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

Size: px
Start display at page:

Download "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"

Transcription

1 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: Proposal Release Date: August 5, 2015 Proposal Due Date: August 21, 2015 (4:00 p.m.) Evaluation Period: August 24 28, 2015 Board Approval/Formal Award Date: September 9, 2015 Proposed Contract Start: September 16, 2015 Proposal Submittal Address: Eric Smith Springfield Utility Board Main Office 250 A Street / PO Box 300 Springfield, OR or- Via erics@subutil.com -or- Via Main Office Fax: Project Point of Contact #1: Eric Smith Billing & Meter Reading Manager Management Information Services Division Office erics@subutil.com Project Point of Contact #2: Cindy Flaherty Administrative Assistant Management Information Services Division Office cindyf@subutil.com RFP # * MAILING SERVICES Page 1

2 Request for Proposal Mailing Services Scope of Work Springfield Utility Board (SUB) is required to mail customer billing statements daily, excluding holidays. SUB seeks to contract with a qualified agency for the performance of mailing services. Services will include but are not limited to insertion, CASS certified intelligent mail bar-coding, printing, mailing of bill statements, and services for the dissemination of unscheduled marketing information to customers and individual pieces not covered in bulk rate. The information contained on SUB s customer billing statements/invoices is of a sensitive nature and cannot be shared with anyone. SUB s mailing list shall not be made available to anyone without written authorization by SUB. The contractor shall be familiar with the Fair and Accurate Credit Transaction Act and shall have adopted policies and procedures to detect relevant red flags. In the performance of its services, the contractor shall be prepared to take all appropriate steps to prevent and mitigate identity theft. Proposed Contract Term SUB intends to award contract for a one-year period beginning September 16, 2015, and ending September 16, 2016, with an option based upon mutual agreement of SUB and contractor for renewal in annual increments for one (1) additional year. If SUB elects to renew the contract, it will be at the proposed annual price for the second optional year (see Price Proposal). There is no guarantee that the contract will be extended beyond the original year ending September 16, Contract shall not be renewed beyond September 16, See After Award for Contracting and Employment Regulations, and additional Terms and Conditions beginning on page 6 of this document. Respondent Responsibility Any information relative to this project will be available for prospective proposers at the SUB Main Office at 250 A Street, Springfield, Oregon The contact telephone number is Prior to submitting a proposal, proposer shall contact SUB for clarification of apparent irregularities or errors in the proposal documents. SUB reserves the right to waive minor irregularities or errors contained in the submitted proposal if the intent is clear. However, failure on the proposer s part to request clarification as stipulated above shall obligate the proposer to abide by SUB s decision as the intended meaning of any portion of the document. SUB reserves the right to reject any or all proposals. RFP # * MAILING SERVICES Page 2

3 Proposal Instructions Submitting a Proposal Closing Time: 4:00 p.m. Closing Date: August 21, 2015 Formal sealed proposals will be received until the closing time stated above by SUB s Management Information Services Division. See above for submittal and contact information. Proposals may be submitted via to: erics@subutil.com Proposals may also be submitted via fax: Attn: Eric Smith The entire proposal must arrive at the location and by the time specified for consideration. SUB shall not be responsible for any failure attributable to the transmission or receipt of the Fax Proposal including, but not limited to the following: a) Receipt of garbled or incomplete documents. b) Availability or condition of the receiving fax machine. c) Availability or serviceability of fax machine(s). d) Delay in transmission or receipt of documents. e) Illegibility of Proposal documents. f) Security and confidentiality of data. Respondent is responsible for confirmation of delivery of Proposal. SUB reserves the right to award the contract or purchase solely on the Fax Proposal. However, upon SUB request the successful proposer shall promptly submit its complete, original, signed proposal. Proposal Requirements The completed Questionnaire; including Price Proposal, Performance Specifications, Other Requested Information and References, shall be submitted together prior to the time of closing for proposals. (Submit pages 9-13 of this document and attach any additional information in response to Appendix A, etc.) Proposals shall be signed by an officer or duly authorized representative of the contractor, enclosed in a sealed envelope marked with the number of the proposal (RFP # ) for identification and addressed to: Eric Smith, SUB Main Office, 250 A Street (PO BOX 300), Springfield, OR Bidder Qualifications Under ORS 279A.110, bidders and proposers may be disqualified from bidding for violation of the laws concerning disadvantaged, minority, women or emerging small business enterprises. Bonds The successful bidder shall furnish, as part of execution of the contract, a corporate surety bond in an amount equal to the full amount of the contract. This bond shall be conditioned upon the faithful performance of the contract and upon payment of all persons supplying labor and materials for the construction of the work. The form and surety for the bond shall meet the approval of SUB and its attorney. RFP # * MAILING SERVICES Page 3

