORM AND THE ATTACHMENT MUST REFERENCE THE BID NUMBER AND MUST BE SIGNED BY THE SAME AGENT THAT SIGNS THIS FORM. FAILURE TO DO SO MAY RESULT IN DISQUALIFICATION OF YOUR BID. NOTE: Only those inquiries the University of Houston System replies to which are made by formal written addenda shall be binding. Oral and other interpretations or clarification will be without legal effect. All responses to inquires and interpretations will be posted to the Electronic State Business Daily (ESBD) at: It is all bidder(s) responsibility to check the Electronic State Business Daily (ESBD) for all postings up to the bid opening date. Bidder(s) must acknowledge all addenda by either signing or returning such document(s) or by letter. Such acknowledgment must be received prior to the hour and date specified for receipt of bids, or shall accompany the bid response. WAIVER OF INCONSISTENCIES The University of Houston reserves the right to waive any and all minor technical inconsistencies in evaluating the proposal responses. Page 5 of 14

6 EVALUATION CRITERIA AND SELECTION PROCESS All proposals shall be initially evaluated based the follow criteria listed below by members of an advisory evaluation committee. Such advisory committee shall consist of individuals who have expertise regarding, or some experience with, the subject matter of the RFQ or, individuals who could be characterized as recipients, beneficiaries, or users of the RFQ's subject matter. The Respondent shall explain within their proposal why any of the factors are not applicable. Selection and Rating Criteria CRITERIA ONE: Prior demonstrated experience designing and developing workflows within the PeopleSoft/Oracle Campus Solutions 9.0 Application. Value 45 CRITERIA TWO: Prior demonstrated development experience using People Code, Application Designer, Structured Query Reports, Structured Query Language and other technologies related to developing in PeopleSoft Oracle applications in an Oracle database environment. Linux or Unix operating system experience is a plus. 35 CRITERIA THREE: Competitive pricing that allows for the separation between expenses and the work done by the consultant. 20 Total of Weighted Value 100 UNIVERSITY S RESERVATION OF RIGHTS The University may evaluate the Qualifications based on the anticipated completion of all or any portion of the Project. The University reserves the right to divide the Project into multiple parts, to reject any and all Qualifications and re-solicit for new Qualifications, or to reject any and all proposals and temporarily or permanently abandon the Project. LAST DAY FOR QUESTIONS All inquiries and interpretations must be submitted in writing via and received no later than close of business (3:00 p.m.) November 28, All inquiries shall be directed to: Purchasing ceburton@central.uh.edu. All questions will be answered at one time in one posting marked as addendum on Electronic State Business Daily ELIGIBLE RESPONDENTS Only individual firms or lawfully formed business organizations may apply. (This does not preclude a respondent from using consultants.) The University will contract only with the individual firm or formal organization that submits a Qualification. Page 6 of 14

7 HISTORICALLY UNDERUTILIZED BUSINESSES REQUIREMENTS The policy of The University of Houston System and each of its component institutions is to promote and encourage contracting and subcontracting opportunities for Historically Underutilized Businesses (HUB) in all contracts. The Policy applies to all contracts with an expected value of $100,000 or more. If University determines that subcontracting opportunities are probable, then a HUB Subcontracting Plan is a required element of the Qualifications. All HUB Subcontracting Plans must be submitted. Failure to submit a required HUB Subcontracting Plan will result in rejection of the response. The University has determined that no subcontracting opportunities are probable. A HUB Subcontracting Plan (HSP) is not required with qualification submission. If you require assistance in completing the form, contact Christopher E. Burton, HUB Coordinator at (713) , ceburton@central.uh.edu. LEGAL COMPLIANCE Respondent shall be aware of, fully informed about, and in full compliance with all applicable federal, state and local laws, rules, regulations and ordinances. Applicable state regulations include the following (may not be all inclusive). Insurance requirements are part of the attached Professional Service Agreement GENERAL RULES AND PROCEDURES FOR PURCHASING Respondent shall comply with Texas Government Code Section provision regarding conflicts of interest, prohibition on certain bids and contracts, and anti-trust laws. Prohibition on Certain Bids and Contracts: A state agency may not accept a bid or award a contract that includes proposed financial participation by a person who received compensation from the agency to participate in preparing the specifications or request for proposals on which the bid or contract is based. Anti-Trust Laws: Respondent shall certify that neither the Respondent nor the firm, corporation, partnership or University represented by the Respondent, or anyone acting for such firm, corporation, or institution has violated the antitrust laws of this state, codified in the Texas Free Enterprise and Antitrust Act Business and Commerce Code, or the Federal antitrust laws. Conflicts of Interest: Respondent shall also disclose: Any relationship, whether by relative, business associate, capital funding agreement or by any other such kinship which exists between Respondent and an employee of any University of Houston System component. Whether Respondent has been an employee of any University of Houston System component within the immediate twelve (12) months prior to the RFQ response. Whether any member of the Board of Regents of the University of Houston System, or the Executive Officers of the University of Houston System or its component institutions, has a financial interest, directly or indirectly, in the transaction that is the subject of the contract. Page 7 of 14

