Request for Proposals For Access Control Systems Maintenance, Repair & Installation Services For. Rowan University RFP 15-88

Size: px
Start display at page:

Download "Request for Proposals For Access Control Systems Maintenance, Repair & Installation Services For. Rowan University RFP 15-88"

Transcription

1 Request for Proposals For Access Control Systems Maintenance, Repair & Installation Services For RFP The Office of Contracting & Procurement 201 Mullica Hill Road Glassboro, NJ Linden Hall, Room 136 Phone:

2 Table of Contents Administration Information 2 Institution Contacts Schedule of RFP Events Project Overview 3 Services Required General and Personnel Requirements Contract Deliverables and Requirements, Evaluation 17 Instructions Addendum A-Required Procurement Documents Time & Material Addendum Page 2 of 27

3 Administrative Information Institution Contacts: All questions should be submitted via with the subject heading: RFP Access Control & Surveillance Systems Maintenance, Repair & Installation Services Inquiries will not be accepted by telephone. Questions or inquiries should be sent to All questions submitted will be answered on the Purchasing Department website: Contracting & Procurement Department website on the date indicated below. See Section XIII. B. for further details. Questions regarding opening documents or accessing items on the website should be addressed to: Alexis Jones Office of Contracting and Procurement Due Date: Submissions must be received no later than May 26 th, 2015 at 2:00 pm in the Procurement Department located at, in 136 Linden Hall, 201 Mullica Hill Road, Glassboro, NJ In order to be considered for the award, all submissions must be received at the appropriate location by the required time. Any package not received on time at the noted location may be rejected. Refer to the Submissions Requirements section of this document for further details. Schedule of RFP Events: Request for Proposals Issued April 27, 2015 Questions Due May 04, 2015 Answers Posted to the website May 11, 2015 Submissions Due May 26, :00 pm Page 3 of 27

4 Project Overview is seeking to contract with a vendor(s) to provide electronic door access control systems, surveillance systems and services including software configuration, new construction consulting, hardware, installation, maintenance and repair to future and existing systems. RS2 Technologies access control software has been chosen as the University standard thus requiring a Vendor that is capable of utilizing and integrating requested hardware and services as outlined throughout this RFP. Background The main campus, located in Glassboro, NJ, has over 50 buildings with an average age of approximately 43 years. Our newest building is James Hall constructed in 2004, whereas our oldest building, Bunce Hall, was constructed in the 1920 s. There are also properties in Stratford, NJ and Camden, NJ. The University is seeking a qualified vendor to service the following four (4) campuses and any additional properties acquired during the term of contract. 1.) 201 Mullica Hill Road Glassboro, NJ ) Camden Bank Building 606 Cooper Street Camden, NJ ) Cooper Medical School of Rowan University 401 South Broadway Camden, NJ ) School of Osteopathic Medicine 1 Medical Center Drive Stratford, NJ I. SCOPE OF WORK The Director of Card Services, coordinating with the appropriate parties at the University, will manage all access control and surveillance systems throughout the four (4) University campuses. The University is seeking a firm to provide turn-key access control and surveillance systems and related services. These services will include the retirement of existing systems as well as new installations. Services shall include design support and estimating services as well as programming and installation services as further discussed. Because of the potential life safety aspects of this RFP, the awarded Vendor is required to meet all requirements outlined throughout the document. A. Electronic Security Systems/Devices: encompass computers, network connections (including wireless), data transmissions, communication devices, multiple points of monitoring, interfacing controls, sensors, and actuators. Some functions may be supported locally as well as University-supported. For the purposes of this RFP, electronic security systems or devices include: 1. Access Control (wired and wireless): are comprised of card reader, door contacts, electric hinge or power transfer (wired systems), door strike, latch, reader interface module, interconnecting power and communication wiring, head-end intelligent system controller. All systems must follow s policies and standards. Page 4 of 27

5 2. Networked Video Surveillance (wired and wireless): are comprised of IP-enabled cameras, interconnecting power and communication wiring via POE (power over Ethernet). Cameras must be connected to a POE-enabled switch with ports enable on the appropriate security VLAN unless approved by the Chief Information Officer and/or Director of Network and Systems Services. All systems must follow s policies and standards. Electronic security systems/devices must be integrated with the University central systems unless an exemption has been granted. 3. Electronic security systems/devices are not to be connected by hardware, integrated by software, or otherwise interfaced with any other control systems (ex. Building Automation Control System) or life safety systems unless specifically required by code or approved by appropriate system owner and Director of Card Services, or their designee. 4. Electronic security systems/devices planning should be incorporated into the overall building design. Physical security devices and measures, as well as electronic devices and connections, are to be considered at the same time as comfort, function, energy efficiency, maintainability, life safety, accessibility, environment, inspiration and any other primary feature attributed to a facility. B. Project Specifications: Detailed information regarding Design Services, Software, Installation, Equipment and Security can be found at: Contracting & Procurement Department website. C. Hardware Maintenance Plan: It is anticipated that the awarded vendor will work with the University to develop a hardware maintenance plan that will be mutually agreed upon between both parties. D. Industry Specific Standards: The vendor shall provide all necessary maintenance, repair & installation services in accordance with the current state adopted codes, and service laws or ordinances, and all rules and regulations of health, public and/or other authorities controlling or limiting the methods and materials to be used, or the actions of those engaged in this kind of work. 1. The Vendor shall adhere to the Occupational Safety and Health Administration s (OSHA s) most recently published safety and health regulations and general occupational safety and health standards. 2. Conformance: All work performed under this contract must conform to all applicable codes within the jurisdiction where the work is to be performed. The cost of any permits must be included in all estimates for work. 3. Permit and Code Inspections: Permit and code inspections are performed by other agencies; therefore, the requesting agency cannot control these inspection schedules. The Vendor is expected to meet all code requirements and be present for all schedule inspections. If permit or code violations are found with work performed by the Vendor, the Vendor must correct all violations at no additional charge to the State. Failure to do so may affect the Vendor s performance security and/or performance record. 4. Certification Requirements: Where a manufacturers certification to service and install equipment managed by the Director of Card Services, or their designee is required, the Vendor will supply certification documentation and agree to maintain certification. a. Where additional manufacturers certification requirements arise, the Vendor will gain certification as soon as possible, preferably within 30 days. Certification will be gained before installation and/or servicing systems that require certification. b. Trade: Locksmith License w/ business certification Alarm License w/ business certification Page 5 of 27

