Department of Purchasing & Contract Compliance
|
|
|
- Violet Weaver
- 10 years ago
- Views:
Transcription
1 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 Technology DUE DATE: 10/5/2015 WILL BE RECEIVED UNTIL: 2:00 P.M. LAST DAY FOR QUESTIONS: 10/2/2015 BIDDERS MAY SUBMIT REQUESTS FOR CLARIFICATION OR QUESTIONS REGARDING THIS E-QUOTE TO THE PURCHASING CONTACT PERON LISTED BELOW. ANY REQUEST SHALL ONLY BE SUBMITTED IN WRITING (FAX OR ). ALL RESPONSES TO WRITTEN REQUEST(S) WILL BE DISTRIBUTED AS ADDENDA TO THIS E-QUOTE AND POSTED ON THE FULTON COUNTY WEBSITE AT THE COUNTY WILL NOT RESPOND TO REQUESTS RECEIVED AFTER 10/5/2015 AT 2:00 P.M. E-QUOTE RESPONSES MUST BE SUBMITTED ONLINE AT BY THE DATE AND TIME INDICATED. You must be a registered vendor in order to respond to E-QUOTES. ANY QUESTIONS REGARDING PURCHASING PROCEDURES OR THE SPECIFICATIONS SHOULD BE ADDRESSED ONLY TO THE PURCHASING CONTACT PERSON LISTED BELOW VIA ONLY. NO PHONE CALLS WILL BE ACCEPTED. BIDDERS MAY NOT HAVE CONTACT WITH COUNTY OFFICERS, ELECTED OFFICIALS OR COUNTY EMPLOYEES REGARDING THIS BID PRIOR TO AWARD OF PURCHASE ORDER. VIOLATION OF THIS INSTRUCTION WILL RESULT IN YOUR BID BEING FOUND NON-RESPONSIVE. EFFECTIVE JULY 1, 2013, STATE LAW REQUIRES THAT ALL CONTRACTS FOR THE PHYSICAL PERFORMANCE OF SERVICES FOR ALL LABOR OR SERVICE CONTRACT(S) THAT EXCEED $2, (EXCEPT FOR SERVICES PERFORMED BY AN INDIVIDUAL WHO IS LICENSED PURSUANT TO TITLE 26, TITLE 43, OR THE STATE BAR OF GEORGIA) MUST COMPLY WITH THE ILLEGALL IMMIGRATION REFORM AND ENFORCEMENT ACT. THE COUNTY CANNOT ENTER INTO A CONTRACT FOR THE PHYSICAL PERFORMANCE OF SERVICES THAT EXCEEDS $2,499.99, UNLESS THE CONTRACTOR HAS REGISTERED WITH, IS AUTHORIZED TO USE AND USES THE FEDERAL WORK AUTHORIZATION PROGRAM COMMONLY KNOWN AS E-VERIFY. BEFORE A BID FOR ANY SUCH SERVICES IS CONSIDERED BY THE COUNTY, THE BID SHALL INCLUDE A SIGNED, NOTARIZED AFFIDAVIT FORM THE CONTRACTOR ATTESTING THE AFFIANT HAS REGISTERED WITH, IS AUTHORIZED TO USE, AND USES THE FEDERAL WORK AUTHORIZATION PROGRAM. CONTACT NAME: Rodney E. Dority ADDRESS: [email protected] FAX NUMBER: (404) All information requested on this sheet must be completed. Unless specifications indicate NO SUBSTITUTE, items determined by Fulton County to be EQUAL OR BETTER will be given full consideration. All prices QUOTED must be FOB DELIVERED unless otherwise requested, and must be submitted in the format requested. The County reserves the right to cancel the solicitation and to reject any or all quotes in whole or in part and is not bound to accept any quote if rejection of that quote is determined to be contrary to the best interest of the County.