8 All such disclosures will be subject to administrative review and approval prior to the University entering into any contract with Respondent. Certification All vendors must certify their eligibility by acknowledging the following statement, "Under Section , Government Code, the vendor certifies that the individual or business entity named in this bid or contract is not ineligible to receive the specified contract and acknowledges that this contract may be terminated and payment withheld if this certification is inaccurate." SALES AND USE TAXES Section , Tax Code permits the purchase free o f state sales and use taxes of tangible personal property to be incorporated into realty in the performance of a contract for an improvement to realty for certain exempt entities such as the University of Houston. CERTIFICATION OF FRANCHISE TAX STATUS Respondents are advised that the successful respondent will be required to submit certification of franchise tax status as required by State Tax Code chapter 171. The contractor agrees that each subcontractor and supplier under contract will also provide a certification of franchise tax status. A corporate Respondent shall certify that it is not currently delinquent in the payment of, is exempt from, or is an out-of-state corporation that is not subject to, any Franchise Taxes. REQUIRED WORKERS' COMPENSATION INSURANCE COVERAGE Workers Compensation Insurance shall be provided to the statutory limit established by the State of Texas DELINQUENCY IN PAYING CHILD SUPPORT: Under Section , Texas Family Code, a child support obligor who is more than 30 days delinquent in paying child support, and a business entity in which the obligor is a sole proprietor, partner, shareholder, or owner with an owner interest of at least 25 percent is not eligible to receive payments from state funds under a contract to provide property, materials or services; or receive a state - funded grant or loan until all arrears have been paid; or the obligor is in compliance with a written repayment agreement or court order as to any existing delinquency. SELECTION SCHEDULE SUMMARY: Schedule: Posted to Electronic State Business Daily website March 20, 2013 Last day for Questions March 28, 2013, 5:00 pm Questions and Answers posted to ESBD March 29, 2013, 5:00 pm Bid Opening Date (Due Date) April 3, 2013, 11:00 am Dates above are the earliest dates on which these events can take place. The University reserves the right to change dates as necessary to accommodate selection committee members schedules or other University business. Page 8 of 14

9 SECTION 2 EXECUTIVE SUMMARY PROJECT DESCRIPTION and SCOPE Vendor needs to have an in depth understanding of the PeopleSoft\Oracle workflow functionality in order to assist client with streamlining the approval process for Change of Major that are done in the PeopleSoft Campus Solutions 9.0 system. Vendor will document the current business process for change approval and then implement PeopleSoft workflow to automate as much of the approval process as possible. Knowing UH business processes is not a requirement but would be beneficial for the vendor and UH. The Change of Major workflow process will include the development of a front-end process that will allow students to log-on to the Student Center and request a change of major. Once the request has been made, the workflow process will notify the appropriate college representative. Once the college has made a decision, the student will be notified by of the decision. The workflow will trigger a process to automatically change the student s program/plan in the campus solutions system. Project Summary Develop front-end process to allow students to request major changes via the Student Center Develop workflow to notify colleges of major change requests made via the Student Center Develop workflow to notify students of decisions made for requested major changes Develop component interface to automate program/plan changes SECTION 3 REQUIREMENTS FOR STATEMENT OF QUALIFICATIONS FIRM OR COMPANY PROFILE Provide the following information: Legal Name of the company as registered with the Secretary State of Texas Address of the offices that will be providing services Number of years in business Type of operation (Individual, Partnership, Corporation, Joint Venture, etc.) Number of employees by skill group Include a brief narrative of your firm s history, current organizational structure including local, regional, and national offices, if applicable, and scope of services offered by your nearest company office. Provide a company organization chart. Page 9 of 14

10 SECTION 3 REQUIREMENTS FOR STATEMENT OF QUALIFICATIONS continued Indicate whether services will be provided in whole, or in part, by your firm. If certain services are to be provided by another firm, indicate your firm's business relation with the associated firm (joint venture, consultant agreement, etc.) Provide details of any conditions that would adversely affect your company s performance under a contract with the University. Indicate whether your company is currently for sale or involved in any transaction to expand or to become acquired by another business entity. If so, explain the impact both in organizational and directional terms. Provide details of all past or present litigation or claims filed against your company. Indicate whether your company is currently in default on any loan agreement or financing agreement with any bank, financial institution, or other entity. Provide a claims history under professional malpractice insurance for the past five (5) years for the firm and any team member proposed to provide services. Provide the hourly rate and resumes for all personnel that will provide the work. RELEVENT PROJECT EXPERIENCE OF THE FIRM Unique qualifications to respond - State why you believe your team to be qualified to skillfully address the issues that you feel will be relevant to this project. Provide specific examples including the total number of proposals that were reviewed and submitted to the University point of contact. Provide specific examples including the total number of proposals for which strategies were developed for negotiating with the university project. SECTION 4 FORMAT FOR STATEMENT OF QUALIFICATIONS GENERAL INSTRUCTIONS Qualifications shall be prepared simply and economically, providing a straightforward, concise description of the respondent's ability to meet the requirements of this RFQ. Emphasis shall be on the quality, completeness, clarity of content, responsiveness to the requirements, and an understanding of University's needs. Qualifications shall be, submitted as previously stated. The single, signed original shall be a maximum of fifty (50) 8.5 x 11 single sided printed pages. The cover, cover letter, table of contents, divider sheets, and HUB Subcontracting Plan do not count as printed pages. Binding may be spiral or ring binder type. The one single bound copy shall be in the following order. Page 10 of 14