6 c. Technical: Assa Abloy University IP Lockset Certification Assa Abloy University Integrated Wiegand Certification RS2 Letter of Certification (training and supply) Salto Training Certification E. Vendor Responsibilities 1. The Vendor shall use certified integrators to ensure system maintenance and hardware installation with software compatibility. 2. The Vendor shall be required to provide consulting services and submit a detailed written analysis for repairs, replacement, new installations and other services when requested by the Director of Card Services, or their designee. 3. The Vendor is to provide all services requested by the Director of Card Services, or their designee, in such a manner as to minimize down times and to maintain the covered access security and/or surveillance systems in good operating condition. 4. The Vendor is to furnish all labor, equipment, materials and special tools required for maintenance, emergency service, replacement of parts or devices, and furnish all electronic equipment, software and ancillary material needed to render service as part of this contract. F. Invoicing and Cost Basis Calculations 1. will not allow nor pay any additional costs or surcharges on vendor invoices not already noted on the Proposal Form. 2. The University reserves the right to review any invoice of the awarded vendor. a. Separate invoices shall be submitted for each job/project. b. Billing shall occur in a timely manner. c. When an invoice(s) from the vendor to the University includes materials, the vendor shall support any material costs with invoices and/or receipts displaying the purchase from the original vendor. 3. Rowan reserves the right to withhold the entire monthly payment in any month where the contract is not fulfilled. 4. Penalties a. If the vendor fails to fulfill the terms of the contract in any month, one half (1/2) of the prorated monthly charge will be deducted and forfeited from the next vendor payment. b. The vendor shall be considered in violation if they fail to take corrective action in a timely manner after discovery of a problem or written notification of a problem discovered by staff. c. Vendor will be in violation if timely service is not performed and inventories are not maintained. G. Vendor Qualifications 1. The importance of maintaining any and all University property in a safe and satisfactory operating condition requires that the services be performed by a vendor who is regularly engaged with his/her own personnel in the services outlined in the Scope for this project. 2. Vendors shall have proper diagnostic and service equipment and personnel familiar with installed devices that comprise existing systems. 3. before installation and/or servicing systems that require certification. 4. The Vendor shall have sufficient supervision, staff, equipment and materials to address at least three (3) responses simultaneously. 5. The Vendor shall have a minimum of ten (10) years of experience in the access control and surveillance systems filed. Page 6 of 27

7 H. Misc.: Hours; Testing; etc. 1. All work performed will be at the convenience of the University. 2. Any travel time for which a vendor is obligated to pay his employees should be considered as part of overhead, and allowances for such, figured into the flat hourly rate quote to the University as applicable. The University will make every effort to group work order/projects so that employees can be assigned to work on campus for a full workday; or so that vendor employees can be assigned to work lasting at least one-half workday, beginning or ending their workday at the University. 3. The University will pay additional hours for travel for emergency call-in or when vendor s employees are forced to travel during normal working hours due to the immediacy of the work order. 4. Emergency Response: The Vendor shall maintain 24 hours a day, 7 days a week emergency availability to coordinate any necessary resolution to system failures or problems. a. The Vendor shall respond within one (1) hour to all emergency service calls. A list of personnel authorized to make emergency services calls will be given to the successful vendor. II. III. PRICING A. Prices provided must remain in effect for the dates noted on the Proposal Form. B. Proposals shall include labor and price plus costs as indicated on the proposal page. C. Payments for installation services, under this contract, shall be made per hour and limited to the work actually performed on any job/project. D. A flat hourly rate for software configuration for all doors or any additional equipment requiring software set-up is mandatory. GENERAL SERVICE CONTRACT TERMS & CONDITIONS A. Guarantee: The awarded vendor(s) shall fully guarantee all workmanship and parts furnished and installed under this contract against defect for one (1) year after completion. Defects will be repaired or replaced at no charge to. B. Vendor(s) shall supply with all warranty information whether it be expressed or implied. C. All equipment, parts and/or supplies used shall be new and original equipment manufacturer (OEM). D. The vendor(s) is responsible for properly disposing of any materials removed or replaced. In addition, any areas disturbed should be restored to their original condition. E. The University reserves the right to make all final decisions to determine whether to proceed with repair or replacement of any equipment. F. All contracts between the awarded vendor(s) and will be for the purpose of setting prices and services to be provided and the term that they are valid. No minimal amount of work will be guaranteed. G. All proposers shall be required to comply with the Time and Materials criteria established by the Board of Trustees. The criteria are attached to this offering. H. If awarded vendor(s) is summoned for work he/she shall report and sign in and out with the Director of Card Services, or their designee, upon arriving and departing from campus. I. The awarded vendor(s) shall not shut down any equipment unless permission is first obtained by the Director of Card Services or their designee. The awarded vendor(s) shall comply with all Federal- Mandated OSHA lockout/tag out procedures. Page 7 of 27

8 J. The Director of Card Services or their designee shall approve, in writing, the vendor s accuracy and reasonableness of each invoice submitted for payment. The vendor shall be responsible for documenting the number of contract employees on site each day, hours worked, the materials and equipment used on the project, and the movement of personnel and materials to and from the job site as per the Time and Material Sheet attached as Exhibit 1. K. It is the responsibility of the awarded vendor(s) to keep the Director of Card Services or their designee informed of the status of all work in progress on a daily basis including but not limited to estimated completion date, parts delivery dates, and accrued and projected job costs. Failure to do so will delay processing of invoices. IV. TERM OF CONTRACT: A. The anticipated contractual period will be for three (3) years with two (2) possible renewals of one year each, subject to budgetary approval on a yearly basis. reserves the right to alter this time period upon review of all proposals. NOTE: In order to better align with Rowan s fiscal year, the first year of the initial proposed contract will begin on July 1 st, All possible subsequent years (4-5) will run from July 1 of the applicable year and end on June 30 th of the following year. B. The University reserves the right to terminate the awarded vendor's services for cause or convenience at any time during the term of the contract. C. In the event that services are terminated by the University written notice will be provided thirty (30) days in advance of termination date. D. The awarded vendor may not assign sell or sub-contract its obligations under the contract to any third party without prior approval in writing by the University. E. In the event that the contract is terminated either by contract expiration or by voluntary termination by the University, the vendor must continue all services until new services become completely operational or new service provider is in place. F. The vendor will be responsible for any additional costs incurred by the University in utilizing any replacement firm. G. At no time shall this service extend more than 90 (ninety) days beyond the expiration date of the existing contract. V. PROCEDURAL REQUIREMENTS AND AMENDMENTS A. The vendor shall comply with all procedural instructions that may be issued from time to time by the Director of Card Services or their designee. B. During the period of the contract, no changes are permitted in any of these conditions and specifications unless the vendor receives written approval from the Director of Card Services or their designee. C. Should the vendor find at any time that existing conditions make modification in requirements desirable, he shall promptly report such matter to the Director of Card Services or their designee for consideration and decision. D. The vendor is advised that asbestos, PCBs and other hazardous substances are present on Rowan University's campuses. 1. In encountering any of these known or suspected hazardous substances, the vendor must stop work immediately, notify the Director of Environmental Health & Safety and follow University directions or instructions. Page 8 of 27