2 1 REQUEST FOR QUOTE GENERAL TERMS AND CONDITIONS The following provisions are hereby made a part of this Request for Quote ( E-QUOTE ). Any contract or purchase order awarded as the result of this request shall be governed by these General Terms and Conditions. By submission of your responses to this e-quote, vendor agrees to furnish the product(s) and/or service(s) pursuant to these conditions. 1. GENERAL. These provisions are standard for all County contracts. The County may delete or modify any of these standard provisions for a particular contract or purchase order by indicating a change in the special instructions or provisions. Any vendor accepting a purchase order award as the result of this request agrees that the provisions included within this Request for E-Quote shall prevail over any conflicting provision within any standard form contract of the vendor. 2. METHOD OF SOURCE SELECTION. This procurement is being conducted in accordance with all applicable provisions of the Fulton County Code of Ordinances and the specific method of source selection for the services required in this bid is Code Section , Competitive Sealed Bidding. 3. SUBMISSION OF RESPONSES. Responses must be submitted for e-quotes on-line via the Vendor Self Service system at Response to e-quotes must be received no later than 2:00 p.m. on the date indicated. 4. AMENDMENTS TO THE REQUEST FOR E-QUOTE. Any amendment to pricing is valid only if in writing and issued by the County. 5. ADDENDUM. Revision to the Request for E-Quote issued by the County prior to the receipt of bids. 6. NON-COLLUSION. Bidder certifies that this bid is made without prior understanding, agreement or connection with any other corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects fair and without collusion or fraud. Bidder further understands collusive bidding is a violation of state and federal law and can result in fines, prison sentences and civil damage awards. Bidder agrees to abide by all conditions of this bid and certifies that person signing is authorized to sign this bid or proposal for the bidder. 7. CONFLICT OF INTEREST. Vendor states that no County officer or employee, nor any business entity in which they have an interest: a) Has an interest in the contract awarded; b) Has been employed or retained to solicit or aid in the procuring of the resulting contract; c) Will be employed in the performance of such contract without immediate disclosure of such fact to the County. 8. BASIS OF AWARD. The County shall award to the overall lowest responsible and responsive vendor complying with the provisions of the Request for E-Quote. The following criteria may be considered by the County in selecting the most advantageous quote: a) Ability to perform the service required within the specified time; b) Conformance to specification; c) The quality of performance in previous contracts; d) Financial ability to perform the contract; e) Item pricing; f) vendor references. The County reserves the right to cancel the solicitation and to reject any or all quotes in whole or in part and is not bound to accept any quote if rejection of that quote is determined to be contrary to the best interest of the County. 9. SAMPLES. Samples of items when required, must be furnished free of expense to the County and upon request, be returned to the Vendor at the Vendor s expense. Samples of selected items may be retained for comparison purposes. 10. NEW. All items bid must be new. Used, rebuilt and refurbished items will not be considered unless specifically authorized by Fulton County in the written specifications. 11. BRAND NAME SPECIFICATIONS AND APPROVED EQUIVALENTS. Unless otherwise specified, manufacturer s names, trade names, brand names, information and/or catalog numbers listed in the specifications are intended only to identify the quality and characteristics desired. They are not intended to limit competition. The Vendor may offer any equivalent product which meets or exceeds the specifications. If quotations are based on equivalent products, the quote must: a) Indicate the alternate manufacturer s name and catalog number; b) Include complete descriptive literature and/or specifications; c) Include proof that the proposed equivalent will meet the specifications. The County reserves the right to be the sole judge of what is equal and acceptable to meet its needs in all respects. If Bidder fails to name a substitute, goods identical to the published standard must be furnished.
3 2 12. INDEMNIFICATION. Contractor/Vendor hereby agrees to release, indemnify, defend and hold harmless the County, it s Commissioners, officers, employees, subcontractors, successors, assigns and agents from and against any and all losses (including death), claims, damages, liabilities, costs and expenses (including but not limited to all actions, proceedings, or investigations in respect thereof and any outcome of any such action, proceeding, or investigation), caused by, relating to, based upon or arising out of any act or omission by contractor, it s directors, officers, employees, subcontractors, successors, assigns or agents, or otherwise in connection with it s acceptance, of the performance, or nonperformance, of it s obligations under this agreements. 13. TAXES. Fulton County is exempt from the State of Georgia sales tax and exemption certificate will be furnished upon request. 14. DELIVERY. All prices must be FOB Destination, unloaded inside and assembled unless otherwise indicated. 