SMART. This proposal must be returned by: December 22, :00pm
|
|
- Blake Marshall Lewis
- 8 years ago
- Views:
Transcription
1 SMART SUBURBAN MOBILITY AUTHORITY FOR REGIONAL TRANSPORTATION REQUEST FOR QUOTES This is NOT an order. Please submit a quote of your net price for services described herein for SMART transportation. The right to accept or reject any or all quotes or portion thereof or to waive any minor irregularities is reserved by SMART. This proposal shall be signed and returned by the time and date noted. The undersigned hereby offers to furnish to SMART all services at the prices quoted herein, in conformance with all of SMART s specifications and requirements. If accepted, a Purchase Order will be sent to you. DATE: December 12, 2011 Control # To: All Vendors TERRENCE G. MARKS SENIOR PURCHASING AGENT SMART PROCUREMENT EAST 15 MILE ROAD CLINTON TOWNSHIP, MI TMARKS@SMARTBUS.ORG (Office): (Fax): This proposal must be returned by: December 22, :00pm Return by fax or to: Service is to be provided for the monitoring of radio and television news related to SMART, DDOT, regional transit and transportation issues in Michigan. A firm fixed price contract for three years with two one-year options, at SMART s sole discretion. This award will be in accordance with meeting all the listed specifications. No deviations will be accepted. All costs shall be included Date Terms: Delivery Price firm for FOB: DESTINATION Company Name: Street address: City, State, Zip Signature: Title: Print Name: Phone: Fax:
2 Section: 1 Scope The Suburban Mobility Authority for Regional Transportation (SMART) the public transportation authority, servicing suburban metropolitan Detroit is soliciting quotes for the purchase of media monitoring services. Services are to be provided for monitoring radio and television news related to SMART, DDOT, regional transit and transportation issues in Michigan. SMART is seeking to award a three-year firm-fixed price contract with two oneyear options, at SMART s sole discretion. SMART reserves the right to make an award for a one (1), two (2), or three (3) year period with or without renewal options. Section: 2 Specifications 1. The vendor selected will provide via a daily activity report of news coverage, or a notice of no new activity, preferably before noon (Eastern Time), in text format with links provided to news source. 2. Pricing should allow for a cap of 20 hits per month (activity reports include one hit, per outlet, per day, per story), with additional hits available upon request. 3. Monitoring should be adjusted for individual stories that include multiple hits per day by outlet. 4. Profile or key words may be changed at any time and implemented with the next day s report. 5. Auxiliary digital components should be available upon request, with a fee schedule for individual items. A rate card should be provided for services available for Web Delivery, DVD S, CD S, digital audio, television and radio transcripts. Search criteria are as follows: Michigan Markets: Detroit Lansing Grand Rapids Detroit Radio Additional services to be priced separately: 6. Internet and Web Print - detailed reports on coverage from websites and Internet editions of print publications. Results include headline, text and links to the original web page. Available on an ad hoc or continual basis 7. Social Media Monitoring - monitoring of blogs and social media. Have access to Internet blogs and site archive. Would like ability to search and track by brand, product or by any keyword or string of keywords. Available on an ad hoc or continual basis. Section: 3 Price Prices are firm from the date the Contract becomes effective. All vendors must quote firmfixed price for one, two, or three years of a possible three-year, plus two option year contract. All prices must be stated; no hidden fees will be accepted. SMART, as a governmental agency, is exempt from State and Municipal taxes, as provided in Paragraph 22, PA 204, Public Acts of 1967 as amended. 2