11 Cover Cover Letter Table of Contents Firm or company profile Proposed team Relevant project experience Firm approach and organization Execution of offer Cover shall include the RFQ title and the firm name and contact information. Cover letter should be signed by a principal of the firm or other duly authorized company representative and should contain the company s corporate seal, if applicable. Submittals shall include a Table of Contents and give page numbers for each part of the Qualifications. Each criteria response to Section 3 of this RFQ shall be separated and identified by use of a divider sheet with an integral tab for ready reference. SECTION 5 ADDITONAL INFORMATION FOR THE RFQ HUB SUBCONTRACTING PLAN The HUB subcontracting plan may be found at INSURANCE REQUIREMENTS DESPUTE RESOLUTION CLAUSE Page 11 of 14

12 1. BIDDING REQUIREMENTS: TERMS AND CONDITIONS: ITEMS BELOW APPLY TO AND BECOME PART OF BID, ANY EXCEPTIONS THERETO MUST BE IN WRITING 1.1 Bidders must comply with all rules, regulations and statutes relating to purchasing in the State of Texas and the University of Houston in addition to the requirements of this form. 1.2 Bidders must price per unit shown. Unit prices shall govern in the event of extension errors. 1.3 Bids should be submitted on this form. Bids must be time stamped at University of Houston (UH) Purchasing Department Office * on or before the hour and date specified for the bid opening. 1.4 Late and/or unsigned bids will not be considered under any circumstances. Person signing bid must have the authority to bind the firm in a contract. 1.5 Quote FOB destination, freight prepaid and allowed unless otherwise stated within the specifications. 1.6 Bid prices are requested to be firm for UH acceptance for 30 days from bid opening date. "Discount from list" bids are not acceptable unless requested. Cash discounts are not considered in determining an award. Cash discounts offered will be taken if earned. 1.7 Bidder should enter Texas Identification Number System (TINS) number, full firm name and address of bidder on the face of this form. Enter in the space provided, if not shown. Additionally, firm name should appear on each continuation page of a bid, in the block provided in the upper right hand corner. 1.8 Bid cannot be altered or amended after opening time. Alterations made before opening time should be initialed by bidder or his authorized agent. No bid can be withdrawn after opening time without approval by the UH based on an acceptable written reason. 1.9 Purchases made for State use are exempt from the State Sales tax and Federal Excise tax. Do not include tax in bid. Tax Exemption Certificates are available upon request The University reserves the right to accept or reject all or any part of any kind, waive minor technicalities and award the bid to best serve the interests of the State Consistent and continued tie bidding could cause rejection of bids by the UH and/or investigation for antitrust violations Inquiries pertaining to IFBs must include the requisition number and opening date. 2. SPECIFICATION: 2.1 Catalogs, brand names or manufacturer's references are descriptive only, and indicate type and quality desired. Bids on brands of like nature and quality will be considered unless advertised under Texas Government Code, Title 10, Subtitle D, Section If bidding on other than references, bid should show manufacturer, brand or trade name, and other description of product offered. If other than brand(s) specified is offered, illustrations and complete description of product offered are requested to be made part of the bid. Failure to take exception to specifications or reference data will require bidder to furnish specified brand names, numbers, etc. 2.2 Unless otherwise specified, items shall be new and unused and of current production. 2.3 All electrical items must meet all applicable OSHA standards and regulations, and bear the appropriate listing from UL, FMRC or NEMA. 2.4 Samples, when requested, must be furnished free of expense to the State. If not destroyed in examination, they will be returned to the bidder, on request, at bidder's expense. Each sample should be marked with bidder's name and address, and requisition number. Do not enclose in or attach bid to sample. 2.5 The State will not be bound by any oral statement or representation contrary to the written specifications of this Invitation for Bids (IFB). 2.6 Manufacturer's standard warranty shall apply unless otherwise stated in the IFB. 3. TIE BIDS - Awards will be made in accordance with Rule 1 TAC Section (b) (3) and (Preferences). Page 12 of 14