15. RIGHTS AND REMEDIES OF COUNTY FOR DEFAULT. If any item furnished by the Vendor fails to conform to specifications, or to the sample submitted by the Vendor, the County may reject it. Upon rejection, the Vendor must promptly reclaim and remove such item without expense to the County, and shall immediately replace all such rejected items with others conforming to such specification and samples. If the Vendor fails to do so, the County has the right to purchase in the open market a corresponding quantity of any such items and to deduct from any monies due the Vendor the difference between the prices named in the purchase order and the actual cost to the County. If the Vendor fails to make prompt delivery of any item, the County has the right to purchase such item in the open market and to deduct from any monies due the Vendor the difference between the prices named in the purchase order and the actual replacement cost to the County. The rights and remedies of the County identified above are in addition to any other rights and remedies provided by law or under the purchase order. 16. INVOICES AND PAYMENT TERMS. All invoices must include the purchase order number or master agreement number. Failure to comply may result in delayed payments. The County payment terms are Net 30 days unless a cash discount is allowed for payment within not less than twenty (20) days. The payment term shall begin on the date the merchandise is inspected, delivered and accepted by the County and the correct invoice is received by Accounts Payable. 4. Submittal of Invoices: Invoices shall be submitted as follows: Via Mail: Fulton County Government 141 Pryor Street, SW Suite 7001 Atlanta, Georgia Attn: Finance Department Accounts Payable OR Via [email protected] At minimum, original invoices must reference all of the following information: 1) Vendor Information a. Vendor Name b. Vendor Address c. Vendor Code d. Vendor Contact Information e. Remittance Address 2) Invoice Details a. Invoice Date b. Invoice Number (uniquely numbered, no duplicates) c. Purchase Order Reference Number d. Date(s) of Services Performed e. Itemization of Services Provided/Commodity Units 3) Fulton County Department Information (needed for invoice approval) a. Department Name b. Department Representative Name
4 3 17. LEGAL REQUIREMENTS. Federal, State, County and local ordinances, rules and regulations, and policies shall govern development, submittal and evaluation of quote and disputes about quotes. Lack of knowledge by any Vendor about applicable law is not a defense. 18. ASSIGNMENT. Any purchase order awarded shall not be assignable by the Vendor without the express written approval of the County, and shall not become an asset in any bankruptcy, receivership or guardianship proceedings. 19. REJECTION OF BID. Bids may be considered irregular and may be rejected if they show omissions, alternations of form, additions not called for, conditions, limitations, unauthorized alternate bids or other irregularities of any kind. The County reserves the right to waive minor technicalities or irregularities of bid. 20. TERMINATION. In the event any of the provisions of the purchase order are violated, the County may serve written notice of its intention to terminate the purchase order. Such notice will state the reason(s) for such intention, and unless within ten (10) days after serving notice upon the contractor, such violation has ceased and satisfactory arrangements for correction made, the purchase order shall, upon expiration of ten (10) days, be terminated. Further, the County reserves the right to terminate for its convenience any purchase order in whole or in part upon giving thirty (30) days prior written notice to the other party. 21. DEBARMENT. If a Bidder is presently debarred, suspended, proposed for debarment, declared ineligible, or otherwise excluded from doing business with any government agency which prohibits your firm from participating in any procurement, the Bidder must provide the County with that information as part of its response to this solicitation. Failure to fully and truthfully provide the information required, may result in the disqualification of your bid from consideration or termination of the purchase order, once awarded. 22. RIGHT TO PROTEST. Any actual bidder or offeror that has submitted a bid/proposal for a particular procurement and is aggrieved in connection with the solicitation or award of the contract shall protest in writing to the purchasing agent after the date that the specific bid or proposal is submitted. No protest will be accepted or considered prior to the date the specific bid or proposal is submitted; it will be considered untimely. All protests shall set forth in full detail the factual and legal bases for the protest and specific relief sought by the protestor. Protests arising from factual or legal bases that the protestor knew or should have known prior to the submission of the bid/proposal must be submitted within three business days of the submission of the bid/proposal. Protests arising from factual or legal bases that the protestor knew or should have known subsequent to the date the bid/proposal was submitted must be submitted within ten business days after the protestor knew or should have known of such bases, but in no event shall any protest be submitted more than ten business days after the award of the contract. Untimely protests will not be considered by the purchasing agent and will be simply denied as untimely. Decisions on timeliness by the purchasing agent are not appealable. An oral protest or a protest to an official, employee, User Department, or other person apart from the Director of Purchasing & Contract Compliance does not comply. 23. BINDING AUTHORITY. The individual submitting this E-QUOTE must have binding authority to submit contracts on behalf of the responding company. By submitting a response, vendor agrees that their quote is an offer to sell. All bidders shall comply with all Fulton County purchasing laws, policies, and procedures, as well as relevant state and federal laws, including compliance with EEOC hiring guidelines and requirements under the Americans with Disabilities Act.