9 2. The vendor must comply with all State and federal regulations regarding handling and disposal of all contaminated waste materials they generate on the campus. Note: the disposal of batteries will be handled by the University. 3. Material Safety Data Sheets (MSDS) must be furnished on all products/materials, which require them under the provisions of the New Jersey Worker and Community Right to Know Act or the OSHA Hazard Communications Standard. E. The vendor, or his authorized representatives, shall meet periodically with the Director of Card Services or their designee to discuss the services and to make amendments or changes in procedures and operations as may be found necessary. F. There will be a meeting with the successful vendor and prior to the start of the contract. G. The vendor shall comply with all federal, state or local laws now in effect or hereinafter promulgated which apply to the operations herein specified. VI. VII. VENDOR PERSONNEL A. While on University property: 1. All personnel shall observe all rules and regulations in effect at governing safety and personal conduct. 2. Vendor employees shall be subject to control of the University, but under no circumstances, shall such persons be deemed employees of the University. B. Vendor personnel shall not represent themselves or be considered as employees of Rowan University or the State of New Jersey. C. CRIMINAL BACKGROUND CHECKS ARE MANDATORY for all non-university personnel performing work on the Campus. Vendors, consultants, and subcontractors are required to take all reasonable steps to assure that their employees do not represent a threat to the campus community. Failure to comply with this requirement may result in immediate termination of any award or contract. D. The selected vendor shall provide a complete list of names (including supervisors) that may be working on campus. E. The vendor(s) shall remove from the work place any of its employees who are found to be unacceptable by the University. Such requests shall not be unreasonable, are the sole decision of the University, and are not subject to negotiation. F. Vendor shall provide proper identification for all vendor employees. While on University premises, all vendor employees must wear attire that identifies them as vendor s employee with identification visible from both the front and the back. G. Vehicles shall be clearly identified as company vehicles and be maintained in a neat clean and sanitary condition. At least one person in each vehicle, preferably the driver, must be able to speak, read and write the English language. It shall be the vendor s responsibility to see that employees render quiet and courteous service. COMPLIANCE LAWS The awarded vendor(s) shall comply with all local, state and federal laws, rules and regulations, inclusive of those specific to only Rowan, applicable to this contract and to the work to be done hereunder. Including, but not limited to: A. All work under this contract shall be done in strict accordance with all applicable federal, state, and local regulations, standards, and codes governing hazard abatement and any other trade work done in conjunction with the abatement. Page 9 of 27

10 1. The most recent edition of any relevant regulation, standard, document, or code shall be in effect. 2. Where conflict among the requirements or with these specifications exists the most stringent requirements shall be utilized. B. Vendors are required to comply with the requirements of N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27. C. If awarded a contract, winning vendor will be required to comply with the requirements of N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27. D. is committed to affirmative action and equal opportunity in all areas of operation. Those submitting proposals must certify that their company has an updated affirmative action/equal opportunity program. E. This project is subject to requirements of the New Jersey Prevailing Wage Act, P.L. 1963, c. 150 (C.34: et seq.). Additional information regarding Prevailing Wage and Wage rates can be found at: F. All vendors submitting proposals must not be barred or otherwise suspended from doing business with government entities as evidenced by the SAM (System for Award Management) database, fka EPLS. G. All vendors shall be able to comply with the requirements of Public Law 2005, Chapter 51, N.J.S.A. 19:44A (Formerly Executive Order 134) and Executive Order 117 (2008). VIII. IX. REPRESENTATIONS AND WARRANTIES In submitting a proposal for this offering, the vendor expressly warrants that A. The vendor has legal capacity to execute and perform any Agreement arising from this RFP. B. Any Agreement arising from the award of this RFP is a valid and binding Agreement enforceable against the vendor according to its terms. C. The execution and performance of an agreement by the vendor does not, and shall not, violate or conflict with the terms of any existing Agreement or understanding of which the vendor is a party. D. The execution and performance of an Agreement by the vendor does not, and shall not, violate or conflict with any law, rule, regulation, judgment or order of any court or other adjudicative entity binding the vendor. E. The vendor knows of no reason why the vendor is in any way, physically, legally, or otherwise, precluded from performing the obligations under an Agreement arising from this RFP, in accordance with its terms, including without limitation those relating to health and safety. F. Such warranties shall survive and shall not be deemed waived by delivery or acceptance of, or payment for the goods and services. G. The proposer warrants and represents that any needed equipment, when delivered, shall meet or exceed all applicable standards as mandated by State and Federal regulation. INDEMNITY A. The awarded vendor agrees to indemnify, protect, save harmless, and defend, its governors, officers, employees, and agents from and against any and all claims, losses, costs, damages, and expenses, including legal costs and attorneys' fees, and demands of any kind whatsoever, whether for bodily injury, including death, damage to property, including the loss of use thereof, loss of business, otherwise resulting from or arising out of operations, services, or work performed by the Proposer, its agents or employees, alone or with others, or resulting from or arising out of services provided jointly by the Proposer, its agents or employees, or through any act or omission on the part of the Proposer, its agents or employees, or servants. B. Vendor shall reimburse, and make good to the University all monies, which the University or its Page 10 of 27

11 representative shall pay, or cause to be paid, or become liable to pay, by reason of such claims, or in connection with any litigation, investigation or other matters connected therewith. C. This indemnification obligation is not limited by, but is in addition to the insurance obligations contained in this agreement. X. INSURANCE REQUIREMENTS A. Vendor agrees to obtain and maintain, at its sole expense, the insurance coverage described below. All insurance must be placed with an insurance company licensed to conduct business in the State of New Jersey and maintaining an A.M Best Rating of A- or better with a financial size rating of Class IX or larger. All insurance required herein shall be written on an occurrence basis, unless otherwise noted, shall contain a waiver of subrogation in favor of and the State of New Jersey, and will be in effect no later than 12:01 A.M. at the start of the day of the contract and must remain in effect for the duration of the contract, including any extensions. B. Vendor agrees that no insurance policy will be cancelled, reduced, or revised without thirty (30) days prior written notice to. In addition, required insurance will be primary to any other insurance available and any limitations of Vendor s insurance will not relieve the Vendor of its indemnification responsibilities to and the State of New Jersey per Section IX Indemnity. C. Insurance Required: 1. Workers Compensation Insurance applicable to the laws of the State of New Jersey and any other State or Federal jurisdiction required to protect the employees of Vendor who will be engaged in the performance of work under this contract. 2. Employers' Liability Protection with a limit of liability not less than one million dollars ($1,000,000) bodily injury, each occurrence; one million dollars ($1,000,000) disease, each employee; and one million dollars ($1,000,000) disease, aggregate limit. 3. Commercial General Liability written on a current ISO Occurrence Form or equivalent. The General Liability policy will include, but not be limited to, coverage for bodily injury (including death) and property damage arising from premises and operations liability, products and completed operations liability, personal injury and advertising liability, contractual liability, and fire legal liability. Vendor agrees to maintain the following limits of coverage: a. per occurrence... $1,000,000 b. products/completed operations aggregate... $3,000,000 c. personal and advertising injury... $1,000,000 d. general aggregate... $3,000,000 A "per location or Project endorsement" shall be included so that the general aggregate limit applies separately to the Rowan location or Project. 4. Comprehensive Automobile Liability written on an occurrence basis covering owned, nonowned, and hired vehicles. The limits of liability shall not be less than a combined single limit of one million dollars ($1,000,000) per occurrence. 5. Excess Liability, umbrella insurance form, applying excess of the commercial general liability, commercial automobile liability and employer s liability insurance in minimum amounts of five million dollars ($5,000,000) per occurrence, five million dollars ($5,000,000) general aggregate, and five million dollars ($5,000,000) products/completed operations. Should this insurance be written on a claims-made basis, Vendor agrees that upon completion of the project, should said claims-made policy be cancelled, a retroactive reporting policy (tail policy) will be purchased to ensure coverage for losses that occurred during the claims-made coverage periods. Page 11 of 27

