CITY OF POMONA. Request for Qualifications and Proposals. For
|
|
|
- Ella Grant
- 9 years ago
- Views:
Transcription
1 CITY OF POMONA Request for Qualifications and Proposals For One-Time Assignment of Rights to Wireless Telecommunication Facilities, and Related Access Easements (Cell Tower Leases) Purchasing Specification No A City of Pomona Finance Department Purchasing Division 505 S. Garey Ave, Pomona Ca P.O. Box 660, Pomona Ca (909) Proposal Submittal Deadline: 4:00 PM, April 30, 2013
2 Note: The following Request for Qualifications and Proposals is a re-bid of the original RFP that was issued in All bid proposals related to the original RFP have been rejected. INTRODUCTION The City of Pomona is accepting sealed proposals from qualified firms for a one-time payment/financing agreement in exchange for the assignment of the rights to existing wireless telecommunications facility licenses and/or leases located on City-owned real property (the RFP ). A non-exclusive access easement will also be provided as part of the one-time sale. As of the date of this RFP, the City is a party to a total of 21 cellular communications licenses and/or leases throughout the City, which grant certain rights to build and maintain telecommunications facilities on City owned real property in exchange for monthly license and/or lease payments. The licenses and leases exist to permit the location of cellular equipment on the towers. Licenses and leases have various remaining lives through original terms and renewal terms. A spreadsheet of the leases is attached and a copy of each agreement is available on the City s website located at: City Business Current Bids & RFPs Non-Construction Bids Interested parties are encouraged to propose alternate financing options which include an upfront payment in conjunction with a share of on-going revenues deemed appropriate or feasible. PROPOSAL SUBMITTAL INSTRUCTIONS Each interested party must deliver one (1) original and two (2) copies of their proposal, clearly marked Wireless Telecommunication Facilities Assignment on the outside of a sealed envelope or box. Proposals must be received in the Purchasing Office no later than 4:00 PM Pacific Standard Time on April 30, 2013: U.S. Mail: City of Pomona Purchasing Division P.O. Box 660 Pomona, CA Hand delivery, Fedex, UPS: City of Pomona Purchasing Division 505 South Garey Ave. Pomona, CA Late proposals, electronically transmitted versions, and faxes shall not be accepted by the City. Proposals in the form of telephone calls or s will not be accepted. INQUIRIES Section 2-975(2) of the Pomona City Code states that any unauthorized contact by the bidder during the bid or proposal process with an official or city employee, other than those shown on the RFP or bid, the Finance Director, or Purchasing Manager, shall cause the bidder to be immediately disqualified from consideration of award A One-Time Sale of Cellular Tower Leases and Related Access Easements Page 2
3 In compliance with this code section only the following individuals may be contacted during this procurement process (from date of notice until date of award): For questions pertaining to the proposal specifications and bidding process, contact: the Purchasing Division at (909) Fax (909) To provide adequate response time prior to proposal closing date, all questions must be submitted to the appropriate person as shown above by April 25, 2013, 5:00 p.m. The interested parties shall carefully examine this RFP and any addenda that may be posted on the City s website. Interested parties shall seek, in writing, any requests for clarification of any ambiguity, conflict, omission or other error in this RFP. If the answer to any written inquiry materially affects the RFP, the information will be incorporated into an addendum and posted on the City s website. All addenda will be numbered in sequence and posted on the City s website on the date stated on the addenda. It shall be the responsibility of any interested party to check the City s website to determine if any addenda have been posted prior to the proposal closing date. Website address: Select City Business, Select Current Bids and RFP s, Select Non-Construction Bids. No other letters or correspondence will be sent. MISC. TERMS & CONDITIONS A. CONTRACT The party submitting the selected proposal shall enter into an Agreement with the City containing mutually agreed upon terms and conditions related to the assignment of rights and duties under existing City wireless telecommunications licenses and leases agreements. The City reserves the right to negotiate additional terms and conditions as considered necessary to memorialize the purchase and sale of the City s wireless telecommunications facilities agreements and access easements. B. PERMITS & LICENSES The contractor shall secure or maintain in force during the period covered by any contract resulting from this specification all licenses and permits required by law for the operation of their business including a Pomona Business License. C. ASSIGNMENT The contractor shall, under no circumstances, assign any contract issued as a result of this proposal by any means whatsoever, or any part thereof to another party without express written permission of the City. D. SUCCESSFUL PROPOSAL 902.2A One-Time Sale of Cellular Tower Leases and Related Access Easements Page 3