5 4 1. DESCRIPTION REQUEST FOR E-QUOTE SPECIFICATIONS Barracuda Web App Firewall 460Vx Support and Licenses Department of Information Technology The Fulton County Department of Purchasing & Contract Compliance is soliciting quotes from qualified vendors to provide support and licensing for the Barracuda Web App Firewall 460Vx Software Application for the Information Technology Department. 2. CONTACT PERSON Please contact Rodney E. Dority, Procurement Officer by or Fax (404) only, with any procedural or technical questions. All questions should be submitted in writing to the Purchasing contact person via only. No phone calls will be accepted. Any responses made by the County will be provided in writing to all Bidders by addendum. No verbal responses shall be authoritative. 3. TERM OF AGREEMENT The term of the agreement is 9/24/15 thru 9/23/16 4. PRODUCT/SERVICE SPECIFICATIONS Fulton County is requesting Barracuda Web App Firewall 460Vx Support and Licenses Period of Coverage is 9/24/15 thru 9/23/16 PRICING SHEETS Item Item Description No. 1 Annual Cost for Licenses and Support for Barracuda Web App Firewall 460Vx Serial Number Estimated Quantity Unit of Issue Unit price ($) Annual Cost 5. SPECIAL CONDITIONS/INSTRUCTIONS No special conditions
Department of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16RD101910B PROJECT TITLE: Motorola Radio Batteries Sheriff Department DUE DATE: 3/14/2016 WILL
Department of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Interim Director REQUEST FOR E-QUOTE NUMBER: 16FB101644C PROJECT TITLE: Electronic Signature Pads DEPARTMENT: Finance DUE DATE: March
Department of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16RD101413B PROJECT TITLE: Communication Access Real Time Translation and Open Captioning Transcription
REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.
DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2009 Achievement of Excellence in Procurement Award National Purchasing Institute Cecil S. Moore, Director REQUEST FOR QUOTE NUMBER: 10RD75957YB
REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009
DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2008 Achievement of Excellence in Procurement Award National Purchasing Institute Jerome Noble, Director REQUEST FOR QUOTE NUMBER: 09RD65575YB
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
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
How To Write A Contract For A Library System In Florida
REQUEST FOR PROPOSAL Transcription Services for Real-Time Closed Captioning For The Office of the County Maneger RFP ISSUANCE DATE: September 1, 2015 RFP DUE DATE AND TIME: Tuesday, October 13, 2015, 11:00
Standby Emergency Repair and Restoration Services
INVITATION TO BID 15ITB95184C-DR Standby Emergency Repair and Restoration Services For Facilities & Transportation Services Department BID DUE DATE AND TIME: JANUARY 28, 2015 @ 11:00 A.M. BID ISSUANCE
INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM
200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM
CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS
TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule
388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email [email protected] ADDENDUM NO. 1
388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email [email protected] May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation
ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552
ROCKDALE COUNTY, GEORGIA April 4, 2011 WINDOWS 2008/EXCHANGE 2010 UPGRADE REQUEST FOR BID #11-15 ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552
ARMED AND UNARMED SECURITY SERVICES
Vision People Families Neighborhoods Mission To serve, protect and govern in concert with local municipalities People Ethics Innovation Values Customer Services Resource Management Equal Opportunity PURCHASING
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
State Health Benefit Plan Procurement Policy
State Health Benefit Plan Procurement Policy 1. Introduction 1.1 Purpose The mission of the Department of Community Health (DCH) Office of Procurement Services (OPS) is to obtain quality goods and services
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
CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI 48071 INVITATION TO BID
CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI 48071 INVITATION TO BID ITB # 1002 ITEM: Storage Area Network Equipment, Installation & Support DEADLINE: Friday, February
ATLANTA PUBLIC SCHOOLS
Procurement Services 130 Trinity Avenue, S.W. 5 th Floor Atlanta, Georgia 30303 Request for Qualifications For October 31, 2007 Solicitation Number: 112607-01 Due Date: November 26, 2007 ADVERTISEMENT
Borough of Jamesburg
Borough of Jamesburg Sale of Cellular Communications Tower Lease Bid Specifications Borough of Jamesburg 131 Perrineville Road Jamesburg, NJ 08831 July, 2012 Bid Opening August 16, 2012 11:00am Borough
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
April 28, 2015 @ 3:00 P.M. EST.