4 Financial Statement During the evaluation process, bidders may be requested to submit a current corporate financial statement including income statement and balance sheet for the latest year ending period. Proposal Acceptance or Rejection Proposals will be received at any time prior to closing on August 21, 2015, at 4:00 p.m. Only the names of the agencies submitting proposals will be made public at this time. Acceptance of proposals and award of contract will follow procedures provided in ORS Chapters 279A, 279B, and 279C, and in accordance with applicable SUB policies. The contractor acknowledges the right of SUB to reject all proposals and to waive any informality or irregularity in any proposal received. In addition, the contractor recognizes the right of SUB to reject a proposal if the contractor has failed to furnish the data required by the Request for Proposal documents, or if the proposal is in any way incomplete or irregular. SUB reserves the right to waive irregularities not affecting substantial rights. SUB reserves the right to reject any or all proposals and may reject, for good cause, any or all proposals upon a finding of SUB that it is in the public interest to do so. Proposal Evaluation A committee of SUB staff will evaluate the proposals. If necessary, the committee will conduct interviews with respondents to clarify information presented in the proposals. The following criteria will be evaluated: Experience and ability References Total cost to the Utility (SUB) Selection of Contractor Proposals are only an offer to contract, made by the Contractor. A contract is formed only if SUB accepts the proposal. The purchase or contract will be awarded to the lowest responsible Bidder who: has substantially complied with all prescribed procedures and requirements; has met the standards of responsibility and evaluative criteria; is capable of meeting the specifications; and is in compliance with applicable SUB policies. In making the award, SUB will consider the time of completion, the experience and responsibility of the contractors as well as the extension of estimated quantities at the unit prices. SUB reserves the right to reject any or all proposals or to waive irregularities not affecting substantial rights. Contract Award Based upon results of the evaluation, staff intends to recommend contract award to SUB s Board of Directors at the regularly scheduled meeting on Wednesday, September 9, The successful contractor will be notified of the formal award on the morning following the board meeting. Pending receipt of necessary certifications, a contract will be prepared for signature. RFP # * MAILING SERVICES Page 4

5 Protest Procedure 1. Bidders protesting this procurement shall follow the procedures described herein. Protests that do not follow these procedures shall not be considered. This protest procedure constitutes the sole administrative remedy available to bidders under this procurement. 2. All protests must be in writing and signed by the party or an authorized agent of the bidder. The protest must state all facts and arguments on which the protesting party is relying. All protests shall be addressed to: Attn: SUB MIS Director, PO Box 300, Springfield, OR Physical address is 250 A Street, Springfield. 3. Only protests stipulating an issue of fact concerning a matter of bias, discrimination or conflict of interest, or non-compliance with procedures described in the procurement document or SUB policy shall be considered. Protests not based on procedural matters will not be considered. 4. In the event a protest may affect the interest of any bidder, such bidder(s) will be given an opportunity to submit its views and any relevant information on the protest to the buyer. 5. Upon receipt of a protest, a protest review will be held by SUB to review the procurement process utilized. This is not a review of proposals submitted or the evaluation scores received. The review is to ensure agency policy and procedures were followed, all requirements were met and all bidders were treated equally and fairly. 6. Protests shall not be accepted by SUB prior to the actual award of the contract. The protest must be received by SUB within three (3) business days from the date of the notification or award letter. All protests not resolved by the buyer will be scheduled for hearing by SUB s Board of Directors designated as its contract review board. Decisions of the Board will be final. After Award Contracting and Employment Regulations SUB requires that all contractors/vendors comply with Oregon Revised Statutes (ORS) wherever and whenever said statutes are not in conflict with requirements set forth under the Charter of the City of Springfield and the policies of SUB. The term in accordance with Oregon Revised Statutes shall be interpreted to mean statues as they appear at the time of proposal. Prospective bidders should avail themselves to the frequent changes that are made in said Statutes to comply with the law. The Statutes are listed on-line at the following link: The Equal Opportunity Clause required by Executive Order 11246, Part 11, Section 202, dated September 24, 1965, as amended and contained in the Office of the Federal Contract Compliance, Rules and Regulations, Chapter 60, Section (a) Regulation 41 CFR entitled Sex Discrimination and Executive Order 11625, promoting the use of minority business enterprises, are incorporated herein by reference. RFP # * MAILING SERVICES Page 5