12 D. The General Liability and Automobile Liability insurance policies shall name and the State of New Jersey as an additional insured. E. Vendor shall bear all costs of all policy deductibles. F. It is agreed that will be held harmless by Vendor for any loss or damage to all equipment, tools, property, and materials of Vendor and its employees required for the performance of this contract, it being understood that Vendor will, at its own expense, carry the insurance required to provide the necessary protection against such loss or damage. G. Vendor may, if they so desire, include with their proposal the applicable certificates of insurance. This will expedite the contract award process for the awarded vendor. H. Within ten (10) days after receipt of notice of intent to award contract, and if applicable, annually thereafter until contract termination, Vendor will furnish with Certificates of Insurance evidencing all required insurance. Certificates will be submitted to the Senior Director of Risk Management and Insurance,, 201 Mullica Hill Road, Glassboro, NJ XI. XII. XIII. DEFAULT In case of failure to deliver goods or services in accordance with the contract(s) terms and conditions,, after due oral or written notice, may procure substitute goods or service from other sources and hold the vendor(s) responsible for any resulting additional purchasing and administrative costs. This remedy shall be in addition to any other solution, which may have. SALE OR BANKRUPTCY OF BUSINESS A. If during the life of this Agreement, the awarded vendor disposes of its business by sale, transfer, force of law or by any means to another party, all obligations are transferred to such purchaser. In this event, the new owner(s) may, in ' discretion, be required to submit a performance bond in the amount of the value of services to be delivered pursuant to this Agreement. B. In the event of the institution of any proceedings by or against the awarded vendor, voluntarily or involuntarily, in bankruptcy or insolvency, or under the provisions of the Federal Bankruptcy Act, or for the appointment of a receiver or trustee or an assignee for the benefit of creditors of the property of the vendor, shall have, in addition to the rights previously stated, the right to cancel this Agreement forthwith. GENERAL A. may need to issue one or more addenda related to this RFP. Such addenda shall be added to the original RFP document and posted on the: Contracting & Procurement Department website. It will be the responsibility of the prospective vendors and other interested parties to familiarize themselves with the web site and visit it regularly during the RFP process for updated information or addenda related to this RFP. B. Short procedural inquiries may be accepted by telephone by the buyer noted for this project. However, oral explanations or instructions given over the telephone shall not be binding upon the University. Proposers shall not contact any person within the University directly, in person, or by telephone, other than the assigned buyer, concerning this project. C. If a joint venture is submitting a bid, the agreement between the parties relating to such joint venture shall be submitted with the joint venture s submission. D. The awarded firm may not assign sell or sub-contract its obligations under the contract to any third party without prior approval in writing by the University. Page 12 of 27

13 E. Any modifications to the bid document, prior to award, may invalidate the entire submission. F. Rowan reserves the right to negotiate the terms and conditions of the contract to obtain the most advantageous situation for Rowan. G. Rowan reserves the right to suspend or terminate the procurement process described in this RFP at any time (in its sole discretion). If terminated, Rowan may determine to commence a new procurement process or exercise any other rights provided under applicable law without any obligation to the Respondents. H. Patents: The Suppliers shall hold and save the University, its officers, agents, and employees harmless from liability of any nature or kind, including cost and expense for or on account of any patented or unpatented invention, article, or applicable manufacturer or use in materials and forms of construction as will satisfy the University's requirements. I. Submission as Public Information and Property of Rowan Submissions will be held confidential during the bid process until such time as the final contract is executed, upon such time the bid submittals may be subject to the Open Public Records Act for nonpropriety information. It is the responsibility of the prospective vendor to indicate what submitted information is proprietary. J. All submissions will become the property of Rowan. Submitted packages will not be returned to respondents unless they are received late. K. In submitting a bid, the Vendor agrees, unless specifically authorized in writing by an authorized representative of on a case by case basis, that it shall have no right to use, and shall not use, the name of, its officials or employees, or the Seal of the University: 1. In any advertising, publicity, promotion; 2. To express or imply any endorsement of agency s services; 3. To use the name of the State, its officials or employees or the University seal in any manner (whether or not similar to uses prohibited by (a) and (b) above) except only to manufacture and deliver in accordance with this agreement such services as are hereby contracted by the University. L. The preparation of a bid shall be at the expense of the respondent. will not reimburse firms for any costs associated with the preparation or submittal of a response. M. does not allow payment of attorney fees for litigation regardless of disposition of matter. N. By responding to this RFP, firms acknowledge and consent to the conditions set forth herein relative to the submission, review and consideration of your response. O. Submissions which, in the sole judgment of Rowan, fail to meet the requirements of the RFP or which are in any way conditional, incomplete, obscure, contain additions or deletions from requested information, or contain errors may be rejected. P. will not accept jurisdiction in any State except New Jersey. Q. The vendor shall be solely responsible for all damage or unauthorized destruction to any Rowan University buildings, equipment, premises or facilities; lease, lent, or in the care, custody or control of the University or State. R. reserves the right to reject any or all submissions or to award in whole or in part if deemed in the best interest of the University to do so. S. This RFP is not binding on the University. T. Protest of restrictive specifications or improprieties in the solicitation, by an interested party, must be received by the Procurement Department in writing not less than ten (10) working days before the closing date for receipt of submissions. U. Unless specifically noted within this RFP, Rowan s Standard Terms and Conditions take precedence over any special terms and conditions contained in this RFP. Page 13 of 27

14 V. Proposers assume sole responsibility for the complete effort required in this RFP. No special consideration shall be given after proposals are opened because of a proposer s failure to be knowledgeable of all the requirements of this RFP. By submitting a bid in response to this offering, the proposer represents that it has satisfied itself, from its own investigation, of all the requirements of this RFP. W. has the option, in its sole discretion, to reduce the scope of work for any task or subtask called for under this contract. In such an event, the Senior Director of Contracting and Procurement (Senior Director) shall provide advanced, written notice to the vendor. 1. Upon receipt of such written notice, the vendor will submit, within five (5) working days to the Senior Director of Contracting & Procurement, an itemization of the work effort already completed by task or subtasks. The vendor shall be compensated for such work effort according to the applicable portions of its cost proposal. X. The Senior Director may, for valid reason, issue a stop order directing the vendor to suspend work under the contract for a specific time. The vendor shall be paid until the effective date of the stop order. The vendor shall resume work upon the date specified in the stop order or upon such other date as the Senior Director may thereafter direct in writing. The period of suspension shall be deemed added to the vendor s approved schedule of performance. The Senior Director and the vendor shall negotiate an equitable adjustment, if any, to the contract price. Y. reserves the right to cancel this contract with thirty (30) days written notice to the vendor(s) with or without cause. Z. No party, including any respondent to this RFP, is granted any rights hereunder. AA. The proposal submitted by the vendor shall be binding on the vendor. BB. reserves the right to seek clarification and additional information at any point in connection with vendor information or other communication regarding this RFP. XIV. SUBMISSION REQUIREMENTS A. Conditional submissions will not be considered. B. In order to be considered, vendors must submit a complete response to this RFP. C. Proposals must be placed in a sealed envelope and clearly labeled, on the outermost package, with the title "RFP Access Control & Surveillance Systems Maintenance, Repair & Installation Services and the firm s name and business address. D. The RFP should be concise and shall be organized in a manner so the selection committee may quickly access pertinent information. Every effort should be made to avoid duplicating the information presented in the RFP. The RFP must include and will be evaluated based on the criteria listed on Page 26. Each team s RFP must include an index and be organized by discrete sections corresponding to the criteria and in the same order as listed below. Submissions in any other format will be considered informal and may be rejected. E. Submission Format: 1. Letter of Transmittal a. Each submission must be accompanied by a letter of transmittal not exceeding two (2) pages. The letter must include the full legal name and business address of the firm. F. Submittal response shall include the following information: 1. Describe the organization of your proposed team. Indicate the composition and number of staff, facilities available and experience of your consultant/team as it relates to this RFP. 2. Describe the roles of key individuals on the team. Provide resumes, references, appropriate certification and licenses for all key team members. Resumes shall show relevant public sector experience in higher education for the general Scope of Work as well as the length of Page 14 of 27