SOLICITATION #: RFB 90003435T REQUEST FOR BID VENDOR ( BIDDER ) NAME AND ADDRESS:, BID DUE DATE AND TIME: April 28, 2015 @ 3:00 P.M. EST. RETURN BID TO: Procurement Contracting and Payment Services (PCPS)
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
Webb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent
Webb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent Formal Invitation for Bids (ITB) Bid 2016-93 Annual Contract for Plumbing Repair Due: August 20, 2015 before 2:00p.m. Public Notice
Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent
September 12, 2011 Re: 11ITB80101A-CJC-Locum Tenens Positions Staffing Services Dear Bidders: Attached is one (1) copy of Addendum 1, hereby made a part of the above referenced ITB. Except as provided
CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019
CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 Pursuant to Florida Statutes, Chapter 287, The City of Bonita Springs hereinafter referred to as the City, will accept sealed Responses for Qualifications and
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
AIA 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
REQUEST FOR PROPOSALS: Internet Access Service. For: Peach County School District (BEN: 127431)
REQUEST FOR PROPOSALS: Internet Access Service For: Peach County School District (BEN: 127431) Project Objectives: 1.0 Objective: Peach County Schools is seeking qualified responses for a managed 100.0
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/
Robla School District
Robla School District e-rate Y14 2011-2012 RFP 2011-02 CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS November 3, 2010 Robla School District 5248 Rose St. Sacramento, CA 95838 SUMMARY The Robla School
Request for Quotations on Termite and Pest Control Service to Include Repair & Maintenance RFQ 16-005
Request for Quotations on Termite and Pest Control Service to Include Repair & Maintenance RFQ 16-005 Competitive Quotations will be received at the City of Powder Springs, City Clerk s Office, 4484 Marietta
City of Statesboro. Request for Qualifications: Life Insurance Brokerage Services
City of Statesboro Request for Qualifications: Life Insurance Brokerage Services The City of Statesboro is requesting sealed qualifications for the provision of life insurance brokerage services for a
City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID
INVITATION TO BID Sealed bid proposals, plainly marked "Plumbing Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,
CONTRACTING DEPARTMENT
SOLICITATION NO. 172-15 REQUEST FOR PROPOSAL FOR STUDENT ACTIVITY FUND ACCOUNTING SOFTWARE FULTON COUNTY SCHOOLS ADMINISTRATIVE CENTER, 6201 POWERS FERRY ROAD ATLANTA, GEORGIA 30339 2 TABLE OF CONTENTS
REQUEST FOR PROPOSALS FOR PROPERTY RISK MANAGEMENT SERVICES
REQUEST FOR PROPOSALS FOR PROPERTY RISK MANAGEMENT SERVICES DEVELOPMENT AUTHORITY OF FULTON COUNTY 141 PRYOR STREET S.W., SUITE 1031 ATLANTA, GEORGIA 30303 DATE RE-ISSUED JANUARY 21, 2014 RESPONSES DUE
Western Virginia Water Authority. Roanoke, Virginia
Western Virginia Water Authority Roanoke, Virginia Crystal Spring Water Treatment Plant 2012 Jefferson St., S.W. Roanoke, VA 24014 (540) 853-5828 (540) 853-5788 (FAX) REQUEST FOR QUOTE (WOP 16-03) TO PROVIDE
PROPOSAL COVER SHEET
PROPOSAL FORM L. BROOKS PATTERSON - OAKLAND COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION PROPOSAL COVER SHEET Contact Information: Oakland County Purchasing Division Building 41 West - Lower Level
BID INVITATION FOR: CALL RECORDING SOLUTION
State of New Hampshire Date: 10/3/2008 Division of Plant and Property Management Bureau of Purchase and Property Bid No.: 141-09 25 Capitol Street, State House Annex Concord, NH 03301-6398 Date of Bid
TABLE OF CONTENTS. Prefacej... 1
TABLE OF CONTENTS Prefacej... 1 How Can I Receive Copies Of Solicitations?j... 2 Bidder s List... 2 Vendor Registration System... 2 Public Notice/Advertisement... 3 Posting... 3 Internet... 3 Pre-Bid Conferences...