6 Assignment Contractor shall not assign or sublet any contract or any part thereof resulting from this RFP without the previous written consent of SUB. Any assignment shall be evidenced by a written subcontract which shall be subject to the approval of SUB, and shall, at a minimum, bind such assignee or other subcontractor to all of the terms and conditions of this contract. Terms and Conditions Terms and Conditions apply. Terms and Conditions are located on the Bids & Proposals page of SUB s website; Insurance Requirements The following insurance coverage(s), in the amounts stated, will be required of the successful bidder. In submitting a quote, the bidder agrees that the following requirements will be met upon award of contract. A certificate of insurance evidencing all policies required shall be delivered to the SUB prior to the commencement of any work. A 30-day notice of cancellation clause shall be included in said certificate(s). SUB has the right to reject any certificate for unacceptable coverage and/or companies. Contractor/Vendor shall endeavor to obtain its insurers commitment to provide 30 calendar days advanced written notice to SUB before any reduction, cancellation or material change of any policy required herein. If the insurer is unwilling or unable to provide such commitment, the Contractor/Vendor shall provide SUB with the relevant sections of its policies describing how the insurer may reduce, modify, or cancel the insurance. Furthermore, the Contractor/Vendor has an affirmative duty to provide SUB with any notice the Contractor/Vendor receives regarding the reduction, modification, or cancellation of its insurance within 48 hours of Contractor/Vendor s receipt of such notice. Indemnification and Hold Harmless Contractor shall defend, indemnify and hold harmless SUB its agents, servants and employees from and against all claims, demands and judgment (including attorney fees) made or recovered against them including but not limited to damages to real or tangible personal property or for bodily injury or death to any person, arising out of, or in connection with any agreement which may come from this proposal, to the extent of such damage, injury or death is caused or sustained in connection with the performance by the contractor, or its employees, servants or agents. SUB shall promptly notify contractor in writing of any such claim or demand to indemnify and shall cooperate with contractor in a reasonable manner to facilitate the defense of such claim. Workers' Compensation Insurance Contractor shall provide its own Workers' Compensation coverage (ORS ) and provide SUB with evidence of such coverage or verification of their election not to be covered. (ORS (7), Sole Proprietors Exception) and assume full responsibility for any liability and exposure under law relating to Workers' Compensation because of any performance of services under any agreement which may be formed subsequent to this proposal and will hold SUB harmless for any industrial accidents that might occur in performance of the scope of work. SUB will not obtain any Workers' Compensation Insurance for the contractor or contractor's employees and subcontractors. RFP # * MAILING SERVICES Page 6

7 Commercial General Liability Insurance Contractor shall, at all times, carry a Comprehensive General Liability insurance policy for at least 1,000,000 combined single limits per occurrence and at least 2,000,000 in the aggregate, for Bodily Injury, Property Damage, and Personal Injury. Automobile Liability Insurance Contractor shall, at all times, carry Automobile Liability Insurance in the amount of 1,000,000 per occurrence for bodily injury and property damage. Professional Liability/Errors & Omissions Insurance Contractor shall, at all times, carry a Professional Liability/Errors and Omissions type policy with limits of at least 500,000. If this policy is a "claims made" type policy, the policy type and company shall be approved by the Risk Manager prior to commencement of any work which might result as an award of this proposal. SUB as Additional Insured Springfield Utility Board, its agents, employees and officials, all while acting within their official capacity as such, shall be named as an additional insured on the Commercial General and Automobile Liability Insurance above. Additional insured status shall apply both to work in progress and completed operations. Bond The successful bidder shall furnish, as part of execution of the contract, a corporate surety bond in an amount equal to the full amount of the contract. This bond shall be conditioned upon the faithful performance of the contract and upon payment of all persons supplying labor and materials for the construction of the work. The form and surety for the bond shall meet the approval of SUB and its attorney. Warranty Contractor warrants to SUB, for a period of one (1) year from the date of acceptance, that product(s)/service(s) will be free from defects in material and workmanship. Contractor agrees to repair or replace, at contractor s expense, any material or workmanship which shall be determined by SUB, to have been thus defective. Substitutions Each contractor represents that his proposal is based upon the specified materials and equipment described in the Proposal Documents. No substitutions will be considered unless written request has been submitted to SUB for approval at least seven (7) days prior to date proposals are due. All revision and/or substitution changes have to be approved in writing and mailed to: Eric Smith, Springfield Utility Board, 250 A Street, PO Box 300, Springfield, Oregon RFP # * MAILING SERVICES Page 7

8 Each substitution request shall include a written description of how the proposed alternative(s) differ from those specified, complete with drawings, photographs, samples and any other data or information necessary for a complete evaluation. Substitutions will be accepted only with the understanding that the contractor guarantees substituted methods to be equal or better than that specified and meets all requirements of the specifications. Safety In connection with performance of the work: Contractor shall abide with all current safety regulations of the Occupational Safety and Health Administration (OSHA) and those of the Springfield Utility Board. Specifications The proposal document and specifications are considered by SUB to be complete, clear, and understandable. Any requirement indicated in either document and not in the other shall be construed to govern as though the same appeared in both documents. Bidders are notified that they are expected to examine the specifications, the amount and quality of equipment and labor required as well as with ANSI and OSHA specifications, federal, state and local laws pertinent to this inspection. Bidders shall notify SUB of any requirement stated in the Standard that is not consistent with ANSI or OSHA specifications. Payment Specifications The contractor shall submit a monthly invoice that lists service performed during the previous billing period in detail. Payment to contractor shall be made monthly upon invoice. RFP # * MAILING SERVICES Page 8