4 Any agreement between the successful proposer and the City shall require approval by the City of Pomona City Council as prescribed by City Ordinances and Codes. Standard terms and conditions shall govern any contract awarded. E. SIGNED SUBMISSION OF PROPOSALS The submission of proposals must be signed in longhand by the proposer with his/her usual signature. Submission of proposals by partnerships must be signed with the partnership name by the principal partner, followed by the signature and designation of partner signing; submission of proposals by corporations must be signed with legal name of corporation of president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall be typed or printed below the signature. F. ADDENDUM OF THE RFP If it becomes necessary to revise any part of this RFP, an addendum to the RFP will be sequencially numbered and dated and posted on the City s website. All addenda issued by the proposal deadline will be incorporated into any resulting contract. G. LATE SUBMISSION OF PROPOSALS Any proposals received after the due date and time specified in this RFP will not be considered. H. WITHDRAWAL OF SUBMISSION OF PROPOSALS Any proposer may withdraw his/her submission of proposal(s), by written request submitted personally or by facsimile, signed and dated at any time prior to the time set for the proposals opening. I. REJECTION OF SUBMISSION OF PROPOSALS The RFP does not commit the City of Pomona to award any contract. The City reserves the right, at its sole discretion to award a contract, to make no award, to reject any or all proposals without penalty, to waive irregularities in any proposals or in the RFP procedures, and to be the final judge as to which is the responsible, qualified proposal. Any proposal that contains items not specified, items that are incorrect, that does not complete all the items scheduled, or does not respond to items in the manner specified in this RFP, may be considered non responsive and may be rejected on these bases in the sole discretion of the City. Proposals offering less than 90 days for acceptance from the proposed closing date may be considered non-responsive and may be rejected. Non-acceptance of any proposal will not imply any criticism of the proposal or convey any indication that the proposal was deficient. Non-acceptance of any proposal will mean that another proposal was deemed to be more advantageous to the City of Pomona, or that no proposal was deemed acceptable. J. PUBLIC INFORMATION 902.2A One-Time Sale of Cellular Tower Leases and Related Access Easements Page 4
5 After the City Council has taken action to accept the selected proposal,, all materials received relative to this RFP will become public information and be available for inspection. The City reserves the right to retain all proposals submitted, whether or not the proposal was selected or judged to be responsive. K. PROPOSAL VALIDITY PERIOD Submission of a proposal will signify that the proposal is valid for at least ninety (90) days from the date of opening. L. NEWS RELEASES News releases pertaining to a selection resulting from any proposal made in response to the RFP shall not be made by the proposer without the prior written approval of the City of Pomona Finance Director. In addition, the successful proposer must agree not to release any advertising copy mentioning the City of Pomona or quoting the opinion of any City employee without written approval by the City of Pomona Finance Director. INDEMNIFICATION AND INSURANCE REQUIREMENTS A. INDEMNITY The selected party shall agree to indemnify the City of Pomona, and any officer, employee or agent and hold the City of Pomona, and any officer, employee or agent thereof harmless from any and all claims, liabilities, obligations and causes of action of whatsoever kind or nature for injury to, or death of, any person (including officers, employees and agents of the City of Pomona), and for injury or damage to or destruction of property (including property of the City of Pomona), resulting from any and all actions or omissions of the contracted vendor or their employees, agents or invitees, or any subcontractor of the contracted vendor or any of such subcontractor s employees, agents or invitees. B. INSURANCE The selected party shall maintain throughout the duration of the term of the Agreement, liability insurance covering the City and designating City including its elected or appointed officials, directors, officers, agents, employees, volunteers, or Company, as additional insured against any and all claims resulting in injury or damage to persons or property (both real and personal) caused by any aspect of the selected party s performance arising out of the agreement entered into with the City in amounts no less than the following and with such deductibles as are ordinary and reasonable in keeping with industry standards. It shall be stated, in the Additional Insured Endorsement, that the selected party's insurance policies shall be primary as respects any claims related to or as the result of the selected party s performance under any agreement with the CIty. Any insurance, pooled coverage, or self-insurance maintained by the City, its elected or appointed officials, directors, officers, agents, employees, or volunteers shall be non-contributory A One-Time Sale of Cellular Tower Leases and Related Access Easements Page 5