3 Section: 4 Pricing Table Complete pricing table for all services stated in (Section# 1) and all specifications listed in (Section# 2). Description Monthly Price Year Price Year 1 Media Monitoring Service $ - Year 2 - Media Monitoring Service $ - Year 3 - Media Monitoring Service $ - Three Year Total $ - Year 4 - Media Monitoring Service (Option Year 1) Year 5 - Media Monitoring Service (Option Year 2) $ - $ - Five Year Total $ - Section: 5 Acceptance / Evaluation SMART reserves the right to accept any quote, to reject any quote, to reject conditional quotes or those, which take exception to the specifications, to waive irregularities in any quote and to make an award in any manner deemed in the best interest of SMART. The award will be based upon the low responsive responsible vendor. Price will be given the greatest weight in evaluating the proposal. The low bid will be calculated by the following examples, using prices in Contract Years one to three, which will be multiplied and summed. Previous experience and performance may be a factor in determining responsibility. Section: 6 - Assignment And Subcontracting Neither party will assign or subcontract its rights nor obligations under the Contract without prior written permission of the other party, and no such assignment or subcontract will be effective until approved in writing by the other party. Section: 7 Terms and Conditions All vendors submitting quotes are subject to SMART S Terms and Conditions (Attachment 1). SMART s Terms and Conditions supersede vendor s conditions. Section: 8 Indemnify and Save Harmless The Contractor shall, to the extent permitted by law protect, indemnify and hold SMART, its Board of Directors, officers, employees and agents, and consultants, harmless from any and all liabilities, damages, claims, demands, liens, encumbrances, judgments, awards, losses, 3
4 costs, expenses, and suits, actions or proceedings, including expenses, costs, and attorneys fees, in the defense, settlement or satisfaction thereof for any injury, death, loss or damage to persons or property of any kind whatsoever arising out of or resulting from the negligent acts, errors, or omissions of the Contractor, including its officers, employees, servants, agents, subcontractors and suppliers. At SMART s sole discretion, the Contractor shall undertake at its own expense the defense of any such suit, action, or proceeding. The Contractor shall promptly notify SMART of the notice or assertion of any such suit, action, or proceeding. SMART will endeavor to furnish all reasonable assistance necessary for defending any such suit, action, or proceeding, and shall be repaid all reasonable costs incurred in doing so. SMART maintains the right to select and pay for its own counsel. Section: 9 Equal Employment Opportunity (EEO) Compliance EEO requirements apply. Quotes submitted without this certification will be considered non-responsive. Include a copy of the completed forms with the quote. If you intend to submit this solicitation, please complete the forms in (Attachment 2) and return the completed forms by US Mail, fax or to: SMART Human Resources-Contract Compliance Michael Wavra Buhl Building 535 Griswold Suite 600 Detroit, MI Fax: MWavra@smartbus.org Section: 10 Certifications All vendors submitting quotes are subject to certification and must complete the attached certification forms. A. Debarment B. Conflict of Interest C. Addenda Section: 11 Termination A. Termination for Convenience of the Authority The Authority, by written notice, may terminate this Contract, in whole or in part without cause for the convenience of the Authority. The Authority shall provide the Vendor with written notice of such termination at least fifteen (15) days before the effective date of such termination. If the Contract is terminated by the Authority, as provided herein, the Vendor will be paid on a pro rata basis, an amount equal to the cost of professional rates, less payments of compensation previously made. If this Contract is terminated due to the fault of the Vendor, Article 2.47B shall apply. 4
5 B. Termination for Cause If the Vendor shall fail to perform in a timely and proper manner any obligation under this Contract, or if the Vendor shall violate any of the covenants, agreements, or stipulations of this Contract, the Authority shall thereupon have the right to terminate this Contract by written notice to the Vendor specifying the effective date thereof. Termination in accordance with the above shall not relieve the Vendor of any liability to the Authority for damages sustained as a result of any breach of Contract or defaults by the Vendor. Upon the default of the Vendor and the termination of this Contract, the Authority may withhold any payments due the Vendor and apply the same as set off against damages sustained by the Authority as a result of the Vendor's default. Section: 12 Offer The vendor hereby offers to furnish to SMART all materials/services at the prices quoted herein, in conformance with all of SMART