13 4. DELIVERY REQUEST FOR QUALIFICATIONS TERMS AND CONDITIONS (continuation sheet) 4.1 Show number of days required to place material in receiving agency's designated location under normal conditions. Delivery days mean calendar days, unless otherwise specified. Failure to state delivery time obligates bidder to deliver in 14 calendar days. Unrealistic delivery promises may cause bid to be disregarded. 4.2 If delay is foreseen, vendor shall give written notice to the UH and the ordering agency. Vendor must keep the UH and ordering agency advised at all times of status of order. Default in promised delivery (without accepted reasons) or failure to meet specifications authorizes the UH to purchase supplies elsewhere and charge full increase, if any, in cost and handling to defaulting vendor. 4.3 No substitutions permitted without written approval of UH. 4.4 Delivery shall be made during normal working hours only, unless prior approval has been obtained from ordering agency. 5. INSPECTION AND TESTS - All goods will be subject to inspection and test by the University. Authorized UH personnel shall have access to supplier's place of business for the purpose of inspecting merchandise. Tests shall be performed on samples submitted with the bid or on samples taken from regular shipment. All costs shall be borne by the vendor in the event products tested fail to meet or exceed all conditions and requirements of the specification. Goods delivered and rejected in whole or in part may, at the University's option, be returned to the vendor or held for disposition at vendor's expense. Latent defects may result in revocation of acceptance. 6. AWARD OF CONTRACT - A response to this IFB is an offer to contract based upon the terms, conditions, and specifications contained herein. Bids do not become contracts until they are accepted through a University of Houston Purchase Order or Contract. The contract shall be governed, construed, and interpreted under the laws of the State of Texas. The factors listed in Texas Government Code, Title 10, Subtitle D, Section , , , and shall also be considered in making an award when specified. Any legal actions must be filed in Harris County, Texas. 7. PAYMENT - Vendor shall submit 2 copies of an itemized invoice showing University Purchase Order number on all copies. The University will incur no penalty for late payment if payment is made in 30 or fewer days from receipt of goods or services and an uncontested invoice. 8. PATENTS OR COPYRIGHTS - The vendor agrees to protect the University from claims involving infringement of patents or copyrights. 9. VENDOR ASSIGNMENTS - Vendor hereby assigns to University any and all claims for overcharges associated with this contract arising under the antitrust laws of the United States 15 U.S.C.A. Section 1, et seq. (1973), and the antitrust laws of the State of Texas, TEX. Bus. & Comm. Code Ann. Sec , et seq. (1967). 10. BIDDER AFFIRMATION - Signing this bid with a false statement is a material breach of contract and shall void the submitted bid or any resulting contracts, and the bidder shall be removed from all bid lists. By signature hereon affixed, the bidder hereby certifies that: 10.1 The bidder has not given, offered to give, nor intends to give at any time hereafter any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor, or service to a public servant in connection with the submitted bid Neither the bidder nor the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation or institution has violated the antitrust laws of this State or the Federal Antitrust Laws (see section 9, above), nor communicated directly or indirectly the bid made to any competitor or any other person engaged in such line of business Pursuant to Section Government Code, the bidder has not received compensation for participation in the preparation of the specifications for this IFB Pursuant to Section (d), Family Code, re: child support, the bidder certifies that the individual or business entity named in this bid is not ineligible to receive the specified payment and acknowledges that this contract may be terminated and payment may be withheld if this certification is inaccurate Under Section , Government Code, the vendor certifies that the individual or business entity named in this bid or contract is not ineligible to receive the specified contract and acknowledges that this contract may be terminated and payment withheld if this certification is inaccurate The Contractor shall defend, indemnify, and hold harmless the University of Houston, all of its officers, agents and employees from and against all claims, actions, suits, demands, proceedings, costs, damages, and liabilities, arising out of, connected with, or resulting from any acts or omissions of contractor or any agent, employee, subcontractor, or supplier of contractor in the execution or performance of this contract. Page 13 of 14

14 TERMS AND CONDITIONS (continuation sheet) 10.7 Bidder agrees that any payments due under this contract will be applied towards any debt, including but not limited to delinquent taxes and child support that is owed to the State of Texas Bidder certifies that they are in compliance with section of the Government Code, relating to contracting with executive head of a State agency. If section applies, bidder will complete the following information in order for the bid to be evaluated: Name of Former executive: Name of State agency: Date of separation from State agency: Position with bidder: Date of Employment with bidder: 10.9 Bidder agrees to comply with Government Code , pertaining to service contract use of products produced in the State of Texas Contractor understands that acceptance of funds under this contract acts as acceptance of the authority of the State Auditor s Office, or any successor agency, to conduct an audit or investigation in connection with those funds. Contractor further agrees to cooperate fully with the State Auditor s Office or its successor in the conduct of the audit or investigation, including providing all records requested. Contractor will ensure that this clause concerning the authority to audit funds received indirectly by subcontractors through Contractor and the requirement to cooperate is included in any subcontract it awards. 11. Pursuant to Section (c), Family Code, bid must include names and Social Security Numbers of each person with at least 25% ownership of the business entity submitting the bid. Attach name & social security numbers for each person. This information must be provided prior to contract award. 12. NOTE TO BIDDER - Any terms and conditions attached to a bid will not be considered unless specifically referred to on this bid form and may result in disqualification of the bid. 13. The dispute resolution process provided for in chapter 2260 of the Texas Government Code must be used by the UH and the contractor to attempt to resolve all disputes arising under this contract. 14. Information, documentation, and other material in connection with this solicitation or any resulting contract may be subject to public disclosure pursuant to Chapter 552 of the Texas Government Code (the "Public Information Act"). 15. TECHNOLOGY ACCESS CLAUSE. The Vendor expressly acknowledges that state funds may not be expended in connection with the purchase of an automated information system unless that system meets certain statutory requirements relating to accessibility by persons with visual impairments. Accordingly, the Vendor represents and warrants to the University of Houston that the technology provided to the University of Houston for purchase is capable, either by virtue of features included within the technology or because it is readily adaptable by use with other technology, of: 1. Providing equivalent access for effective use by both visual and non-visual means; 2. Presenting information, including prompts used for interactive communications, in formats intended for both visual and non visual use; and 3. Being integrated into networks for obtaining, retrieving, and disseminating information used by individuals who are not blind or visually impaired. For purposes of this clause, the phrase "equivalent access" means a substantially similar ability to communicate with or make use of the technology, either directly by features incorporated within the technology or by other reasonable means such as assistive devices or services that would constitute reasonable accommodations under the Federal Americans with Disabilities Act or similar state or federal laws. Examples of methods by which equivalent access may be provided include, but are not limited to, keyboard alternatives to mouse commands and other means of navigating graphical displays and customizable display appearance "Exemption Declaration: Pursuant to the provisions of the Texas Government Code, Chapter (d) this requirement is for the purchase of a wireless communication device to be used by peace officers, firefighters, and other emergency response personnel to respond to a public safety emergency. The provisions of the Technology Access Clause do not apply." Page 14 of 14