6 General Liability: a. General Aggregate $2,000,000 b. Products Comp/Op Aggregate $2,000,000 c. Personal & Advertising Injury $1,000,000 d. Each Occurrence $1,000,000 e. Fire Damage (any one fire) $ 50,000 f. Medical Expense (any one person) $ 5,000 Workers' Compensation: a. Workers' Compensation Statutory Limits b. EL Each Accident $1,000,000 c. EL Disease - Policy Limit $1,000,000 d. EL Disease - Each Employee $1,000,000 Automobile Liability a. Any vehicle, combined single limit $1,000,000 The selected party shall provide thirty (30) days advance notice to City in the event of material changes or cancellation of any coverage. Certificates of insurance and additional insured endorsements shall be furnished to City thirty (30) days prior to the effective date of this Agreement. Refusal to submit such certificates shall constitute a material breach of this Agreement entitling City to any and all remedies at law or in equity, including termination of this Agreement. If proof of insurance required under this Agreement is not delivered as required or if such insurance is canceled and not adequately replaced, City shall have the right but not the duty to obtain replacement insurance and to charge the selected party for any premium due for such coverage. Insurance is to be placed with insurers authorized and admitted to write insurance in California and with a current A.M. Best's rating of A-:VII or better. Acceptance of insurance from a carrier with a rating lower than A-:VII is subject to approval by City's Risk Manager. The selected party shall immediately advise City of any litigation that may affect these insurance policies A One-Time Sale of Cellular Tower Leases and Related Access Easements Page 6
7 DETAILED SPECIFICATIONS The leases and property locations are listed on the Attachment entitled WIRELESS TELECOMMUNICATIONS LOCATION INFORMATION. A. GENERAL 1) A list of the applicable wireless telecommunications facilities agreements are described in the attached spreadsheet. a) The City does not have the APN or site plans for the sites. b) Base rent is to be interpreted as current rent with the escalation beginning at the renewed term and /or annually. 2) Copies of the wireless telecommunications facilities agreements are available on the City s website at: City Business Current Bids & RFPs Non-Construction Bids 3) The assignment of rights to the City s wireless communication facilities agreements are being offered to the proposer in as is condition. The City shall make no improvements or upgrades to the cellular tower, equipment, or sites as part of this transaction. 4) Proposers are encouraged to propose alternate financing options which include an upfront payment in conjunction with a share of on-going revenues. The City intends to partner with the proposing party that presents the best financial offer for the one-time lump sum assignment of the identified wireless telecommunication facilities agreements that yields the highest net monetary value. 5) The City reserves the exclusive right to add new carriers to the towers as space permits. 6) The City reserves the exclusive right to install, provide access to lease space and/or negotiate financing agreements on additional City property or other locations not listed in this RFP, and to contract in the best interest of the City. 7) The City is offering to sell only the existing cell towers listed on the spreadsheet. Any new cellular towers installed after the date of the release of this Request for Qualifications and Proposals are not included in this RFP. 8) The proposer shall provide a plan for future additions to the wireless telecommunications facilities under this contract. 9) Due diligence There is no on-site inspection of the towers scheduled for this RFP; however, if selected as the successful proposal, the City may arrange physical inspection of the wireless telecommunications sites prior to award A One-Time Sale of Cellular Tower Leases and Related Access Easements Page 7
8 B. PROPOSAL CONTENT REQUIREMENTS - Interested parties shall supply the following information: 1) Cover letter containing the signature of the person authorized to enter into an agreement with the City of Pomona. 2) Full company name, main address of the firm, contact name, phone number, tax identification number, and executive summary. 3) A brief history of the business. 4) Proof of funds or summary of financing, if any. Financial information the proposer wishes to be maintained as confidential and proprietary shall be marked Confidential and Proprietary and submitted in a separate envelope and enclosed in the sealed envelope or box containing the proposal. 5) Number of years in business, date of incorporation. 6) Certification that no member of the firm has a conflict of interest with the City of Pomona. 7) State whether any of the employees or officers of the firm has been named as a defendant in any litigation brought as a result of any contract operations for operation and maintenance. If so, name the individual and describe the circumstances, including the outcome. 8) State whether the firm has ever been terminated, fired or replaced on a project other than those contracts that have been terminated due to completion. If so, name the owner and describe the circumstances. 9) Along with the above information, include a detailed proposal sheet containing all relevant terms and price in connection to the proposed acquisition of the City s rights under the existing wireless telecommunication facilities agreements. 10) Proposals shall be accompanied by a good faith deposit in the form of a certified check or bank treasurer s check in the amount of Twenty Thousand Dollars ($20,000) or properly signed Bid Bond for $20,000. Good faith deposits shall be promptly returned to unsuccessful bidders. 11) Signed Statement of Non-Collusion [END OF REQUIRED INFORMATION] 902.2A One-Time Sale of Cellular Tower Leases and Related Access Easements Page 8