15 employment with the proposing consultant. Key members, especially the Project Manager, shall have significant demonstrated experience with these types of projects, and should be committed to stay with the team for the duration of any given project. 3. Describe your project management approach. Provide a detailed description of how the team, including all consultants (if applicable), will be managed and the scope of work provided by each member of the team. G. Scope of work to be provided: 1. Include a detailed Scope of Work statement describing all potential services to be provided. 2. Describe typical Project Deliverables for each phase of your work on a given project. 3. Describe your typical project Cost Control and Budgeting Methodology. H. Schedule of Work: Describe your scheduling methodology and approach to schedule management. Provide a typical detailed schedule (Microsoft Project or equivalent), for all phases of a given project for this general scope of work and Proposer s services, including key milestones, time for reviews and approvals. I. References: Please provide a list of all projects and public sector work completed within the last five years. This should include, if applicable; Colleges, Universities, Educational Institutions, State or local Governments, or other public sector entities. For each project, provide the name and type of project, budget vs. completion cost, completion date, client name, address and client s project representative phone number. J. Uniqueness: In 300 words or less, explain why you believe your organization is uniquely qualified to provide Project Management Services for the University. Include any other information, which you feel would be helpful in the selection of your consultant on the University s pre-approved professional service list. K. Certifications: The Vendor shall submit a copy of any required insurance, licenses or certifications with proposal submission package. L. Pricing: 1. Include all billable and non-billable services. 2. Price Schedule: Vendor shall submit a fully executed copy of the proposal pages. 3. Financial Capability: In order to provide the University with the ability to judge the bidder s financial capacity and capabilities to undertake and successfully complete the contract, the bidder should submit certified financial statements to include a balance sheet, income statement and statement of cash flow, and all applicable notes for the most recent calendar year or the bidder s most recent fiscal year. If certified financial statements are not available, the bidder should provide either a reviewed or compiled statement from an independent accountant setting forth the same information required for the certified financial statements, together with a certification from the Chief Executive Officer and the Chief Financial Officer, that the financial statements and other information included in the statements fairly present in all material respects the financial condition, results of operations and cash flows of the bidder as of, and for, the periods presented in the statements. In addition, the bidder should submit a bank reference. a. A bidder may designate specific financial information as not subject to disclosure when the bidder has a good faith legal/factual basis for such assertion. Bidder may submit specific financial documents in a separate, sealed package clearly marked Confidential -Financial Information along with the Bid Proposal. b. The University reserves the right to make the determination to accept the assertion and shall so advise the bidder. Page 15 of 27

16 M. Addendum A: Proposals should include all information requested in Addendum A (Required Documentation) of this RFP. Any consultant wishing to submit a proposal must be prepared to provide a presentation outlining the consultant s qualifications and their work experience Page 16 of 27

17 Contract Deliverables and Requirements, Evaluation Instructions: In order to be considered for the award, all proposals must be received at the appropriate location by the required time. Any package not received on time at the noted location may be rejected. Respondents are cautioned that reliance on the US Postal Service, other mail delivery, and/or courier service for timely delivery of proposals is at their risk. Mailing submissions should allow for normal mail delivery time and internal circulation within the University to ensure the timely receipt of their submissions by the Purchasing Office. The University will not be responsible for submissions which do not meet the RFP deadline. Submit one (1) original, one (1) electronic copy via CD or USB, and three (3) paper copies of your submission package no later than 2:00 p.m. on the due date to: Procurement Department Linden Hall, Suite Mullica Hill Road Glassboro, NJ Please label all Submissions: RFP Access Control & Surveillance Systems Maintenance, Repair & Installation Services Note: Original submission packages should be clearly labeled as such. The required forms noted on Addendum A of this RFP should be included in the original submission package. However, copies of proposal submissions do not need to contain the required forms on Addendum A. The only exception is the Proposal Page, which should be included in the original, as well as, all copies of the submissions for evaluation purposes. Evaluation and Selection Criteria: reserves the right to reject any and all proposals and to award to multiple vendors, in whole or part, if it is deemed advantageous to do so by the University. It is anticipated that the University will award to one vendor and may select others as alternates. The award of this RFP will be based upon a review and analysis of all proposals to determine which proposal/proposals best meet the University s needs. The contract award will be based on a pointsearned matrix derived from a service and financial evaluation from a preselected review committee. The selection committee will develop a shortlist of the highest ranking respondents based on their evaluation. The committee will schedule and conduct interviews with selected respondents and will use the interview process to further inform the evaluation and selection of the firm

18 Firms will be awarded points in the following categories: Category Potential Points Approach to Scope of Work 0-30 Price Schedule & Financial Capability 0-30 Personnel/Staffing 0-20 Prior Experience including References 0-15 Interview with Short Listed Respondents 0-05 Submission of a proposal against this RFP is your acknowledgement that subjective criteria will be used in the evaluation of proposals. Award shall be made to the responsible proposer(s) who is determined to be the most advantageous to the University. Price, although an important consideration, will not be the sole determining factor. Members of the Review Committee will utilize the criteria set forth herein in making an award pursuant to this RFP; you are urged to provide sufficient information to be evaluated in your submission. Selection of the award shall be based solely on the Review Committee s evaluation of the submissions and the criteria set forth. An initial screening of all proposals will be conducted to determine overall responsiveness. Proposals determined to be incomplete or non-responsive will be disqualified. Any proposals submitted that do not include the required items noted on Addendum A or in the Scope & Submission sections above may be considered incomplete, deemed non-responsive and excluded from consideration for award. Requests for Clarification by the University: The University may request that any proponent clarify or supplement any information contained in any Proposal. Proposers are required to provide a written response within five (5) business days of receipt of any request for clarification by the University. Provide the name and contact information of the individual in your firm that the University should contact regarding questions about your RFP submission: Contact Name for this Project Contact Contact Phone Page 18 of 27