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

REQUEST FOR QUALIFICATIONS REQUEST FOR QUALIFICATIONS by The University of Texas Southwestern Medical Center at Dallas for Selection of a Vendor to Provide Engineering Services related to Campus Facilities Projects RFQ No. 729-09-49

More information

Request for Proposal for. Marketing Project Management Software

Request for Proposal for. Marketing Project Management Software Request for Proposal for Marketing Project Management Software 1503 Sealed Proposals will be received until October 10, 2014 at 10am PROPOSALS TO BE DELIVERED, MAILED TO: Jessica Chavira, CTPM TEXAS STATE

More information

Request for Proposal for. Identity Theft Protection Services. RFP No. 1521. Sealed Proposals will be received until April 2, 2015 at 3pm

Request for Proposal for. Identity Theft Protection Services. RFP No. 1521. Sealed Proposals will be received until April 2, 2015 at 3pm Request for Proposal for Identity Theft Protection Services RFP No. 1521 Sealed Proposals will be received until April 2, 2015 at 3pm PROPOSALS ARE TO BE DELIVERED OR MAILED TO: Jessica Chavira TEXAS STATE

More information

REQUEST FOR PROPOSAL MIDWESTERN STATE UNIVERSITY PURCHASING & CONTRACT MANAGEMENT DEPARTMENT 3410 Taft Blvd., Daniel Bldg., Rm.

REQUEST FOR PROPOSAL MIDWESTERN STATE UNIVERSITY PURCHASING & CONTRACT MANAGEMENT DEPARTMENT 3410 Taft Blvd., Daniel Bldg., Rm. REQUEST FOR PROPOSAL MIDWESTERN STATE UNIVERSITY PURCHASING & CONTRACT MANAGEMENT DEPARTMENT 3410 Taft Blvd., Daniel Bldg., Rm. 202 Wichita Falls, TX. 76308 BID NUMBER BID TITLE 735-16-8162 Legacy Hall

More information

Texas Tech University Health Sciences Center Request for Qualifications

Texas Tech University Health Sciences Center Request for Qualifications Texas Tech University Health Sciences Center Request for Qualifications West Texas Health Information Technology Regional Extension Center A Program of the F. Marie Hall Institute for Rural and Community

More information

PROFESSIONAL/CONSULTING SERVICES AGREEMENT

PROFESSIONAL/CONSULTING SERVICES AGREEMENT This SERVICES AGREEMENT ( Agreement ) is entered into by and between the undersigned, ( Contractor ), (Social Security Number or Federal I.D. No.), located at and Texas Southern University ( TSU ), an

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL by The University of Texas System for Selection of a Vendor to Provide Outplacement Services related to The University of Texas System Institutions RFP No. UCI32011 Submittal Deadline:

More information

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

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

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE This Agreement is made as of, 20 (the Effective Date ), by and

More information

State Preservation Board P.O. Box 13286 Austin, TX 78711. REQUEST FOR QUALIFICATIONS For WATER PROOFING RESTORATION ENGINEERING SERVICES

State Preservation Board P.O. Box 13286 Austin, TX 78711. REQUEST FOR QUALIFICATIONS For WATER PROOFING RESTORATION ENGINEERING SERVICES State Preservation Board P.O. Box 13286 Austin, TX 78711 REQUEST FOR QUALIFICATIONS For WATER PROOFING RESTORATION ENGINEERING SERVICES RFQ #809 16 0019 Date Issued: August 31, 2015 Mandatory Pre Submission

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS REQUEST FOR QUALIFICATIONS by Tyler Junior College for Selection of a Vendor to Provide DESIGN AND ARCHITECTURAL SERVICES FOR A NEW RESIDENCE LIFE HALL AND POSSIBLE RELATED SERVICES RFQ No.: J2120-14-01