9 City of Pomona - Statement of Non-Collusion by Contractor The undersigned who submits herewith to the City of Pomona a Bid or proposal does hereby certify: a. That all statements of fact in such bid or proposal are true; b. That such bid or proposal was not made in the interest of or on behalf of any undisclosed person, partnership, company, association, organization or corporation; c. That such bid or proposal is genuine and not collusive or sham; d. That said bidder has not, directly or indirectly by agreement, communication or conference with anyone, attempted to induce action prejudicial to the interest of the City of Pomona or of any other bidder or anyone else interested in the proposed procurement; e. Did not, directly or indirectly, collude, conspire, connive or agree with anyone else that said bidder or anyone else would submit a false or sham bid or proposal, or that anyone should refrain from bidding or withdraw his bid or proposal; f. Did not, in any manner, directly or indirectly seek by agreement, communication or conference with anyone to raise or fix the bid or proposal price of said bidder or of anyone else, or to raise or fix any overhead, profit or cost element of his bid or proposal price, or that of anyone else; g. Did not, directly or indirectly, submit his bid or proposal price or any breakdown thereof, or the contents thereof, or divulge information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member agent thereof, or to any individual or group of individuals, except to the City of Pomona, or to any person or persons who have a partnership or other financial interest with said bidder in his business. h. Did not provide, directly or indirectly to any officer or employee of the City of Pomona any gratuity, entertainment, meals, or any thing of value, whatsoever, which could be construed as intending to invoke any form of reciprocation or favorable treatment. i. That no officer or principal of the undersigned firm is employed or has been employed, either full or part time, by the City of Pomona either currently or within the last two (2) years; or is related to any officer or employee of the City by blood or marriage within the third degree. An exception to this section may be granted by approval of the City Council prior to contract award. j. That no offer or principal of the undersigned firm nor any subcontractor to be engaged by the principal has been convicted by a court of competent jurisdiction of any charge of fraud, bribery, collusion, conspiracy or any other act in violation of any state or federal antitrust law in connection with the bidding upon award of, or performance of, any public work contract, with any public entity, within the last three years. I certify, under penalty of perjury under the laws of the State of California, that the foregoing is true and correct and that this certification was executed on at California. (Date) (Location) Firm (Signature) Street (Print Name & Title) City State Zip
REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538
REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538 Proposals Due October 27, 2015 at 2:00 PM 1 P age TABLE
REQUEST FOR PROPOSALS
PLYMOUTH-CANTON COMMUNITY SCHOOLS REQUEST FOR PROPOSALS Assignment of Rights to Wireless Telecommunication Lease, Tower and/or Tower Management Agreement Plymouth-Canton Community Schools E.J. McClendon
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
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
Town of North Haven. REQUEST FOR QUALIFICATIONS OF and PROPOSALS FROM SOLAR ENERGY DEVELOPERS
Town of North Haven REQUEST FOR QUALIFICATIONS OF and PROPOSALS FROM SOLAR ENERGY DEVELOPERS Legal Notice Request for Qualifications and Proposals Town of North Haven The Town of North Haven requests that
Town of Trumbull. Trumbull Town Hall Purchasing Department 5866 Main Street Trumbull CT 06611. Request for Qualification
Town of Trumbull Trumbull Town Hall Purchasing Department 5866 Main Street Trumbull CT 06611 Request for Qualification REQUEST FOR LETTERS OF QUALIFICATIONS FOR SOLAR ENERGY DEVELOPER Legal Notice Request
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
SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION
SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION David M. Louis, C.P.M., CPPO, CPPB Director Jon Drake, C.P.M. Deputy Director July 23, 2013 TO: ALL PROSPECTIVE RESPONDERS FROM: REQUEST
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
PROPOSAL. To The. Alameda County Office of Education. Emailed Bid for Palo Alto Network Next Gen Firewall. Bid Open September 29th, 2015 4:00 PM
PROPOSAL Of Name of Bidder: To The Alameda County Office of Education Emailed Bid for Palo Alto Network Next Gen Firewall Schedule #1610 Bid Open September 29th, 2015 4:00 PM Email to [email protected] Alameda
COC-Insurance Requirements Page 1 of 9
CITY OF CONCORD INSURANCE AND INDEMNIFICATION REQUIREMENTS (The 1 st two pages provide basic insurance requirements information.) Insurance Required: See below Sample in Contract Limits of Coverage: Additional
CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.
CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue
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
How To Write A Collection Contract At Mtsac.Org
Mt. San Antonio College 1100 N. Grand Avenue Walnut, CA 91789 Request for Proposals for Debt Collection Services RFP #2995 Issued: October 2014 Due: December 16, 2014 2:00 pm 1 RFP #2995 CONTENTS 1.0 General
REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT
REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT The Town of Avon is seeking written responses to a Request for Proposal (RFP) for services of a landscape architect
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
E- Rate RFP Entity # 16075552 Funding Year 14 With Multi-Year Option 470 # 626480001164674 RFP: Data and Cell Service
E- Rate RFP Entity # 16075552 Funding Year 14 With Multi-Year Option 470 # 626480001164674 RFP: Data and Cell Service Original RFP posted on our Webpage (www.cintitechacademy.com) DUE DATE: January 17,
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
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
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
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
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
D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS
PART 1 GENERAL 1.01 GENERAL SECTION 002113 INSTRUCTIONS TO BIDDERS A. Information contained in this section is supplemental to or in explanation of information in the INVITATION TO BID contained in Section
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,
REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority
REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office [email protected]
Castaic Lake Water Agency Storage Area Network Expansion. Request for Proposal. July 2012
Castaic Lake Water Agency Castaic Lake Water Agency Storage Area Network Expansion Request for Proposal July 2012 Questions due by 5:00 p.m., Wednesday, July 18, 2012. Proposals will be received until
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
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
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
REQUEST FOR PROPOSAL/QUALIFICATIONS FOR INDEPENDENT FINANCIAL ADVISOR. Issued by the Town of Bedford
REQUEST FOR PROPOSAL/QUALIFICATIONS FOR INDEPENDENT FINANCIAL ADVISOR Issued by the Town of Bedford Chris Burdick, Supervisor David Gabrielson, Deputy Supervisor Francis Corcoran Marybeth Kass Lisbeth
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
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/
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
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
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
REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER
RFP #2016-02 REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES FOR SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER RELEASE DATE: January 29, 2016 DUE DATE: February
L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming
L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming Request for Proposals to provide Landscape Architect Due Date Proposal Submissions Monday, June 15, 2015 by 5:00 p.m. RFP15-15008 Solicited by: Department
Internet & VoIP Services Eligible and ineligible E-rate services RFP # 2015-101
Internet & VoIP Services Eligible and ineligible E-rate services E-Rate Yr 18 (2015-2016) RFP # 2015-101 Request for Proposals Issued: February, 10, 2015 Deadline for Submittal of Proposals: March 10,
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
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
COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR
COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR CONSTRUCTION MANAGEMENT SERVICES FOR ORANGE COAST COLLEGE BUSINESS, MATH, COMPUTING CENTER December 14, 2012 PROPOSALS DUE: By 4 p.m. -
INSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4
1THE PHILADELPHIA PARKING AUTHORITY RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4 Prior to commencement of the contract and until completion of your work, shall, at its sole expense,
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
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
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
INLAND VALLEY DEVELOPMENT AGENCY REQUEST FOR PROPOSALS (RFP) FOR PAYROLL SERVICES
INLAND VALLEY DEVELOPMENT AGENCY 1601 East Third Street San Bernardino, CA 92408 Phone: (909) 382-4100/FAX: (909) 382-4106 REQUEST FOR PROPOSALS (RFP) FOR PAYROLL SERVICES January 22, 2013 OVERVIEW The
SCHENECTADY CITY SCHOOL DISTRICT
SCHENECTADY CITY SCHOOL DISTRICT REQUEST FOR PROPOSAL ESL Translation Services 1220-12B 2012-2013 School Year DUE: December 20, 2012 9 a.m. DAVID WEISER DISTRICT DIRECTOR OF CENTRAL SERVICES AND DISTRICT
DOCUMENT 00400 BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO
Date of Bid: DOCUMENT 00400 BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO In response to the Advertisement for Bids for the following public work: PIER 26 SOUTH BULKHEAD
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.