s stated requirements. All information on first page must be completely filled in. Print Name Authorized signature Date Signing and submitting this offer incorporates all pages 1-9, including Sections 1-13 and all attachments. If accepted, a Purchase Order will be sent to you. Section: 13 Procurement Contract Any questions regarding the solicitation process should be directed to SMART s contact: Terrence Marks Senior Purchasing Agent SUBURBAN MOBILITY AUTHORITY FOR REGIONAL TRANSPORTATION SMART PROCUREMENT East 15 Mile Road, Clinton Township, MI Office: (248) Fax: (248) Inter-office tmarks@smartbus.org Attachments: Quotes must be received by December 22, :00 pm 1. SMART Terms & Conditions EEO Compliance (Forms) Certifications: A. Debarment Form B. Conflict of Interest C. Addenda 5
6 VENDOR'S CERTIFICATION All information requested in this section must be provided and notarized if required. The following certification statements are required by the Federal Transit Authority (FTA) and must be included with your quote. 6
7 DEBARMENT Certification of Primary Participation Regarding Debarment, Suspension and Other Responsibility Matters The Primary Participant (applicant for a FTA grant, or potential contractor for a major third party contract), certifies to the best of its knowledge and belief that it and its principals: 1. Are not presently debarred, suspended, proposed for debarment declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; 2. Have not within a three year period preceding this bid been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state or local) transaction or contract under a public transaction, violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; 3. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state or local) with commission of any of the offenses enumerated in Paragraph two (2) of this certification; and 4. Have not within a three-year period preceding this bid had one or more public transactions (federal, state or local) terminated for cause or default. If the Primary Participant (applicant for a FTA grant or potential third party contractor) is unable to certify to any of the statements in this certification, the participant shall attach an explanation to this certification. THE PRIMARY PARTICIPANT (APPLICANT FOR A FTA GRANT OR POTENTIAL CONTRACTOR FOR A MAJOR THIRD PARTY CONTRACT), (Name) - CERTIFIES OR AFFIRMS THE TRUTHFULNESS AND ACCURACY OF THE CONTENTS OF THE STATEMENTS SUBMITTED ON OR WITH THIS CERTIFICATION AND UNDERSTANDS THAT THE PROVISIONS OF 31 USC, SECTIONS 3801 ET SEQ. ARE APPLICABLE HERETO. Said certificate and any explanations if applicable must be included in bid. Representative's Name (Print) Authorized Representative's Signature Date 7
8 CONFLICT OF INTEREST Conflict of Interest Certification No employee, officer, or member of the Board of Directors of SMART shall solicit or be a party, directly or indirectly, to any contract between him/herself or any firm of which he/she is a partner, member, or employee. Kinship shall extend to all parents, children, grandparents, grandchildren, uncles, aunts, first cousins, nephews, or nieces whether related by marriage or blood. The Proposer shall indicate below the names and kinship between the officers and/or principal beneficiaries of the firm bidding on this solicitation and any SMART employee, officer or board member who may exercise any discretion over the letting, evaluating, awarding or administering of this solicitation and resulting contract: PLEASE INDICATE ANY RELATIONSHIPS BELOW. IF NONE, SO STATE. Said certification must be included in your bid. NAME KINSHIP Vendor Name (Print) Representative's Name (Print) Authorized Representative's Signature Date 8
9 ACKNOWLEDGMENT ADDENDUM Addenda Section A. Failure to acknowledge receipt of all addenda may cause the bid to be considered non-responsive to the solicitation. Acknowledged receipt of each addendum must be clearly established and included with the quote. ADDENDUM NUMBER DATE B. The undersigned acknowledges receipt of the following addenda to the Request for Quote. Vendor Name (Print) Representative's Name (Print) Phone Number Fax Number Cell Number Street Address City State Zip Authorized Representative's Signature Date All addenda published as a result of this bid shall be placed in this section and shall become a part of the Terms and Conditions of this document. 9
Event Details. Please note that Specifications for Genetec Software Support can be located in the Bid Documents attachment.