More information

REQUEST FOR PROPOSALS COMPREHENSIVE INSURANCE CONSULTING SERVICES

REQUEST FOR PROPOSALS COMPREHENSIVE INSURANCE CONSULTING SERVICES REQUEST FOR PROPOSALS COMPREHENSIVE INSURANCE CONSULTING SERVICES RFP#: INS2016 ISSUED: JANUARY 31, 2016 SUBMITTALS MUST BE RECEIVED BY: Thursday, March 10, 2016, 4:00 PM CST Freeman Coliseum Administrative

More information

REQUEST FOR PROPOSAL: RFP# 730-16057 EMPLOYEE WELLNESS PROGRAM

REQUEST FOR PROPOSAL: RFP# 730-16057 EMPLOYEE WELLNESS PROGRAM REQUEST FOR PROPOSAL: RFP# 730-16057 EMPLOYEE WELLNESS PROGRAM Deliver Bid Response to: University of Houston Energy Research Park Purchasing Department, Attn: Jack Tenner 5000 Gulf Freeway, Building 1,

More information

REQUEST FOR PROPOSAL Sam Houston State University A Member of the Texas State University System

REQUEST FOR PROPOSAL Sam Houston State University A Member of the Texas State University System REQUEST FOR PROPOSAL Sam Houston State University A Member of the Texas State University System Procurement and Business Services Reference Number 753-010-009DJF WEBSITE DESIGN, VIDEO STREAMING, ONLINE

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS LITTLE ROCK ADVERTISING & PROMOTION COMMISSION Physical Address: 426 West Markham Street Little Rock, Arkansas 72201 Mailing Address: P.O. Box 3232 Little Rock, Arkansas 72203 REQUEST FOR QUALIFICATIONS

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

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

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

More information

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE: REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES Prepared by City of Richmond Finance Department February 18, 2016 RESPONSES DUE: 2:30 P.M., Monday, March 7, 2016 REQUEST FOR STATEMENTS OF QUALIFICATIONS

More information

Prequalification Document for Procurement of Works

Prequalification Document for Procurement of Works STANDARD PROCUREMENT DOCUMENT Prequalification Document for Procurement of Works Caribbean Development Bank September 2007 ii Foreword This Standard Procurement Document Prequalification Document for Procurement

More information

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m.

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m. Seattle Public Schools Contracting Services 2445 Third Avenue South Seattle, WA 98134 Telephone: (206) 252-0566 Fax: (206) 743-3018 contractingservices@seattleschools.org REQUEST FOR PROPOSAL NO. RFP09503

More information

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

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

More information

Return completed applications to: APAC-Texas, Inc. P.O. Box 20779 Beaumont, TX 77720 (409) 866-1444 Phone (409) 866-5541 Fax

Return completed applications to: APAC-Texas, Inc. P.O. Box 20779 Beaumont, TX 77720 (409) 866-1444 Phone (409) 866-5541 Fax Return completed applications to: APAC-Texas, Inc. P.O. Box 20779 Beaumont, TX 77720 (409) 866-1444 Phone (409) 866-5541 Fax APPLICATION FOR BUSINESS CREDIT Date: NOTE: This application for Business Credit

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

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

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

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

More information

REQUEST FOR PROPOSALS 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

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

AN AGREEMENT BY AND BETWEEN THE TEXAS A&M UNIVERSITY SYSTEM OFFICES AND FM GLOBAL

AN AGREEMENT BY AND BETWEEN THE TEXAS A&M UNIVERSITY SYSTEM OFFICES AND FM GLOBAL AN AGREEMENT BY AND BETWEEN THE TEXAS A&M UNIVERSITY SYSTEM OFFICES AND FM GLOBAL This Services Agreement ( Agreement ) is entered into effective upon final execution of this agreement (the Effective Date

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

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

REQUEST FOR PROPOSAL Procurement of Landscaping Services

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

More information

RFP Milestones, Instructions, and Information

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

More information

City of Statesboro. Request for Qualifications: Life Insurance Brokerage Services

City of Statesboro. Request for Qualifications: Life Insurance Brokerage Services City of Statesboro Request for Qualifications: Life Insurance Brokerage Services The City of Statesboro is requesting sealed qualifications for the provision of life insurance brokerage services for a

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

Webb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent

Webb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent Webb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent Formal Invitation for Bids (ITB) Bid 2016-93 Annual Contract for Plumbing Repair Due: August 20, 2015 before 2:00p.m. Public Notice

More information

REQUEST FOR PROPOSAL. Insurance Broker Services. Property Liability Casualty Fleet Workers Compensation

REQUEST FOR PROPOSAL. Insurance Broker Services. Property Liability Casualty Fleet Workers Compensation 925 Felix Street St. Joseph, MO 64501 Telephone: 816-671-4000 Fax: 816-671-4469 REQUEST FOR PROPOSAL Insurance Broker Services Property Liability Casualty Fleet Workers Compensation CONTACT: RESPONSE DUE:

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

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

RFP No.721-1509 Athletic Ticket Marketing & Sales

RFP No.721-1509 Athletic Ticket Marketing & Sales REQUEST FOR PROPOSAL RFP No.721-1509 Athletic Ticket Marketing & Sales Bid Submittal Deadline: Friday, January 16, 2015 at 2:30 PM CST The University of Texas at Austin Intercollegiate Athletics Prepared

More information

REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT

REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT Proposals will be received until Friday, May 22, 2015 4:00 p.m. CST General Information Questions: All inquiries for information regarding this solicitation

More information

EXHIBIT 1 Standard Contract Addendum

EXHIBIT 1 Standard Contract Addendum EXHIBIT 1 Standard Contract Addendum This Standard Contract Addendum ( Addendum ) is between Texas Southern University ( University ) and the other party ( Contracting Party ) indicated in the signature

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

Agent Agreement WITNESSETH

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

More information

Page 1 of 7 DOCUMENTED QUOTE

Page 1 of 7 DOCUMENTED QUOTE DOCUMENTED QUOTE Return all Bids to: Bid No. CCA DQ0213 Community College of Aurora Date: November 07, 2012 Purchasing Department Bid Due Date: November 14, 2012 16000 E. Centretech Parkway Ste. A204I

More information

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

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

More information

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m. DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2009 Achievement of Excellence in Procurement Award National Purchasing Institute Cecil S. Moore, Director REQUEST FOR QUOTE NUMBER: 10RD75957YB

More information

CITY OF JERSEY CITY REQUEST FOR QUALIFICATIONS: HEALTH INSURANCE BROKER. Contract Term November 1, 2013 through October 31, 2016 SUBMISSION DEADLINE:

CITY OF JERSEY CITY REQUEST FOR QUALIFICATIONS: HEALTH INSURANCE BROKER. Contract Term November 1, 2013 through October 31, 2016 SUBMISSION DEADLINE: CITY OF JERSEY CITY REQUEST FOR QUALIFICATIONS: HEALTH INSURANCE BROKER Contract Term November 1, 2013 through October 31, 2016 SUBMISSION DEADLINE: 4:00 PM September 26, 2013 ADDRESS ALL PROPOSALS TO:

More information

KYRENE ELEMENTARY SCHOOL DISTRICT NO. 28

KYRENE ELEMENTARY SCHOOL DISTRICT NO. 28 KYRENE ELEMENTARY SCHOOL DISTRICT NO. 28 NOTICE OF REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL (RFP) NUMBER: MATERIAL AND/OR SERVICE: K14-13-18 Applicant Tracking System Materials RFP DUE DATE: December

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

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

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

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS CITY OF CHILLICOTHE REQUEST FOR PROPOSALS The City of Chillicothe is accepting sealed proposals for a Financial and Payroll software system for the Chillicothe Auditor s office. Proposal Must Be Sealed,

More information

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

MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS

MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS DRAFT for Discussion Only 8.22.14 THIS MASTER GRANT CONTRACT, and amendments and supplements thereto, is between the State

More information

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted Description: The New River Valley Regional Jail Authority (NRVRJA) values and appreciates the contributions and efforts of its employees. Toward this end, the NRVRJA is committed to providing a supportive,

More information

REQUEST FOR PROPOSAL

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

More information

APPLICATION FOR BUSINESS CREDIT

APPLICATION FOR BUSINESS CREDIT _. Return Completed Application to: Pike Industries, Inc. 3 Eastgate Park Road Belmont, NH 03220 Phone: 603.527.5100 Fax: 603.527.5101 APPLICATION FOR BUSINESS CREDIT Date: Pike Salesman s Name: NOTE:

More information

OSWEGO COUNTY PURCHASING DEPARTMENT

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

More information

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

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

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

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

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009 DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2008 Achievement of Excellence in Procurement Award National Purchasing Institute Jerome Noble, Director REQUEST FOR QUOTE NUMBER: 09RD65575YB

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

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

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

More information

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

How To Pay A Contract With Neustar

How To Pay A Contract With Neustar Neustar Referral Partnership Agreement This NEUSTAR REFERRAL AFFILIATE PARTNERSHIP AGREEMENT ( Agreement ) is made and entered into between Neustar, Inc. a Delaware Corporation, located at 46000 Center

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

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

CITY OF SHREVEPORT STANDARD CLAUSES BY REFERENCE

CITY OF SHREVEPORT STANDARD CLAUSES BY REFERENCE STANDARD SOLICITATION INSTRUCTIONS/PROVISIONS AND GENERAL CONTRACT CLAUSES FOR THE CITY OF SHREVEPORT LOUISIANA CITY OF SHREVEPORT STANDARD CLAUSES BY REFERENCE THE FOLLOWING CITY OF SHREVEPORT (HEREINAFTER

More information

Department of Purchasing & Contract Compliance

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

More information

Invitation for Bid Sewer Repair Project

Invitation for Bid Sewer Repair Project Invitation for Bid Sewer Repair Project Section 1 History, Objective, Required Services, and Specifications Objective Repair/Replace a collapsing sewer line consisting of terra cotta clay and concrete.