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:
City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT
City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT Date original issued: September 28, 2015 Qualifications Statements due: The City of Vallejo will consider Proposals submitted in response
Request for Proposal. City of Monrovia Case Management, Facilities Management and Work Order Application Replacement
Request for Proposal City of Monrovia Case Management, Facilities Management and Work Order Application Replacement City of Monrovia Information Systems Division January 2, 2014 Responses Due January 27,
LOCUM TENENS SERVICES
Issue Date: March 19, 2014 COUNTY OF MERCED REQUEST FOR QUALIFICATIONS NUMBER 7042 LOCUM TENENS SERVICES Mark A. Cowart Administrative Services, Chief Information Officer 2222 M Street Merced, CA 95340
Exhibit D CRANE AUCTION INDEMNIFICATION AND INSURANCE REQUIREMENTS
Exhibit D CRANE AUCTION INDEMNIFICATION AND INSURANCE REQUIREMENTS The insurance requirements below are dependent on the actions to be taken by the successful vendor(s) following the Port of Los Angeles
TABLE OF CONTENTS. Section 1: Minimum Qualifications 4. Section 2: Guidelines and General Information 5
AUGUST 17, 2015 NOTICE INVITING PROPOSALS FOR THE CITY OF BEVERLY HILLS, COMMUNITY SERVICES DEPARTMENT RECREATION MANAGEMENT SOFTWARE SYSTEM The City of Beverly Hills invites prospective respondents to
ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS
ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS Allegany County will receive sealed bids until 10:00
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 [email protected]
REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits
REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits The City of Louisville, Colorado is accepting proposals for the purpose of performing sales and use tax, and franchise fee compliance
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 QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES
REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES 1. STATEMENTS OF QUALIFICATIONS REQUESTED The San Bernardino Community College District (District) Facilities
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
REQUEST FOR PROPOSAL. Insurance Broker Services. Property Liability Casualty Fleet Workers Compensation
925 Felix Street St. Joseph, MO 64501 Telephone: 816-671-4000 Fax: 816-671-4469 REQUEST FOR PROPOSAL Insurance Broker Services Property Liability Casualty Fleet Workers Compensation CONTACT: RESPONSE DUE:
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
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
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,
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
AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave.
Date: 03/07/2014 RFP # 2014-6 Request for Proposal for: Paper Shredding / Document Destruction Services AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott
INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES
INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES This Independent Contractor Agreement for Services ( Agreement ) is made as of, 2012, between the Culver City Unified School District ("District")
CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION
CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION The City of San Jose is seeking to contract with a law firm or attorney licensed by
REQUEST FOR PROPOSAL FOR SECURITY CAMERA SYSTEM AT CONWAY LAW ENFORCEMENT CENTER CONWAY, SC 29526
REQUEST FOR PROPOSAL FOR SECURITY CAMERA SYSTEM AT CONWAY LAW ENFORCEMENT CENTER CONWAY, SC 29526 Stephanie Carroll, Technology Coordinator [email protected] 843 248 1760 LEC Security Camera System
MT. SAN ANTONIO COMMUNITY COLLEGE DISTRICT
MT. SAN ANTONIO COMMUNITY COLLEGE DISTRICT REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES RFQ #3028 Submissions Due by 2:00 p.m. PST, August 20, 2015 Mt. San Antonio Community College
TOWN OF SCITUATE MASSACHUSETTS
TOWN OF SCITUATE MASSACHUSETTS REQUEST FOR SERVICES Marketing Services for Town of Scituate Economic Development Commission NOVEMBER 2014 GENERAL INFORMATION The Town of Scituate, acting through its Economic
EXHIBIT A (of Request for Proposal)
EXHIBIT A (of Request for Proposal) INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES This Independent Contractor Agreement for Services ( Agreement ) is made as of, 2016 between the Dublin Unified
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
REQUEST FOR PROPOSALS SPEC. # 4995
Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2057 New Rochelle, NY 10801 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR PROPOSALS SPEC. # 4995 NEW RO WORKS!