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
RFQ No. 4856B-0-2016/MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM
REQUEST FOR QUOTATION City of Norfolk (Please include your company name and address below) Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM Mail or fax reply to: Office of the Purchasing Agent Attn:
REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325
REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325 NOTICE IS HEREBY GIVEN that the Cape Fear Public Utility Authority (hereinafter referred to as CFPUA or the Authority ) is requesting
Attachment A Terms and Conditions
Bidder: BID DELIVERY INSTRUCTIONS FOR STATE PROCUREMENT: BIDDERS ARE HEREBY ADVISED THAT THE U.S. POSTAL SERVICE DOES NOT MAKE DELIVERIES TO OUR PHYSICAL LOCATION: BIDS MAY BE MAILED THROUGH THE U.S. POSTAL
Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing
CITY OF DEARBORN ADVERTISEMENT FOR NATURAL GAS PROVIDER TO THE CITY OF DEARBORN, MICHIGAN Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing Agent, 2951 Greenfield, Dearborn,
Request for Proposal. Internet Access. Satilla Regional Libraries. Erate Funding Year July 1, 2014 through June 30, 2015
Request for Proposal Internet Access Satilla Regional Libraries Erate Funding Year July 1, 2014 through June 30, 2015 January 2013 Page 1 REQUEST FOR PROPOSAL Internet Access Satilla Regional Library The
Attachment A Terms and Conditions RFX No. 3000005987 TITLE: Quality Control Standards DHH Office of Public Health
Bidder: Bid delivery instructions for State Procurement: Bidders are hereby advised that the U.S. Postal Service does not make deliveries to our physical location: Bids may be mailed through the U.S. Postal
AIA 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
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
LEARNING CENTER WELCOME VIDEO
REQUEST FOR QUOTATIONS (RFQ) LEARNING CENTER WELCOME VIDEO Solicitation No. 16-033 32-505 Harry Oliver Trail Thousand Palms, CA 92276 ATTN: Contracts Assistant Phone: (760) 343-3456 Fax: (760) 343-3845
SOLICITATION QUOTATION BLANKET ORDER
SEALED BID PROPOSAL FORM L. BROOKS PATTERSON - OAKLAND COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION SOLICITATION QUOTATION BLANKET ORDER Contact Information: Oakland County Purchasing Division Building
Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School
Carmel Unified School District Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School January 4, 2016 1 NOTICE REGARDING PREQUALIFICATION FOR BLEACHER AND PRESSBOX
TRUSTEES 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
STATE OF LOUISIANA. Office of State Procurement INVITATION TO BID. Ship To Address: SOS PURCHASING DEPT. 3851 ESSEN LANE BATON ROUGE, LA 70809
STATE OF LOUISIANA Office of State Procurement INVITATION TO BID RESPONSES WILL BE PUBLICLY OPENED AT THE PHYSICAL ADDRESS BELOW 06/15/2016 10:00 AM CST SUBMIT NON-ELECTRONIC RESPONSE TO : Office of State
LEGAL NOTICE REQUEST FOR BID SEALED BID 13-089. For SQL MONITORING SOFTWARE RE-BID. For ST. CHARLES COUNTY GOVERNMENT ST.
LEGAL NOTICE REQUEST FOR BID SEALED BID 13-089 For SQL MONITORING SOFTWARE RE-BID For ST. CHARLES COUNTY GOVERNMENT ST. CHARLES, MSOURI St. Charles County is seeking bids for SQL MONITORING SOFTWARE RE-BID
HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT
HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT Proposals will be received in the New Hanover County Finance, 230 Government Center
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
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,
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
SMART. This proposal must be returned by: December 22, 2011 2:00pm
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
CONSULTANT AGREEMENT
CONSULTANT AGREEMENT AGREEMENT made this day of, 20, by and between PACE UNIVERSITY, One Pace Plaza, New York, New York 10038 (hereinafter referred to as Pace ), and [FULL LEGAL NAME OF CONSULTANT], with
TEXAS FAIR PLAN PRODUCER REQUIREMENTS AND PERFORMANCE STANDARDS
Producer Requirements Page 1 TEXAS FAIR PLAN PRODUCER REQUIREMENTS AND PERFORMANCE STANDARDS The following Texas FAIR Plan Association ( Association ) requirements and producer performance standards (
REQUEST FOR PROPOSAL. Ambulance Billing Services
REQUEST FOR PROPOSAL Ambulance Billing Services City of Calais (the City ) is requesting proposals from qualified Vendors ( Vendor ) to provide ambulance billing collection, financial reporting, and analytical
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,
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
GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011
GALVESTON COUNTY HEALTH DISTRICT Request For Proposal Health Insurance Broker Services RFP 15-011 INTRODUCTION The Galveston County Health District (GCHD) is requesting Proposals for health insurance broker
SEALED BID SOLICITATION QUOTATION
SEALED BID PROPOSAL FORM L. BROOKS PATTERSON - OAKLAND COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION SOLICITATION QUOTATION Contact Information: Oakland County Purchasing Division Building 41 West
NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES
NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES The City of Novi will receive sealed proposals for Consultant - Architectural Façade Services according to the
SURETY. 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
INVITATION TO BID. BID DUE DATE AND TIME: Thursday, March 17, 2016 2:00PM UNIVERSITY OF LOUISIANA AT LAFAYETTE RETURN BID TO: SOLICITATION No.