9 RFP # * MAILING SERVICES Questionnaire (Submit Pages 9 13 plus additional information as requested) *Response shall be made on the enclosed forms. Failure to do so may result in disqualification. SUB assumes no liability for availability or serviceability of fax machine(s). Responsibility for confirmation of delivery is solely the respondents. References Please provide if no work has been done for SUB in the previous 24 months. Bidder shall complete reference information of four (4) jobs of a similar nature to the work proposed, completed during the previous 24-month period. 1) Owner Project Name/ Description Performance Dates Contact Name/ Phone Number 2) Owner Project Name/ Description Performance Dates Contact Name/ Phone Number 3) Owner Project Name/ Description Performance Dates Contact Name/ Phone Number 4) Owner Project Name/ Description Performance Dates Contact Name/ Phone Number RFP # * MAILING SERVICES Page 9

10 RFP # * MAILING SERVICES Questionnaire Submit Pages 9 13 plus additional information as requested Price Proposal Year 1 of Contract I have carefully examined SUB s Scope of Work and Instruction to Bidders, and attached the completed questionnaire. I propose and agree to furnish all the services that I have listed for the following prices. * Printing statements (#1 and #13) is optional if the contractor can perform the other sorting and mailing functions outlined below. Prices during 1 st year of contract, September 16, 2015 to September 16, 2016 Item UOM Description / Quantity Price *1. Piece To print statements using a nightly file provided by SUB. Print must be black and print quality must be adequate enough to meet US Postal Service (USPS) approval of compatibility with the Merlin System. 2. Piece Fold and insert bill statement in envelope (estimate 1,000 2,500 per day) 3. Piece Insert return envelope in envelope with bill statement (estimate 1,000 2,500 per day) 4. Piece Insert additional items (i.e. marketing brochure) with item #2 & #3 5. Piece Fold and insert single sheet credit notices into Notice envelope (1 500 per day) 6. Piece Inset return envelope in envelope with credit notice 7. Daily Pickup mail at customer s location 8. Piece Process each envelope to apply a CASS Certified Intelligent Mail Barcode directly to the envelope to correspond with the address in the window of that envelope. 9. Daily Manually collate all statements so that multiple billing accounts to the same customer and/or location are inserted into one envelope. 10. Daily All mail is to be processed daily and mailed the same day the statements are printed. 11. Annual Professional Error & Omission Insurance with 5,000 limits (Optional. May not be required by SUB) 12. Daily See Appendix A Estimate of Postage costs for a typical day (in Year 1 of Contract), plus attach itemized estimate Prices shall be honored no less than 30 days after proposal opening. RFP # * MAILING SERVICES Page 10

11 RFP # * MAILING SERVICES Questionnaire Submit Pages 9 13 plus additional information as requested Price Proposal Optional Year 2 of Contract I have carefully examined SUB s Scope of Work and Instruction to Bidders, and attached the completed questionnaire. I propose and agree to furnish all the services that I have listed for the following prices. * Printing statements (#1 and #13) is optional if the contractor can perform the other sorting and mailing functions outlined below. Prices during Optional 2nd year of Contract, September 16, 2016 to September 16, 2017 Item UOM Description / Quantity Price *13. Piece To print statements using a nightly file provided by SUB. Print must be black and print quality must be adequate enough to meet US Postal Service (USPS) approval of compatibility with the Merlin System. 14. Piece Fold and insert bill statement in envelope (estimate 1,000 2,500 per day) 15. Piece Insert return envelope in envelope with bill statement (estimate 1,000 2,500 per day) 16. Piece Insert additional items (i.e. marketing brochure) with item #14 & # Piece Fold and insert single sheet credit notices into notice envelope (1 500 per day) 18. Piece Inset return envelope in envelope with credit notice 19. Daily Pickup mail at customer s location 20. Piece Process each envelope to apply a CASS Certified Intelligent Mail Barcode directly to the envelope to correspond with the address in the window of that envelope. 21. Daily Manually collate all statements so that multiple billing accounts to the same customer and/or location are inserted into one envelope 22. Daily All mail is to be processed daily and mailed the same day the statements are printed 23. Annual Professional Error & Omission Insurance with 5,000 limits (Optional. May not be required by SUB) 24. Daily See Appendix A Estimate of Postage costs for a typical day (in Optional Year 2 of Contract), plus attach itemized estimate Prices shall be honored no less than 30 days after proposal opening. RFP # * MAILING SERVICES Page 11