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

COUNTY OF TANEY, MISSOURI

COUNTY OF TANEY, MISSOURI COUNTY OF TANEY, MISSOURI REQUEST FOR BID For WORKERS COMPENSATION INSURANCE Taney County, Missouri RFB# 201202-168 Workers Compensation Insurance Release Date: February 25, 2012 Submittal Deadline: March

More information

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT Date original issued: September 28, 2015 Qualifications Statements due: The City of Vallejo will consider Proposals submitted in response

More information

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

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

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

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The County of Bergen will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the manner described in this

More information

CLS Investments, LLC Instructions for the Solicitor Application and Agreement

CLS Investments, LLC Instructions for the Solicitor Application and Agreement CLS Investments, LLC Instructions for the Solicitor Application and Agreement Please complete all fields on page 1 of the Solicitor Application and Agreement. Some general guidelines are set forth below.

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

UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT

UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT SECTION 1 ADMINISTRATIVE OVERVIEW 1.1 BACKGROUND Utah County is planning to

More information

Request For 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

City of Powell Request for Proposals for a Total Compensation Survey

City of Powell Request for Proposals for a Total Compensation Survey City of Powell Request for Proposals for a Total Compensation Survey Section I The City of Powell is soliciting proposals from qualified consulting firms, experienced in the development of a job evaluation

More information

Fire Alarm, Detection Testing and Certification RFP 739-47576907

Fire Alarm, Detection Testing and Certification RFP 739-47576907 REQUEST FOR PROPOSALS Fire Alarm, Detection Testing and Certification Request for Proposal (RFP) 739-47576907 Fire Alarm, Detection Testing and Certification Due Date: July 24, 2014 at 4:30 P.M. Central

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

BID INVITATION FOR: CALL RECORDING SOLUTION

BID INVITATION FOR: CALL RECORDING SOLUTION State of New Hampshire Date: 10/3/2008 Division of Plant and Property Management Bureau of Purchase and Property Bid No.: 141-09 25 Capitol Street, State House Annex Concord, NH 03301-6398 Date of Bid

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 INVESTMENT CONSULTING SERVICES AND MARIN COUNTY EMPLOYEES RETIREMENT ASSOCIATION

AGREEMENT FOR INVESTMENT CONSULTING SERVICES AND MARIN COUNTY EMPLOYEES RETIREMENT ASSOCIATION AGREEMENT FOR INVESTMENT CONSULTING SERVICES AND MARIN COUNTY EMPLOYEES RETIREMENT ASSOCIATION This Agreement for Investment Consulting Services (hereinafter referred to as the Agreement ) is made and

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 WEST NEW YORK REQUEST FOR QUALIFICATIONS LEGAL SERVICES WORKER S COMPENSATION ATTORNEY. Qualification Period January 1, 2014 December 31, 2014

TOWN OF WEST NEW YORK REQUEST FOR QUALIFICATIONS LEGAL SERVICES WORKER S COMPENSATION ATTORNEY. Qualification Period January 1, 2014 December 31, 2014 TOWN OF WEST NEW YORK REQUEST FOR QUALIFICATIONS LEGAL SERVICES WORKER S COMPENSATION ATTORNEY Qualification Period January 1, 2014 December 31, 2014 SUBMISSION DEADLINE 3:30 p.m., November 15, 2013 ADDRESS

More information

CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS QUOTE # 2011-01

CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS QUOTE # 2011-01 Board of Trustees: Superintendent: Paul Long Brian Haley Paul Carras Terry Gage Ana Stevenson Scott Leaman CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS QUOTE # 2011-01 November 18, 2010 Western

More information

MIDWESTERN STATE UNIVERSITY

MIDWESTERN STATE UNIVERSITY MIDWESTERN STATE UNIVERSITY REQUEST FOR PROPOSAL #735-16-8160 Mustangs Walk Extension SEALED PROPOSALS WILL BE ACCEPTED UNTIL: 2:00 P.M., Thursday, June 23, 2016 Purchasing Department 3410 Taft Blvd.,

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

NPSA GENERAL PROVISIONS

NPSA GENERAL PROVISIONS NPSA GENERAL PROVISIONS 1. Independent Contractor. A. It is understood and agreed that CONTRACTOR (including CONTRACTOR s employees) is an independent contractor and that no relationship of employer-employee

More information

REQUEST FOR 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

Federal Tax ID # Employer ID# Credit Amount Requested: $ NOTE: Signed original application must be on file to activate your account.

Federal Tax ID # Employer ID# Credit Amount Requested: $ NOTE: Signed original application must be on file to activate your account. Application for Credit Unless the applicant is a public corporation, please attach the applicant s most recent financial statements to expedite credit approval. Please complete this form, read and initial

More information

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

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

More information

CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716 Date: July 5, 2015. Request for Proposal # F150025250

CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716 Date: July 5, 2015. Request for Proposal # F150025250 CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716 Date: July 5, 2015 Request for Proposal # F150025250 Automated Imaging System for Invoice Processing Questions concerning

More information