Event Details RFB-Q151071A Buy RFx 1 Event Description Provide as specified. Please visit the Port Authority's website (www.portauthority.org), click on the ebusiness tab (located in the upper right hand
More informationAGREEMENT FOR CONSULTING SERVICES (Sponsored Research) Consulting Agreement Number CA###-####-#### IIT PURCHASE ORDER NO. **
AGREEMENT FOR CONSULTING SERVICES () Consulting Agreement Number CA###-####-#### IIT PURCHASE ORDER NO. ** THIS AGREEMENT is made and entered into as of this day of, 20 (the Effective Date ) by and between
More informationPROFESSIONAL SERVICES AGREEMENT
PROFESSIONAL SERVICES AGREEMENT This Agreement is made and entered into by and between EMMA PENDLETON BRADLEY HOSPITAL, a not-for-profit corporation, organized and existing under the laws of the State
More informationMINNESOTA 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 informationCERTIFICATIONS REGARDING LOBBYING; DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS AND DRUG-FREE WORKPLACE REQUIREMENTS
U.S. DEPARTMENT OF JUSTICE OFFICE OF JUSTICE PROGRAMS OFFICE OF THE COMPTROLLER CERTIFICATIONS REGARDING LOBBYING; DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS AND DRUG-FREE WORKPLACE REQUIREMENTS
More informationRequest for Proposal (RFP) for Contract Management
Request for Proposal (RFP) for Contract Management The City of Belton seeks a qualified management consulting firm to assist in the administration of the HOME Program to be awarded through the Texas Department
More informationMARYLAND 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 informationIOWA LOTTERY AUTHORITY BID 16-03 Security Assessment Services
IOWA LOTTERY AUTHORITY BID 16-03 Security Assessment Services SECTION 1. OVERVIEW AND BID PROCEDURES. 1.0 Introduction and Background. The purpose of this Request for Bid is to solicit proposals from qualified
More informationSTATE OF MAINE REQUEST FOR PROPOSALS AMENDMENT
STATE OF MAINE REQUEST FOR PROPOSALS AMENDMENT 201405744 - Off-Site Electronic Media Storage and Transport RFP NUMBER AND TITLE: Services RFP AMENDMENT NUMBER: #1 Amendments and Submitted Questions & Answers
More informationREQUEST FOR PROPOSAL FOR CISCO VOIP TECHNICAL SUPPORT
Douglas County School District Learn today. Lead tomorrow. Purchasing and Contracting REQUEST FOR PROPOSAL FOR Date of Issue: May 2, 2014 Proposal Closing Date: May 22, 2014, at 2:00 p.m. Proposal to be
More informationFLORIDA ATLANTIC UNIVERSITY COST-REIMBURSABLE SUBAWARD AGREEMENT #
FLORIDA ATLANTIC UNIVERSITY COST-REIMBURSABLE SUBAWARD AGREEMENT # This Cost Reimbursable Subaward Agreement is entered into in order to specify the terms and conditions under which Florida Atlantic University,
More informationBID BOND 9/7/12 BS - 1. KNOW ALL MEN BY THESE PRESENTS, that I/We. as Principal, hereinafter called Contractor, and
KNOW ALL MEN BY THESE PRESENTS, that I/We as Principal, hereinafter called Contractor, and BID BOND a corporation duly organized or authorized to do business under the laws of the State of Nevada and the
More informationSupplier Representations and Certifications
Instructions: Please fill out the form in its entirety and return to W.W. Williams. A copy of your certificate of insurance should be sent to jgibson@wwwilliams.com. Supplier Representations and Certifications
More informationDuluth Transit Authority
REQUEST for BIDS FOR ASSISTANCE CALLS SERVICES, ALARM MONITORING SERVICES January 6, 2016 2402 W. Michigan St Duluth, MN 55806 (218) 623-4316 fax: (218) 722-4428 email: nbrown@duluthtransit.com Bid # 041-16-0304.1
More informationRequest for Qualifications. For Mobile Technology to enable. Job Placement and Retention Services. Due April 20, 2015
Request for Qualifications For Mobile Technology to enable Job Placement and Retention Services Due April 20, 2015 Request for Qualifications for Mobile Technology to enable Job Placement and Retention
More informationSMART SUBURBAN MOBILITY AUTHORITY FOR REGIONAL TRANSPORTATION REQUEST FOR QUOTES QUANTITY UNIT DESCRIPTION UNIT EXTENSION PRICE
SMART SUBURBAN MOBILITY AUTHORITY FOR REGIONAL TRANSPORTATION REQUEST FOR QUOTES This is NOT an order. Please submit a quotation ON THIS FORM of your net price for materials and/or services described herein
More informationNAME AND LOCATION OF BUSINESS ORGANIZATION (PLACE OF PERFORMANCE)
ANL-70A (November 30, 2015) REPRESENTATIONS AND CERTIFICATIONS THE OFFEROR/BIDDER REPRESENTS AND CERTIFIES THAT: (check or complete all applicable sections) 1.A. NAME AND LOCATION OF BUSINESS ORGANIZATION
More informationREQUEST 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 informationDOCUMENT 00400 BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO
Date of Bid: DOCUMENT 00400 BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO In response to the Advertisement for Bids for the following public work: PIER 26 SOUTH BULKHEAD