12 RFP # * MAILING SERVICES Questionnaire Submit Pages 9 13 plus additional information as requested Performance Specifications Responses to the following sections must be included with the proposal to receive full consideration. Contractors shall indicate Yes or No to each item. Performance Specifications for Entire Length of Contract YES NO 1. Capable of processing and mailing customer bill statements/credit notices on the same workday 2. Capable of delivering daily mail each working day directly to the Gateway Post Office (bulk mailing unit) 3. Process mail locally, within Eugene-Springfield area. 4. Capable of providing a climate controlled storage area for at least six months worth of billing and return envelopes and two months stock of marketing brochures. Estimated inventory: 250,000 billing envelopes, 250,000 return envelopes, 6,000 credit notice envelopes and 70,000 marketing brochures 5. Capable of combining multiple pages going to the same address into one envelope (marked electronically in the file or printed as an OMR code on the statement) 6. Capable of folding and inserting a minimum of six pieces of mail into a #10 window envelope 7. If not printing statements on site, capable of providing daily pick-ups at customer location 8. If printing statements on site, capable of receiving a daily data file with field descriptions and limits printable in the approved format and within the same daily timeline 9. If printing statements on site, capable of loading printer drivers to SUBs network and coordinating with SUB on print jobs and within the same daily timeline 10. Capable of applying a CASS Certified Intelligent Mail Barcode directly to the envelope to correspond with the address in the window of that envelope. 11. Contractor, on a daily basis, can manually co-mingle single or multiple page statements together for multiple page and single page bills going to the same customer so customer receives only one envelope 12. Contractor can combine single pieces of mail (non-bulk mail) with other pieces of mail that have the same zip code and/or weight class for postage savings to the customer 13. Capable of providing SUB with a daily mail activity report on a monthly basis 14. Capable of returning damaged mail to SUB within 24 hours 15. Capable of routinely reporting stock inventory information (i.e., monthly, bimonthly, etc.) RFP # * MAILING SERVICES Page 12

13 RFP # * MAILING SERVICES Questionnaire Submit Pages 9 13 plus additional information as requested Other Requested Information (attach additional pages if needed) 1. Explain how you will take advantage of the various postal discounts available. 2. List software you use to acquire and print bar codes. 3. How much notice is required prior to processing unscheduled bulk mail? 4. If you would require a postage deposit, please describe your policy. 5. Do you contract/subcontract out mailing projects to other contractors? If yes, what services and to whom? 6. If Gateway Post Office (Bulk Mailing Unit) is no longer available for daily mail delivery, please explain an alternate daily mail delivery. Proposal Authorization I attest that my company is a resident of the State of as defined in ORS 279A.029(1)(b) For (Company Name) By (Please print/type name) Authorized Signature Title Date Address Phone Number Fax Number RFP # * MAILING SERVICES Page 13

14 RFP # * MAILING SERVICES Appendix A Appendix A Estimate of Postage Costs Using the Typical Day Mailing File Please download by clicking on this link to find a file of a typical day s Springfield Utility Board mailing addresses. Please use the information in the.pdf file to estimate a typical day s postage fees. The estimate shall be itemized enough to enable SUB to analyze the following items: 1. Total first class postage costs. 2. Bulk mailing discounts broken down by category. 3. Any discounts expected from combining SUB mail with other customers to take advantage of bulk mail discounts SUB would not otherwise be able to take advantage of. RFP # * MAILING SERVICES Page 14

CITY 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) 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 information

Request for Proposal RFP #201501. Printing & Mailing Services

Request for Proposal RFP #201501. Printing & Mailing Services Request for Proposal Printing & Mailing Services Date of Issue: 03/24/2015 For period beginning: 05/01/2015 Due Date/Time for Receipt of Proposals: 04/06/2015 @ 2:00 p.m. (EDT) RFP Number: 201501 Date

More information

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

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

More information

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

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

More information

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. 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 LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

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

More information

5. Preparation of the State and Federal Single Audit Reports.

5. Preparation of the State and Federal Single Audit Reports. THE CITY OF GROTON REQUEST FOR PROPOSAL FOR AUDITING SERVICES RFP 15-01 (Revised 5/28/15) 1. Introduction The City of Groton, Connecticut (the City) is soliciting proposals for purpose of obtaining the

More information

Request for Proposal Posted: March 4, 2015 After Hours Answering Service RFP No. 06.15

Request for Proposal Posted: March 4, 2015 After Hours Answering Service RFP No. 06.15 S PRINGFIELD UTILITY BOARD Electric Service Center Request for Proposal Posted: March 4, 2015 After Hours Answering Service RFP No. 06.15 Proposals Due: March 12, 2015 @ 2:00 pm Technical Questions RFP

More information

Request for Proposals for Upgraded or Replacement Phone System

Request for Proposals for Upgraded or Replacement Phone System City of Bandon Request for Proposals for Upgraded or Replacement Phone System 7/17/2015 Phone System Request for Proposal Page 1 NOTICE The City of Bandon is accepting Proposals for an upgraded or replacement

More information

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325

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

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

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

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016 1. Bid Delivery Instructions for State Procurement: Fax quotations may be submitted either: Via fax to: (225) 342-9756 OR Delivered by hand or courier service to: Office of State Procurement Claiborne

More information

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

REQUEST 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 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