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,
REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT
REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT WOODY WHITE, CHAIRMAN BETH DAWSON, VICE-CHAIRMAN JONATHAN BARFIELD, JR. BRIAN BERGER THOMAS WOLFE CHRIS COUDRIET, COUNTY
INDEPENDENT CONTRACTOR SERVICES AGREEMENT
INDEPENDENT CONTRACTOR SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 2010, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal corporation, whose
REQUEST FOR PROPOSAL (RFP) FORM. Enter title here. Invitation to Bid. Utica College invites you to submit a proposal to brief description.
REQUEST FOR PROPOSAL (RFP) FORM TITLE: Enter title here I. GENERAL INFORMATION Invitation to Bid. Utica College invites you to submit a proposal to brief description. If a contract results from this RFP,
FIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE
THE SCHOOL DISTRICT SHARON SWAN ARTHUR C. JOHNSON, Ph.D. OF PALM BEACH COUNTY, FLORIDA DIRECTOR SUPERINTENDENT CONSTRUCTION PURCHASING DEPARTMENT 3661 INTERSTATE PARK ROAD NORTH, SUITE 200 RIVIERA BEACH,
REQUEST FOR PROPOSALS FOR PINE GROVE ELEMENTARY SCHOOL PLAYGROUND REPLACEMENT PROJECT TOWN OF AVON, CONNECTICUT
REQUEST FOR PROPOSALS FOR PINE GROVE ELEMENTARY SCHOOL PLAYGROUND REPLACEMENT PROJECT TOWN OF AVON, CONNECTICUT The Town of Avon and Avon Board of Education are seeking written responses to a Request for
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
INDEPENDENT CONTRACTORS AGREEMENT
INDEPENDENT CONTRACTORS AGREEMENT THIS AGREEMENT entered into by and between (hereafter the Contractor ) and the Park District of Highland Park (hereafter Park District ). WHEREAS, Contractor will be performing
The purpose of this Agreement is to establish the services of Independent Contractor to the University of La Verne on
THIS AGREEMENT is made by and between UNIVERSITY OF LA VERNE ( University ) and. Independent Contractor In consideration of the mutual promises and covenants contained herein, the parties are agreed as
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
EMC AVAMAR HARDWARE AND SOFTWARE MAINTENANCE BID# 1212. Bid Deadline: June 27, 2013 at 2:00pm
EMC AVAMAR HARDWARE AND SOFTWARE MAINTENANCE BID# 1212 Bid Deadline: June 27, 2013 at 2:00pm BID# 1212 EMC AVAMAR HARDWARE AND SOFTWARE MAINTENANCE TABLE OF CONTENTS Title Number of Pages Notice Calling
ADDENDUM NO. 1 TO RFP 9600-61: Locum Tenens Referrals
ADDENDUM NO. 1 TO RFP 9600-61: Locum Tenens Referrals Date: March 18, 2015 To: All Vendors Interested in RFP # 9600-61 From: Kristen Aldrich, Deputy Purchasing Agent, NMC Contracts Division Subject: Addendum
Unity Community Center Metal Roof Installation. Request for Bids
Unity Community Center Metal Roof Installation Unity Barn Raisers Request for Bids May 24, 2012 Town of Unity Communities for Maine s Future Bond funding Unity Barn Raisers PO Box 381 32 School Street
FABENS INDEPENDENT SCHOOL DISTRICT FABENS, TEXAS. REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES (CM @ Risk) FOR
FABENS INDEPENDENT SCHOOL DISTRICT FABENS, TEXAS REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES (CM @ Risk) FOR A New High School Competition Gym RFP No. 052015-036 PROPOSALS ARE DUE 10:00
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
INDEMNIFICATION AND INSURANCE REQUIREMENTS FOR LOS ANGELES COUNTY SERVICE AGREEMENTS
INDEMNIFICATION AND INSURANCE REQUIREMENTS FOR LOS ANGELES COUNTY SERVICE AGREEMENTS Include Section I and Section II.(A. - F.) in all County service agreements. I. Indemnification: Contractor shall indemnify,
TAFT LIBRARY ADDENDUM STANDARD FORM OF AGREEMENT BETWEEN TOWN OF MENDON ( THE TOWN ) AND ( ARCHITECT ) 1.1 Delete space if no additional information.
TAFT LIBRARY ADDENDUM STANDARD FORM OF AGREEMENT BETWEEN TOWN OF MENDON ( THE TOWN ) AND ( ARCHITECT ) This Addendum is attached to and modifies the Standard Form of Agreement between the Town and Architect,