More informationLAWRENCE-DOUGLAS COUNTY HOUSING AUTHORITY. REQUEST FOR QUALIFICATIONS For a PRIVATE DEVELOPMENT PARTNER
LAWRENCE-DOUGLAS COUNTY HOUSING AUTHORITY REQUEST FOR QUALIFICATIONS For a PRIVATE DEVELOPMENT PARTNER To develop mixed income affordable residential dwelling units 1.0 INTRODUCTION The Lawrence-Douglas
More informationREQUEST FOR QUOTES FOR. On-Call Plumbing Contractor
Department of Public Services REQUEST FOR QUOTES FOR On-Call Plumbing Contractor November 2013 One Detjen Drive Crestwood, Missouri 63126 314-729-4720 Fax 314-729-4729 http://www.ci.crestwood.mo.us 1 Request
More informationDepartment 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 informationCITY OF KYLE, TEXAS REQUEST FOR QUALIFICATIONS (RFQ) RFQ NO. 2012-01-PM FINANCIAL ADVISORY SERVICES DUE DATE: AUGUST 27, 2012 AT 10:00 A.M.
CITY OF KYLE, TEXAS REQUEST FOR QUALIFICATIONS (RFQ) RFQ NO. 2012-01-PM FINANCIAL ADVISORY SERVICES DUE DATE: AUGUST 27, 2012 AT 10:00 A.M. (CST) ISSUED BY: City of Kyle, Texas Financial Services Department
More informationRICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081
RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081 REQUEST FOR PROPOSAL FOR GENERAL LIABILITY, SCHOOL LEADERS ERRORS & OMISSIONS, AND AUTO LIABILITY INSURANCE RFP #1281
More informationINDEPENDENT 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 informationLEARNING 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 informationCOUNTY 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 informationTRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES
TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES The Trustees of the Governor William Stoughton Trust (hereinafter the Trustees ) issue this
More informationAIA Document A312 - Electronic Format. Performance Bond
AIA Document A312 - Electronic Format Performance Bond THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. AUTHENTICATION
More informationREQUEST 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 informationATTACHMENT A SUPPLIER CERTIFICATIONS PACKAGE
Page 1of 12 SUPPLIER RFQ# P/N# ATTACHMENT A SUPPLIER CERTIFICATIONS PACKAGE FORM $25,000 $100,000 $650,000 1. Cost Accounting Standards and Notices X 2. Certification Regarding Responsibility Matters X
More informationRequest 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 informationMemorandum 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 informationCOUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2012 - Edition 1
CAO Contract Log # COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2012 - Edition 1 THIS CONTRACT is made and entered into this 16 th day of April, 2013, by and between the COUNTY OF MARIN, hereinafter
More informationINVITATION 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 informationMIT LINCOLN LABORATORY REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL (JUNE 2014)
The MIT Lincoln Laboratory preferred method of verifying annual representations and certifications is through an on-line U.S. government website, which is available at https://ww.sam.gov We request that
More informationDepartment 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 informationRetaining 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 informationEvent Details. READ THE ENTIRE BID, including the Event Details, Specifications, and Terms and Conditions and any other attachm
Event Details 31701-0000009160 Sell RFx 1 Event Description This event is to bid for a multi-year contract for for Finance and Administration, Office for Information Resources (OIR). OIR Contact: Mark
More informationCITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT AND AFFIDAVIT. A. Legal name of the Disclosing Party submitting this EDS. Include d/b/a/ if applicable:
SECTION I -- GENERAL INFORMATION CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT AND AFFIDAVIT A. Legal name of the Disclosing Party submitting this EDS. Include d/b/a/ if applicable: Check ONE of the following
More informationPROVIDER APPLICATION
COMMUNITY MENTAL HEALTH AFFILIATION OF MID-MICHIGAN PROVIDER APPLICATION Thank you for your interest in becoming a provider of the Community Mental Health Affiliation of Mid-Michigan (CMHAMM) provider
More informationAGREEMENT 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 informationSARPY 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 informationSTATE 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 informationCeres 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 informationPROJECT NO. 2733, RFP NO. 14-15/02. Peralta Community College District. 333 East 8th Street, Oakland, CA 94606. Questions
PROJECT NO. 2733, RFP NO. 14-15/02 Peralta Community College District 333 East 8th Street, Oakland, CA 94606 August 7, 2014 ADDENDUM No. 1 This addendum supersedes items of the original contract documents