19 Proposal Page The proposer states that he/she has carefully examined the specifications of RFP 15-88, Access Control & Surveillance Systems Maintenance, Repair & Installation Services and has fully informed himself/herself regarding all conditions at the site and pertaining to the work to be done and that he/she will furnish all labor and materials and will assume all responsibility even though not specifically mentioned but which are necessarily required or reasonably implied to obtain the completed conditions contemplated. Proposer s signature below attests that he is familiar with all aspects of this contract and the services to be provided and hereby proposes to furnish all labor, material, equipment & services necessary to complete the work of the particular contract as noted on the following page Print Name & Title Vendor Name Address Phone Proposer s Signature Any and all changes made to this proposal page must be initialed and dated by the Proposer. No edit(s) will be accepted without Proposer s initials and date, next to any and all corrections. Page 19 of 27

20 Price Page Designer Software Configuration Technician/Installer Electrician Carpenter Painter FY16 FY17 FY18 Hourly Rates Estimating Overtime Hourly Rates Designer Software Configuration Technician/Installer Electrician Carpenter Painter Estimating Designer Emergency/Sunday/Holiday Hourly Rates Software Configuration Technician/Installer Electrician Carpenter Painter Estimating Cost Plus (+) Vendors(s) are to enter a markup on invoice costs for supplies/equipment used in conjunction with this proposal. Awarded vendors are required to submit any/all invoices upon request. Vendor Markup percentage of your cost % Proposer s Signature: Date: Page 20 of 27

21 Addendum A Goods, Professional Services and General Service Projects UNLESS NOTED OTHERWISE, ALL ITEMS MUST BE RETURNED WITH SUBMISSION PACKAGE OR SUBMISSION MAY BE REJECTED 1. Terms & Conditions: Do Not Return with Package 2. Proposal Page(s) and Time & Material Addendum (Page 21) both fully executed 3. Non-Collusion Affidavit 4. Ownership Disclosure Form 5. Vendor Certification and Disclosure of Political Contributions Public Law 2005, Chapter 51 (formerly Executive Order 134) and Executive Order 117 Instructions: Do not return with package 6. Vendor Certification and Disclosure of Political Contributions Public Law 2005, Chapter 51 (formerly Executive Order 134) and Executive Order 117 Application - Return with package 7. New Jersey Business Registration Certificate All New Jersey and out of State business organizations must obtain a Business Registration Certificate (BRC) from the Department of the Treasury, Division of Revenue, prior to conducting business with the State of New Jersey. Vendors can check the status of their BRC here. 8. Taxpayer Identification Request (W-9 Form) 9. Exhibit A Mandatory EEO Language for Goods, Professional Services & General Service Projects 10. EEO/AA Evidence Disclosure 11. Affirmative Action Mandatory Language Exhibit B (N.J.S.A et seq.) 12. Construction Contracts Language B 13. Minority, Female & Small Business Vendors 14. Affidavit of Outreach & Subcontractor Data Sheet 15. Public Works Certificate 16. New Jersey Policy Prohibiting Discrimination in the Workplace & Model Procedures for Internal Complaints Alleging Discrimination in the Workplace, and Acknowledgement of Receipt. Policy: Do not return with package Model Procedures: Do not return with package Acknowledgement of Receipt: Return with package OPTIONAL DOCUMENTS: New Jersey Small Business Set-Aside Program Application **All forms except these are available at Office of Contracts and Procurement website: Bid Forms and/or Links Office of Contracts & Procurement Home Page Home Page Page 21 of 27

Invitation for Bids. For. Solarwinds Software Modules IFB 15-86

Invitation for Bids. For. Solarwinds Software Modules IFB 15-86 Invitation for Bids For IFB 15-86 The Office of Contracting & Procurement 201 Mullica Hill Road Glassboro, NJ 08028 Linden Hall, Room 136 Phone: 856.256.4171 Email: bids@rowan.edu Table of Contents Administration

More information

Request for Proposals Strategic Business Development & Innovation Consultant (SBDIC) Rowan University RFP 15-76

Request for Proposals Strategic Business Development & Innovation Consultant (SBDIC) Rowan University RFP 15-76 Request for Proposals Strategic Business Development & Innovation Consultant (SBDIC) RFP 15-76 Office of Contracting & Procurement 201 Mullica Hill Road Glassboro, NJ 08028 Linden Hall, Room 136 Phone:

More information

Request for Proposals Financial Advisor Services for Public Private Partnerships for Rowan University RFP 14-54

Request for Proposals Financial Advisor Services for Public Private Partnerships for Rowan University RFP 14-54 Request for Proposals for RFP 14-54 Table of Contents Administration Information 2 Page Institution Contacts Schedule of RFP Events Scope of Services 3 Evaluation & Selection Criteria 12 Proposal Page

More information

Enterprise Software Asset Management Solution

Enterprise Software Asset Management Solution Request for Proposals IFB 15-30 Table of Contents Administration Information... 2 Page Contact Information Schedule of IFB Events Scope of Services... 3 Proposal Page.. 10 Contract Deliverables & Requirements.....

More information

Request for Proposal. Payer Contract Management Solution for. Rowan University RFP 15-110

Request for Proposal. Payer Contract Management Solution for. Rowan University RFP 15-110 Request for Proposal for RFP 15-110 The Office of Contracting & Procurement 201 Mullica Hill Road Glassboro, NJ 08028 Linden Hall, Room 136 Phone: 856.256.4171 Email: bids@rowan.edu Table of Contents Administration

More information

Request for Proposals For Water & Fire Damage Remediation Services For Rowan University RFP 15-07 Modified Page 2, 16 & 17

Request for Proposals For Water & Fire Damage Remediation Services For Rowan University RFP 15-07 Modified Page 2, 16 & 17 Request for Proposals For For Rowan University RFP 15-07 Modified Page 2, 16 & 17 Table of Contents Administration Information 2 Institution Contacts Schedule of RFP Events Project Overview 3 Services

More information

Request for Proposals Yearbook Printing Services for Rowan University RFP 15-22

Request for Proposals Yearbook Printing Services for Rowan University RFP 15-22 Request for Proposals for RFP 15-22 Table of Contents Page Administration Information 2 Contact Information Schedule of RFP Events Scope of Services 3 Evaluation & Selection Criteria 12 Proposal Pages

More information

REQUEST FOR PROPOSALS RESEARCH SURVEY SERVICES FOR ROWAN UNIVERSITY RFP 15-38

REQUEST FOR PROPOSALS RESEARCH SURVEY SERVICES FOR ROWAN UNIVERSITY RFP 15-38 REQUEST FOR PROPOSALS RESEARCH SURVEY SERVICES FOR ROWAN UNIVERSITY RFP 15-38 Table of Contents Page # Administration Information 2 Institution Contacts Schedule of RFP Events Project Overview 3 Scope

More information

Request for Proposal. Patient Population Management on Health Based Guidelines for. Rowan University. Rebid RFP 16-02

Request for Proposal. Patient Population Management on Health Based Guidelines for. Rowan University. Rebid RFP 16-02 Request for Proposal Patient Population Management on Health Based Guidelines for Rebid RFP 16-02 The Office of Contracting & Procurement 201 Mullica Hill Road Glassboro, NJ 08028 Linden Hall, Room 136