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

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

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

More information

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

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

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 CITY OF FLORENCE Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 REQUEST FOR QUALIFICATIONS NO. 2014-08 ARCHITECTURAL SERVICES FOR COMMUNITY GYMNASIUM DESIGN PROPOSAL

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

INVITATION TO BID EOE

INVITATION TO BID EOE INVITATION TO BID The 22 nd Judicial Circuit is currently soliciting bid proposals for the Clerk and Admission Office s new flooring for the Family Courts Juvenile Division at 920 N. Vandeventer Ave. The

More information

How To Build A Data Backup System In Town Of Trumbull

How To Build A Data Backup System In Town Of Trumbull TOWN OF TRUMBULL, CONNECTICUT GENERAL INSTRUCTIONS TO BIDDERS The Town of Trumbull, Connecticut (hereinafter referred to as Town), through the Office of the Purchasing Agent, will accept sealed bids from

More information

REQUEST FOR PROPOSAL FOR: IT CONSULTANT

REQUEST FOR PROPOSAL FOR: IT CONSULTANT SYS13-05 REQUEST FOR PROPOSAL FOR: IT CONSULTANT COMMUNITY COLLEGE SYSTEM OF NH PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for the Community College System of NH System

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

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 REQUEST FOR QUOTATION Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 3:00 PM (EDST) on May 1, 2014,

More information

INSURANCE REQUIREMENTS FOR VENDORS

INSURANCE 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 information

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 REQUEST FOR QUOTATION Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 4:00 PM (EDST) on September 2,

More information

REQUEST FOR PROPOSAL FOR: Fire and Security Alarm Service and Monitoring

REQUEST FOR PROPOSAL FOR: Fire and Security Alarm Service and Monitoring MCC13-04 REQUEST FOR PROPOSAL FOR: Fire and Security Alarm Service and Monitoring Manchester Community College PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for Manchester

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

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

Retaining Wall Replacement at the Currituck County Veterans Memorial Park CONTRACT DOCUMENTS FOR Retaining Wall Replacement at the Currituck County Veterans Memorial Park Coinjock, NC May 24, 2016 NOTICE TO BIDDERS Bids will be received until 4:00 pm on June 17, 2016 at the

More information

Robla School District

Robla School District Robla School District e-rate Y14 2011-2012 RFP 2011-02 CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS November 3, 2010 Robla School District 5248 Rose St. Sacramento, CA 95838 SUMMARY The Robla School

More information

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Purchasing Technician, Greenville Utilities

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Purchasing Technician, Greenville Utilities ADVERTISEMENT FOR BIDS Quotes will be received in the Office of the Purchasing Technician, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 4:00 PM (EDST) on

More information

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1 Invitation to Bid Asphalt Restoration and Spot Repairs For Hardin County Water District No. 1 Prepared by: Hardin County Water District No. 1 1400 Rogersville Road Radcliff, KY 40160 Phone: 270-351-3222

More information

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald LYNBROOK UNION FREE SCHOOL DISTRICT DISTRICT ADMINISTRATION OFFICES 111 ATLANTIC AVENUE LYNBROOK NY 11563 Tel: (516) 887-0258 Fax: (516) 887-6597 Dr. Melissa Burak Superintendent of Schools Dr. Paul Lynch

More information

Warner Robins Housing Authority

Warner Robins Housing Authority REQUEST FOR PROPOSAL FOR TERMITE CONTROL 2016 The Warner Robins Houston County Housing Authorities are currently soliciting proposals for Pest Control Services for a one (1) year period with the option

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS ROWAN COUNTY 130 West Innes Street Salisbury, NC 28144 Tel: (704) 216-8174 Email: david.sifford@rowancountync.gov REQUEST FOR PROPOSALS FOR REPLACEMENT OF COMMERCIAL ROOFTOP AIR CONDITIONING UNIT Issued

More information

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 TABLE OF CONTENTS I. INSTRUCTIONS... 3 A. BID INFORMATION... 3 B. BID PROPOSAL FORMAT... 4 C.

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Purchasing Director REQUEST FOR E-QUOTE NUMBER: 15RD99627B PROJECT TITLE: Barracuda Web App Firewall 460Vx Support and Licenses Information

More information

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

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

Menlo Park City School District 181 Encinal Avenue Atherton, CA 94027

Menlo Park City School District 181 Encinal Avenue Atherton, CA 94027 181 Encinal Avenue Atherton, CA 94027 The offers this information to any individual or firm wishing to be added to the District s general construction informal bid list for all trades pursuant to Public

More information

BID BOND CITY OF EAST POINT, GEORGIA

BID BOND CITY OF EAST POINT, GEORGIA BID BOND CITY OF EAST POINT, GEORGIA BIDDER (Name and Address): SURETY (Name and Address of Principal Place of Business): OWNER (hereinafter referred to as the City (Name and Address): City of East Point