More informationInsurance 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 informationCONSULTANT 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 informationINDEPENDENT CONTRACTOR AGREEMENT. Currituck (hereinafter County ) and, RECITALS
INDEPENDENT CONTRACTOR AGREEMENT THIS AGREEMENT is made the day December, 2015, between the County of Currituck (hereinafter County ) and, (hereinafter Contractor ). RECITALS County is a body corporate
More informationREPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC
SRR-PPS-2009-00012 REV. 0 REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC SECTION A, APPLICABLE TO ALL OFFERS...2 1. Certification and Agreement...2 2. Authorized Negotiators...2 3. Type
More informationWebb 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 informationREQUEST FOR PROPOSALS FOR PROFESSIONAL SERVICES. TO PROVIDE Internet Service Provider. Office of Management and Budget Government Support Services
REQUEST FOR PROPOSALS FOR PROFESSIONAL SERVICES TO PROVIDE Internet Service Provider ISSUED BY Office of Management and Budget Government Support Services CONTRACT NUMBER GSS13442-INTERNET CONTACT TITLE:
More informationMAJOR EQUIPMENT PURCHASE CONTRACT
MAJOR EQUIPMENT PURCHASE CONTRACT CONSUMERS ENERGY COMPANY ONE ENERGY PLAZA JACKSON, MI 49201 ( Buyer ) ( Seller ) Date:, 20 Subject to the provisions of this Major Equipment Purchase Contract ( Contract
More informationLIVINGSTON COUNTY MICHIGAN
LIVINGSTON COUNTY MICHIGAN REQUEST FOR PROPOSALS - RFP-LC-14-19 TRANSCRIPTION SERVICES INTRODUCTION Livingston County is soliciting proposals from interested, qualified and experienced vendors for TRANSCRIPTION
More informationPROFESSIONAL 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 information388 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 informationAIA Document A310 TM 2010
AIA Document A310 TM 2010 Bid Bond CONTRACTOR: OWNER: «Lane County» «125 East Eighth Avenue BOND AMOUNT: $ PROJECT: (Name, location or address, and Project number, if any) «Lane County Adult Corrections
More informationSTANDARD 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 informationAGREEMENT 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 informationINSURANCE REQUIREMENTS FOR VENDORS
INSURANCE REQUIREMENTS FOR VENDORS The Contractor/Vendor shall purchase and maintain for the duration of the contract/work insurance against claims for injuries to persons or damages to property which
More informationSole Ownership Partnership Corporation Part A. General Information
Mail to: Capital Software 1331 East Grand River, Suite 203 Insurance Agent MVR Agreement East Lansing, MI 48823 Toll Free: (800) 832-4457 Fax: (517) 324-3468 Sole Ownership Partnership Corporation Part
More informationStandard conditions of purchase
Standard conditions of purchase 1 OFFER AND ACCEPTANCE 2 PROPERTY, RISK & DELIVERY 3 PRICES & RATES The Supplier shall provide all Goods and Services in accordance with the terms and conditions set out
More informationCherokee Nation www.cherokee.org
Cherokee Nation www.cherokee.org REQUEST FOR PROPOSAL (RFP) Courier Services - Pharmaceuticals Acquisition Management On Behalf Of Health Services Michelle Spears Acquisition Management michelle-spears@cherokee.org
More informationAttachment 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 informationDepartment 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 informationKentucky Department of Education Version of Document A312 2010
Kentucky Department of Education Version of Document A312 2010 Performance Bond CONTRACTOR: (Name, legal status and address) SURETY: (Name, legal status and principal place of business) OWNER: (Name, legal
More informationCITY OF SHERWOOD Independent Contractor Agreement (for Personal Services or for Public Works under $25,000)
CITY OF SHERWOOD Independent Contractor Agreement (for Personal Services or for Public Works under $25,000) Dated: Parties: City of Sherwood ( CITY ) 20 NW Washington Street Sherwood, Oregon 97140 And
More informationCity 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 informationWhite Mountain Apache Housing Authority REQUEST FOR PROPOSAL For INFORMATION TECHNOLOGY SERVICES
White Mountain Apache Housing Authority REQUEST FOR PROPOSAL For INFORMATION TECHNOLOGY SERVICES The White Mountain Apache Housing Authority (WMAHA) is seeking to enter into a Contract for Information
More informationREQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT
REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT PREPARED BY: EXETER FIRE DEPARTMENT 20 COURT STREET EXETER NH 03833 TABLE OF CONTENTS PAGE INVITATION
More informationAGREEMENT 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 informationThe 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 informationSURETY. and Title: (Any additional signatures appear on the last page of this Performance Bond.)