More information

How To Write An Rf1563

How To Write An Rf1563 Request for Proposals For Sign Language Interpreter & Closed Captioning Services For RFP 15-63 The Office of Contracting & Procurement 201 Mullica Hill Road Glassboro, NJ 08028 Linden Hall, Room 136 Phone:

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

Request for Proposals Laundry Services for Rowan University RFP 14-80

Request for Proposals Laundry Services for Rowan University RFP 14-80 Request for Proposals RFP 14-80 Table of Contents Page Administration Information 2 Contact Information Schedule of RFP Events Scope of Services 3 Evaluation & Selection Criteria 13 Proposal Pages 14 Contract

More information

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION

More information

INDEPENDENT CONTRACTOR SERVICES AGREEMENT

INDEPENDENT CONTRACTOR SERVICES AGREEMENT INDEPENDENT CONTRACTOR SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 2010, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal corporation, whose

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

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

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

More information

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

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

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

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

More information

CONSULTANT AGREEMENT

CONSULTANT AGREEMENT Douglas County School District Re.1 Castle Rock, Colorado CONSULTANT AGREEMENT This agreement, dated effective as of is made and entered into by and between the Douglas County School District Re.1, Douglas

More information

City of Kirkland, WA - Contract For Aircraft Industry

City of Kirkland, WA - Contract For Aircraft Industry City of Kirkland, WA REQUEST FOR QUOTATION LiDAR (Light Distance And Ranging) Data Acquisition Services Job #29-15-IT The City of Kirkland, Washington is soliciting price quotations from qualified and

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

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FOR. Attention:

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FOR. Attention: AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FOR NAME OF CONSULTANT: RESPONSIBLE PRINCIPAL OF CONSULTANT: CONSULTANT'S ADDRESS: Attention: CITY'S ADDRESS: City of Beverly Hills 455 N. Rexford Drive

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

AGREEMENT FOR PROFESSIONAL SERVICES

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

More information

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS NAME OF CONTRACTOR: RESPONSIBLE PRINCIPAL OF CONTRACTOR:, Vendor

More information

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

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

More information

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control City of Boulder, Colorado Request for Proposals RFQ #74-2012 The City of Boulder is soliciting Statements of Qualification and hourly billing rates from contractors with experience in General Scope of

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

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014

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

More information

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

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

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

More information

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

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

More information

To: From: Patricia Baskerville, PCS Email: Email: patricia.baskerville@jfs.ohio.gov Phone: (000) Date: June 12, 2015 Pages: 10

To: From: Patricia Baskerville, PCS Email: Email: patricia.baskerville@jfs.ohio.gov Phone: (000) Date: June 12, 2015 Pages: 10 Armond Budish Cuyahoga County Executive Cuyahoga County Division of Senior and Adult Services To: From: Patricia Baskerville, PCS Email: Email: patricia.baskerville@jfs.ohio.gov Phone: (000) Date: June

More information

How To Write A Contract Between College And Independent Contractor

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

More information

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

CARVER COUNTY INDEPENDENT CONTRACTOR/PROFESSIONAL SERVICE AGREEMENT

CARVER COUNTY INDEPENDENT CONTRACTOR/PROFESSIONAL SERVICE AGREEMENT CARVER COUNTY INDEPENDENT CONTRACTOR/PROFESSIONAL SERVICE AGREEMENT This Agreement is entered into by and between the County of Carver, 600 East 4 th Street, Chaska, Minnesota 55318, through (Division),

More information

CAP CONSULTING SERVICES AGREEMENT

CAP CONSULTING SERVICES AGREEMENT CAP CONSULTING SERVICES AGREEMENT This Agreement is made on this day of, by and between the College of American Pathologists, a not-for-profit Illinois corporation with offices at 325 Waukegan Road, Northfield,

More information

Town of West New York Hudson County, NJ Notice for R.F.P. (Request for Proposal) Animal Control Shelter Services (2 nd Occasion)

Town of West New York Hudson County, NJ Notice for R.F.P. (Request for Proposal) Animal Control Shelter Services (2 nd Occasion) Town of West New York Hudson County, NJ Notice for R.F.P. (Request for Proposal) Request for Proposals will be received by the Town Clerk of the Town of West New York, in the County of Hudson, New Jersey,

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

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

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

THE CITY OF KIRKLAND REQUEST FOR PROPOSALS (RFP) Fine Payment Processing by Credit Card Job No. 21-15-KMC

THE CITY OF KIRKLAND REQUEST FOR PROPOSALS (RFP) Fine Payment Processing by Credit Card Job No. 21-15-KMC THE CITY OF KIRKLAND REQUEST FOR PROPOSALS (RFP) Fine Payment Processing by Credit Card Job No. 21-15-KMC The City of Kirkland is soliciting proposals from vendors interested in processing credit card

More information

April 22, 2009 REQUEST FOR PROPOSALS (RFP)

April 22, 2009 REQUEST FOR PROPOSALS (RFP) April 22, 2009 REQUEST FOR PROPOSALS (RFP) The New Jersey Schools Development Authority (NJSDA) is seeking proposals to engage a contractor to provide HVAC preventative maintenance and repairs at NJSDA

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

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

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

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

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

More information

Request For 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

PURCHASE ORDER TERMS AND CONDITIONS

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

More information

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

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

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

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY MUNICIPAL SOLICITOR REQUEST FOR PROPOSAL

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY MUNICIPAL SOLICITOR REQUEST FOR PROPOSAL BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY MUNICIPAL SOLICITOR REQUEST FOR PROPOSAL Project Name: MUNICIPAL SOLICITOR Date Packet Available: June 12, 2009 RFP Due By: July 2, 2009, 3:00 P.M. RFP Submitted

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

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

STANDARD AGREEMENT FOR CONSULTANT SERVICES. THIS AGREEMENT, made and entered into in the City of Modesto, State of

STANDARD AGREEMENT FOR CONSULTANT SERVICES. THIS AGREEMENT, made and entered into in the City of Modesto, State of STANDARD AGREEMENT FOR CONSULTANT SERVICES THIS AGREEMENT, made and entered into in the City of Modesto, State of California, this day of, 20, ( Effective Date ) by and between the CITY OF MODESTO, a municipal

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ARTICLE 1 PROPOSAL REQUIREMENTS AND CONDITIONS 1.1 Contract Documents The documents that comprise the Contract Documents are set forth in the Agreement and the definition of "Contract

More information

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

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

More information

INDEPENDENT CONTRACTOR CONSULTING AGREEMENT INSTRUCTIONS, ROUTING AND APPROVAL COVER SHEET

INDEPENDENT CONTRACTOR CONSULTING AGREEMENT INSTRUCTIONS, ROUTING AND APPROVAL COVER SHEET INDEPENDENT CONTRACTOR CONSULTING AGREEMENT INSTRUCTIONS, ROUTING AND APPROVAL COVER SHEET I. The requesting department should complete the following Independent Contractor Consulting Agreement ( Agreement