More information

Attachment A Terms and Conditions

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

More information

Stephenson County, Illinois

Stephenson County, Illinois Stephenson County, Illinois REQUEST FOR PROPOSALS For EXTERIOR CLEANING OF STEPHENSON COUNTY COURTHOUSE Bids Due: Sealed proposals are due and must be received in the Stephenson County Administrator s

More information

Request for Proposals WEB-BASED GRANT MANAGEMENT SOFTWARE FOR THE CITY OF MOUNTAIN VIEW S CDBG AND HOME PROGRAMS

Request for Proposals WEB-BASED GRANT MANAGEMENT SOFTWARE FOR THE CITY OF MOUNTAIN VIEW S CDBG AND HOME PROGRAMS COMMUNITY DEVELOPMENT DEPARTMENT NEIGHBORHOOD PRESERVATION DIVISION 500 Castro Street Post Office Box 7540 Mountain View, California 94039 7540 650 903 6379 FAX 650 962 8502 Request for Proposals WEB-BASED

More information

SECTION 000100 - INSTRUCTIONS TO BIDDERS

SECTION 000100 - INSTRUCTIONS TO BIDDERS SECTION 000100 - INSTRUCTIONS TO BIDDERS ARTICLE 1 - SPECIAL NOTICE TO BIDDERS These electronic specifications makeup a complete set of project bidding forms. The proposal form shall be executed and submitted

More information

Warner Robins Housing Authority

Warner Robins Housing Authority REQUEST FOR PROPOSALS PLUMBING SERVICES 2016 The Warner Robins & Houston County Housing Authorities (WRHA) are currently soliciting proposals for Plumbing Services for a one (1) year period with the option

More information

REQUEST FOR QUOTES 2014-133. Kitsap County Public Works Department, Support Services Division for Monthly Utility Bills Printing and Mailing Services

REQUEST FOR QUOTES 2014-133. Kitsap County Public Works Department, Support Services Division for Monthly Utility Bills Printing and Mailing Services REQUEST FOR QUOTES 2014-133 Kitsap County Public Works Department, Support Services Division for Monthly Utility Bills Printing and Mailing Services RESPONSE DEADLINE: TUESDAY, OCTOBER 14, 2014 @ 3:30

More information

Lake County, Oregon Request for Proposal VoIP Telephone Communications System

Lake County, Oregon Request for Proposal VoIP Telephone Communications System Lake County, Oregon Request for Proposal VoIP Telephone Communications System Issue Date: April 5, 2012 Due Date: 5 p.m. (Pacific Standard Time), May 11, 2012 REQUEST FOR PROPOSALS Notice is hereby given

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

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION Nutrition Services Solicitation Number: QT1604 Description: Kitchen Appliances for Nutrition Services Date: September 30, 2015 SUBMIT OFFER BY: October 14, 2015 by 2:00 PM PROCUREMENT

More information

2014 Inlet Rehab Project II Various Locations

2014 Inlet Rehab Project II Various Locations 2014 Inlet Rehab Project II Various Locations in the City of Sioux Falls, South Dakota Bid Request No. 14-1078 Prepared by: Engineering Division 224 West 9 th Street Sioux Falls, SD 57104 TABLE OF CONTENTS

More information

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT 06422. Request for Qualification

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT 06422. Request for Qualification Town of Durham Selectman s Office P.O. Box 428 Durham, CT 06422 Request for Qualification REQUEST FOR LETTERS OF QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL SERVICES Board of Selectmen Laura L. Francis

More information

Master Software Purchase Agreement

Master Software Purchase Agreement Master Software Purchase Agreement This Master Software Purchase Agreement ( Agreement ) is entered into as of Wednesday, March 12, 2014 (the Effective Date ) by and between with principal offices at (

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

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

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

TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM

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

More information

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

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,

More information

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] THIS AGREEMENT is made and entered into this day of, 2014, by and between the City of Yreka, a municipal corporation, hereinafter referred

More information

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

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

More information

Lower Rio Grande Public Water Works Authority Request for Proposal Financial Management and Utility Billing Software.

Lower Rio Grande Public Water Works Authority Request for Proposal Financial Management and Utility Billing Software. Lower Rio Grande Public Water Works Authority Request for Proposal Financial Management and Utility Billing Software June 19, 2014 Proposals Deadline: 2:00 pm on Tuesday, July 22, 2014 Table of Contents

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

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

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS SECOND ADDENDUM TO RFP DOCUMENTS REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS 11/9/2015 To All Potential Bidders: This

More information

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

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

More information

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

RFQ No. 4856B-0-2016/MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM

RFQ No. 4856B-0-2016/MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM REQUEST FOR QUOTATION City of Norfolk (Please include your company name and address below) Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM Mail or fax reply to: Office of the Purchasing Agent Attn:

More information

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 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

More information

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL REQUISITION & PROPOSAL DATE August 21, 2007 McDuffie Island DEPARTMENT ORIGINATING DEPT NO. 99167 TO: Prospective Bidders Please procure the following and DELIVER TO: MOBILE, ALABAMA NAMES OF ARTICLES,

More information

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

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

More information

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

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

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) Request for Proposal, Page 1 of 13 REQUEST FOR PROPOSAL (RFP) RFP NUMBER AND TITLE: PLACE OF OPENING: 1213-05 : TypeWell, CART, Sign Language Interpreting, Captioned Media and Alternate Format Text, and

More information

1. Applicants must provide information requested in the section titled Required Information.

1. Applicants must provide information requested in the section titled Required Information. Lane County Health & Human Services Strategic Plan Development REQUEST FOR QUOTES Introduction Lane County Health & Human Services is interested in contracting with a consultant to help develop an updated

More information

IMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you!

IMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you! ` SUBCONTRACTOR: PHONE PROJECT: LOCATION: Page 1 of 6 SUBCONTRACT (SHORT FORM) JOB NO.: COST CODE: PRICE: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC.

More information

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 For PROJECT : Renovation and Repair of Atlanta Jewish Academy

More information

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS NEGAUNEE PUBLIC SCHOOLS REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS On a PERFORMANCE CONTRACTING BASIS July 26, 2010 NOTICE IS HEREBY GIVEN THAT THE BOARD OF EDUCATION OF NEGAUNEE

More information

COMMERCIAL CONSTRUCTION AGREEMENT. This CONTRACT AGREEMENT ( Contract ) is made on, 20, by and between <> ( Owner ) and <> ( Contractor ).

COMMERCIAL CONSTRUCTION AGREEMENT. This CONTRACT AGREEMENT ( Contract ) is made on, 20, by and between <> ( Owner ) and <> ( Contractor ). COMMERCIAL CONSTRUCTION AGREEMENT This CONTRACT AGREEMENT ( Contract ) is made on, 20, by and between ( Owner ) and ( Contractor ). A. Contractor wishes to enter into the following Contract with

More information

CITY OF ALBUQUERQUE GENERAL INSTRUCTIONS, TERMS, AND CONDITIONS

CITY OF ALBUQUERQUE GENERAL INSTRUCTIONS, TERMS, AND CONDITIONS CITY OF ALBUQUERQUE GENERAL INSTRUCTIONS, TERMS, AND CONDITIONS IMPORTANT: READ CAREFULLY BEFORE SUBMITTING OFFERS. FAILURE TO DO SO SHALL NOT ABSOLVE THE OFFEROR FROM RESPONSIBILITY TO PERFORM OR DELIVER

More information

COUNTY OF TANEY, MISSOURI

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

More information

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

Invitation for Bid Sewer Repair Project

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

More information

GRANTS PASS SCHOOL DISTRICT INDEPENDENT CONTRACTOR AGREEMENT DATE: 9 /8 /2015

GRANTS PASS SCHOOL DISTRICT INDEPENDENT CONTRACTOR AGREEMENT DATE: 9 /8 /2015 GRANTS PASS SCHOOL DISTRICT INDEPENDENT CONTRACTOR AGREEMENT DATE: 9 /8 /2015 SECTION 1. IDENTITY OF INDEPENDENT CONTRACTOR This Agreement is between Grants Pass School District Number 7 (hereinafter District

More information

How To Insure Construction Contracts In Northern California Schools Insurance Group

How To Insure Construction Contracts In Northern California Schools Insurance Group NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP Cover Note to NCSIG Members & Their Architects/Engineers Insurance Recommendations for Construction Contracts Applicable to New Construction & Modernization/Remodeling

More information

UTAH COUNTY ANIMAL SHELTER REQUEST FOR PROPOSALS FOR VETERINARY SERVICES

UTAH COUNTY ANIMAL SHELTER REQUEST FOR PROPOSALS FOR VETERINARY SERVICES S FOR VETERINARY SERVICES Page 1 SECTION 1 ADMINISTRATIVE OVERVIEW 1.1 BACKGROUND 1.2 PURPOSE The Utah County Animal Shelter s mission is to promote the health and safety of pets and people in Utah County

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

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

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

REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT

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

More information

SOLICITATION QUOTATION PROFESSIONAL SERVICES

SOLICITATION QUOTATION PROFESSIONAL SERVICES SEALED BID PROPOSAL FORM L. BROOKS PATTERSON - OAKLAND COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION SOLICITATION QUOTATION PROFESSIONAL SERVICES Contact Information: Oakland County Purchasing Division

More information

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

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

More information

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

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.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS

ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS Contractor shall obtain insurance of the types and in the amounts listed below. A. COMMERCIAL GENERAL AND UMBRELLA

More information

NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 TESORO DRIVE SAN ANTONIO, TEXAS 78217

NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 TESORO DRIVE SAN ANTONIO, TEXAS 78217 NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 TESORO DRIVE SAN ANTONIO, TEXAS 78217 Requests for Competitive Sealed Proposals will be received in the Office of the Executive Director of Procurement & ecommerce

More information