Performance Bond Document A312 2010 CONTRACTOR: (Name, legal status and address) SURETY: (Name, legal status and principal place of business) OWNER: (Name, legal status and address) CONSTRUCTION CONTRACT
More informationTAFT 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 informationNorthern New Mexico College HUMAN RESOURCES POLICY
Northern New Mexico College HUMAN RESOURCES POLICY Subject: Substance Abuse File Reference: 3.3 Date Approved By Board of Regents: Replaces Policy Approved On: Purpose: September 21, 1990 Policy: Procedures:
More informationAIA Document A312 TM 1984
Performance Bond AIA Document A312 TM 1984 CONTRACTOR (Name and Address): H. B. Barnard, General Corporation 53 West Jackson Boulevard Suite 235 OWNER (Name and Address): The Chicago Society of Alpha Delta
More informationAGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD
AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD JANUARY 1, 2014 TO DECEMBER 31, 2015 AGREEMENT THIS AGREEMENT, is made and entered into
More informationRFP STAFF LEASING SERVICES 1/1/15 6/30/16
RFP STAFF LEASING SERVICES 1/1/15 6/30/16 Ana-Maria Hurtado Commissioner TOWN OF HEMPSTEAD DEPARTMENT OF OCCUPATIONAL RESOURCES 50 CLINTON STREET, SUITE 400 HEMPSTEAD, NEW YORK 11550 CONTENT PUBLIC NOTICE...PAGE
More informationPRODUCER AGREEMENT. Hereinafter ("Producer"), in consideration of the mutual covenants and agreements herein contained, agree as follows:
PRODUCER AGREEMENT Hereinafter First Choice Insurance Intermediaries, Inc "FCII", a Florida company, having an office at 814 A1A North, Suite 206, Ponte Vedra Beach, FL 32082 and " Producer" having an
More informationEvent Details. PeopleSoft Strategic Sourcing Event ID Format Type Page 34101-0000009418 Sell RFx 1
Event Details 34101-0000009418 Sell RFx 1 Event Description This event is to bid for a one-time purchase for the Connection of a waterline from Cedar Grove Utility to Depar Military, Milan Army Ammunition
More informationCITY OF PORTSMOUTH PORTSMOUTH, NH Purchasing Department. Annual Fuel Bid - #01-14 INVITATION TO BID
PORTSMOUTH, NH Purchasing Department Annual Fuel Bid - #01-14 INVITATION TO BID Sealed bid proposals, plainly marked with the Annual Fuel Bid, Bid #01-14 on the outside of the mailing envelope and the
More informationHACKENSACK UNIVERSITY MEDICAL CENTER Research Department Policies and Procedures Manual
Policy Name: Research Grant Submissions Process HACKENSACK UNIVERSITY MEDICAL CENTER Research Department Policies and Procedures Manual Policy #: SPO_003 Effective Date: 01/01/2009 Page 1 of 9 GENERAL
More informationMASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES
MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES THIS AGREEMENT is made and entered into this day of, 2007, by and between the University of Washington ( Owner ) and, ( Project
More informationSealed bids will be received by the City of Dearborn, at the Office of the Purchasing
CITY OF DEARBORN ADVERTISEMENT FOR NATURAL GAS PROVIDER TO THE CITY OF DEARBORN, MICHIGAN Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing Agent, 2951 Greenfield, Dearborn,
More informationBID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM
BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 May 5, 2014 NOTICE TO BIDDERS LAUNDERING, PRESSING & DRY CLEANING
More informationDepartment 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 informationSERVICES AGREEMENT. 2. Term. This Agreement will commence and expire. Medical Center Representative: Name and Title
This Services Agreement ( Agreement ) dated is made by and between [INSERT CONTRACTOR S NAME AND ADDRESS] (hereinafter called "Contractor"), and UMass Memorial Medical Center, Inc., Worcester, MA (hereinafter
More informationAT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave.