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

How To Manage A Power Station

How To Manage A Power Station CARESERV TECHNOLOGIES, LLC SERVICE AGREEMENT COLOCATION SERVICES SCHEDULE Version 2014.1 (01.01.2014) This Schedule, together with any Order referencing this Schedule or pursuant to which the services

More information

AGREEMENT FOR INDEPENDENT CONTRACTOR SERVICES (NAME OF PROJECT) PROJECT # 101

AGREEMENT FOR INDEPENDENT CONTRACTOR SERVICES (NAME OF PROJECT) PROJECT # 101 AGREEMENT FOR INDEPENDENT CONTRACTOR SERVICES (NAME OF PROJECT) PROJECT # 101 THIS AGREEMENT FOR INDEPENDENT CONTRACTOR SERVICES is made this day of, 2013, and entered into by and between the City of Meridian,

More information

AGREEMENT FOR PROFESSIONAL SERVICES - ARCHITECTS

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

More information

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 #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT

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

More information

State of New Jersey New Jersey Public Broadcasting System New Jersey Network Standard Terms and Conditions

State of New Jersey New Jersey Public Broadcasting System New Jersey Network Standard Terms and Conditions 1. STANDARD TERMS AND CONDITIONS APPLICABLE TO THE CONTRACT: Unless the bidder is specifically instructed otherwise in the Request for Proposals (RFP), the following terms and conditions shall apply to

More information

INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES

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

More information

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. 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

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

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

More information

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

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

More information

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

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

AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401

AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401 AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401 The Arapahoe Library District (ALD) is seeking competitive proposals from qualified, reliable Vendors to hire a professional audio/visual company.

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

COMPLIANCE WITH LAWS, CODES, AND STANDARDS

COMPLIANCE WITH LAWS, CODES, AND STANDARDS All products furnished by Jinan Meide Casting Co. Ltd, shall be in accordance with the following terms and conditions unless otherwise agreed to in writing: ACCEPTANCE AND COMPLETE AGREEMENT Buyer s order

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

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

Insurance Market Solutions Group, LLC Sub-Producer Agreement

Insurance Market Solutions Group, LLC Sub-Producer Agreement Insurance Market Solutions Group, LLC Sub-Producer Agreement This Producer Agreement is made and entered into effective the day of, 20, by and between Insurance Market Solutions Group, LLC a Texas Company

More information

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000 INSURANCE REQUIREMENTS F CONSTRUCTION CONTRACTS ABOVE $30,000 Indemnity To the fullest extent allowed by law, the Contractor shall indemnify, defend, and hold harmless the County of Santa Clara (hereinafter

More information

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

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

More information

Department of Purchasing & Contract Compliance

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

More information

EXPERIENTIAL EDUCATION AGREEMENT BETWEEN THE ADMINISTRATORS OF THE TULANE EDUCATIONAL FUND, THROUGH ITS COMMUNITY FOR PUBLIC SERVICE AND

EXPERIENTIAL EDUCATION AGREEMENT BETWEEN THE ADMINISTRATORS OF THE TULANE EDUCATIONAL FUND, THROUGH ITS COMMUNITY FOR PUBLIC SERVICE AND EXPERIENTIAL EDUCATION AGREEMENT BETWEEN THE ADMINISTRATORS OF THE TULANE EDUCATIONAL FUND, THROUGH ITS COMMUNITY FOR PUBLIC SERVICE AND THIS EXPERIENTIAL EDUCATION AGREEMENT ( Agreement ) is made by and

More information

ARTICLE 11. INSURANCE AND BONDS

ARTICLE 11. INSURANCE AND BONDS Provide submittals to Architect / Engineer that are required by any governing body or other authorities. Upon receipt of the Contractor s list, the Architect will make an inspection to determine whether

More information

STANDARD FORM OF CONTRACT FOR DESIGN-BUILD CONSULTANT SERVICES

STANDARD FORM OF CONTRACT FOR DESIGN-BUILD CONSULTANT SERVICES STANDARD FORM OF CONTRACT FOR DESIGN-BUILD CONSULTANT SERVICES Document No 501 Second Edition, 2010 Design-Build Institute of America Washington, D.C. TABLE OF CONTENTS Article Name Page Article 1 Consultant

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

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement THIS INDEPENDENT CONTRACTOR SERVICES AGREEMENT (this Agreement ) is made this day of, 20 (the Effective Date ), regardless of the date of execution, by and between Sierra Field Services, Inc., a Nevada

More information

General Conditions for Professional Services

General Conditions for Professional Services General Conditions for Professional Services 1. LEGAL STATUS The Contractor shall be considered as having the legal status of an independent contractor vis-à-vis UNDP. The Contractor's personnel and sub-contractors

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

AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER (Small Projects-Construction Costs Generally Under $100,000)

AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER (Small Projects-Construction Costs Generally Under $100,000) AISD PROJECT NO. PROJECT TITLE AND ADDRESS: AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER (Small Projects-Construction Costs Generally Under $100,000) This Agreement ( Agreement ) is made as of the day

More information

Kirkland Tourism Program Request for Qualifications Marketing and Public Relations Consultant Job # 45-13-CMO

Kirkland Tourism Program Request for Qualifications Marketing and Public Relations Consultant Job # 45-13-CMO Kirkland Tourism Program Request for Qualifications Marketing and Public Relations Consultant Job # 45-13-CMO The City of Kirkland Tourism program seeks a marketing and public relations consultant to support

More information

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS Issued: TABLE OF CONTENTS 1. Introduction...3 1.1 Purpose...3 1.2 Background...3 1.3 Scope of Work...3 1.4 Current Infrastructure...3

More information

GDS Data Systems, Inc. Terms & Conditions for GDS Network Services (GDS Connect / GDS Insight / GDS Cloud)

GDS Data Systems, Inc. Terms & Conditions for GDS Network Services (GDS Connect / GDS Insight / GDS Cloud) GDS Data Systems, Inc. Terms & Conditions for GDS Network Services (GDS Connect / GDS Insight / GDS Cloud) This Agreement establishes the Terms and Conditions that shall govern the sale of Services or

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

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

INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000

INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000 Page 1 of 9 DOCUMENT 00850 INDEMNIFICATION AND INSURANCE REQUIREMENTS EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000 Indemnity The Contractor shall indemnify, defend, and hold

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

Document B105 TM. Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project

Document B105 TM. Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project Document B105 TM 2007 Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project AGREEMENT made as of the day of in the year (In words, indicate day, month and

More information

CONSULTING AGREEMENT between THE BOARD OF REGENTS OF THE UNIVERSITY SYSTEM OF GEORGIA BY AND ON BEHALF OF THE UNIVERSITY OF GEORGIA and

CONSULTING AGREEMENT between THE BOARD OF REGENTS OF THE UNIVERSITY SYSTEM OF GEORGIA BY AND ON BEHALF OF THE UNIVERSITY OF GEORGIA and Re: Check Request No. CONSULTING AGREEMENT between THE BOARD OF REGENTS OF THE UNIVERSITY SYSTEM OF GEORGIA BY AND ON BEHALF OF THE UNIVERSITY OF GEORGIA and THIS AGREEMENT made this day of 20, by and

More information