INVITATION TO BID UNIVERSITY OF LOUISIANA AT LAFAYETTE SOLICITATION No. 15043 FURNISH ALL LABOR, MATERIALS, EQUIPMENT, TRANSPORTATION, SUPERVISION, PERMITS, FACILITIES, ETC. NECESSARY TO PROVIDE RESEARCH
VISIT OUR WEBSITE AT www.fcspurchasingdept.org
BOARD OF EDUCATION Linda McCain, President Linda P. Bryant, Vice President Julia C. Bernath Gail Dean Catherine Maddox Katie Reeves Kenneth Zeff, Interim Superintendent DATE: October 5, 2015 TO: FROM:
Center Unified School District
8408 Watt Ave., Antelope, CA 95843 916-338-6337 / Fax 916-338-6339 BOARD OF TRUSTEES Gary Blenner Raymond F. Bender Matthew L. Friedman Libby Williams Donald E. Wilson SUPERINTENDENT Dr. Kevin Jolly, Ed.D
STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010
STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010 Fiscal Year 2011 1 TABLE OF CONTENTS Part 1 - Informational...3 Part 2 - Operating Environment...8 Part
HOW TO DO BUSINESS WITH THE STATE OF ALASKA
State of Alaska Department of Administration Division of General Services HOW TO DO BUSINESS WITH THE STATE OF ALASKA REVISED AUGUST 2013 PREPARED BY THE DIVISION OF GENERAL SERVICES, PURCHASING SECTION:
RFP SW - 032916 SWP. ADVERTISEMENT for SURVEYING and CIVIL ENGINEERING SERVICES for STORM WATER IMPROVEMENT PROJECTS
RFP SW - 032916 SWP ADVERTISEMENT for SURVEYING and CIVIL ENGINEERING SERVICES for STORM WATER IMPROVEMENT PROJECTS The City of College Park is accepting Sealed Proposals from qualified civil engineering
POST AWARD CONTRACT MANAGEMENT
POST AWARD CONTRACT MANAGEMENT POST AWARD CONTRACT MANAGEMENT Overview of Types of Contracts and Award Methods Understanding the Contract Contents of the Contract Contract Performance Designating an agency
OSWEGO COUNTY PURCHASING DEPARTMENT
Bid #38-14 VOIP Municipal Lease OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 Email: [email protected]
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 [email protected] REQUEST FOR PROPOSAL NO. RFP09503
PUTNAM CITY SCHOOLS CAMPUS POLICE DEPARTMENT REQUEST FOR QUOTE FOR ARMED SECURITY GUARDS 2012-2013 SCHOOL YEAR
PUTNAM CITY SCHOOLS CAMPUS POLICE DEPARTMENT REQUEST FOR QUOTE FOR ARMED SECURITY GUARDS 2012-2013 SCHOOL YEAR PREFACE Technical contact for this Quote: Mark Stout Chief of Police Putnam City Campus Police
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
BROKER AND CARRIER AGREEMENT
P.O. Box 889 394 NE Hemlock Redmond, OR 97756 BROKER AND CARRIER AGREEMENT All loads tendered by Central Oregon Truck Company ("Broker") and accepted for transportation by third party carriers ("Carrier")
TOWN OF LINCOLN, MA Request for Quotes For Affordable Accessory Apartments Consultant
TOWN OF LINCOLN, MA Request for Quotes For Affordable Accessory Apartments Consultant The Town of Lincoln is seeking quotes from qualified consultant(s) to collaborate with the Housing Commission in the
A. 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
REQUEST FOR PROPOSALS
ROWAN COUNTY 130 West Innes Street Salisbury, NC 28144 Tel: (704) 216-8174 Email: [email protected] REQUEST FOR PROPOSALS FOR REPLACEMENT OF COMMERCIAL ROOFTOP AIR CONDITIONING UNIT Issued