Date: 03/07/2014 RFP # 2014-6 Request for Proposal for: Paper Shredding / Document Destruction Services AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott
More information#5 Independent Contractor Form - With Insurance With Bonds
#5 Independent Contractor Form - With Insurance With Bonds Proposed use: Contracts for smaller projects not involving street construction but important enough to require performance and require an avenue
More informationPurchase Order Addendum
[STANDARD TERMS AND CONDITIONS] Purchase Order Addendum This purchase order addendum sets forth the terms and conditions under which an offer is issued to the Seller by the Board of Regents of the University
More informationNOTICE TO ARCHITECTS
Contract Services/Rm. A-10 1140 W. Mission Rd. San Marcos, CA 92069-1487 Phone: (760) 744-1150 x2697 FAX: (760) 761-3548 REQUEST FOR QUALIFICATIONS RFQ #: 200-16 DISTRICT MASTER ARCHITECT NOTICE TO ARCHITECTS
More informationREQUEST FOR PROPOSALS RESIDENTIAL HOME WARRANTY PROGRAM FOR THE CITY OF PENSACOLA, FLORIDA. RFP No. 12-031
REQUEST FOR PROPOSALS RESIDENTIAL HOME WARRANTY PROGRAM FOR THE CITY OF PENSACOLA, FLORIDA RFP No. 12-031 The City of Pensacola, Florida, is requesting proposals from companies that provide a home warranty
More information** Please e-mail your quote response to: bid_responses@ncsu.edu
NORTH CAROLINA STATE UNIVERSITY Purchasing Department Campus Box 7212 Admin. I, 2721 Sullivan Drive, Suite 1100 Raleigh, NC 27695-7212 Phone (919) 515-2171 FAX (919) 515-3511 Date: 10/5/2015 VENDOR NAME
More informationGreater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402
Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 August 4, 2014 TO: Prospective Quoters RE: Request for Quotation (RFQ) 14-21 Internet Service Provider The Greater Dayton Regional
More informationFour County Transit Server Voice Broadcast Bid Request
Four County Transit Server Voice Broadcast Bid Request AASC/Four County Transit is accepting bids for voice broadcast auto dialer software. Price should include all shipping and handling charges, as applicable.
More informationATTACHMENT B GENERAL TERMS AND CONDITIONS FOR NEIGHBORHOOD STABILIZATION PROGRAM CONSTRUCTION PROJECTS
ATTACHMENT B GENERAL TERMS AND CONDITIONS FOR NEIGHBORHOOD STABILIZATION PROGRAM CONSTRUCTION PROJECTS The work to be performed under this bid/contract is financed by a Federal grant and the following
More informationA. For the consideration agreed below to be paid to Contractor by City, Contractor shall provide
STATE OF TEXAS CONTRACT FOR SERVICES COUNTY OF DALLAS THIS CONTRACT is made and entered into by and between the CITY OF DALLAS, a Texas municipal corporation, located in Dallas County, Texas (hereinafter
More informationREQUEST FOR QUOTES (RFQ)
REQUEST FOR QUOTES (RFQ) Lincoln County Public Works is requesting quotes (RFQ) through its Small Works Roster Process. Quotes are being requested for a project to replace the roof on the Crew Headquarters/Truck
More informationRequest for Quotation
City of Richmond Business and Financial Services Department Request for Quotation Supply and Delivery of NETWORK SWITCHES Bidders are requested to respond to this Quotation call as instructed subject to
More informationDocument A312 TM SURETY. (Name, legal status and principal place of business)
Payment Bond Document A312 TM 2010 CONTRACTOR: (Name, legal status and address) OWNER: (Name, legal status and address) CONSTRUCTION CONTRACT Date: Amount: $ Description: (Name and location) Uninterruptible
More information