FIBER WIDE AREA NETWORK MAINTENACE RFP #TEFO16CS

Size: px
Start display at page:

Download "FIBER WIDE AREA NETWORK MAINTENACE RFP #TEFO16CS"

Transcription

1 P.O. BOX 218 LEANDER, TEXAS / fax 512/ PROPOSAL, SPECIFICATIONS, & PROPOSAL FORMS Request for Proposals For FIBER WIDE AREA NETWORK MAINTENACE RFP #TEFO16CS Bids are due: 2:00 P.M. February 16, 2016 Hand carry/express Mail: USPS Mail: Contact: Leander ISD Purchasing Department 1900 Cougar Country Drive Cedar Park, TX Leander ISD Purchasing Department P O Box 218 Leander, TX Cristy Soares 512/

2 TABLE OF CONTENTS Section 1: Invitation and Facts Section 2: General Instructions/Proposal Requirements Section 3: Contract Terms and Conditions Section 4: Specifications and Special Terms and Conditions Section 5: Attachments Page 2

3 Section 1 Invitation and Facts LEANDER INDEPENDENT SCHOOL DISTRICT Invitation Leander Independent School District (known herein as LISD or the District ), is accepting proposals for the Maintenance of the District s Wide Area Network Fiber Optic Cable Plant in accordance with the instructions, terms and conditions, and requirements/specifications contained in this solicitation. Vendors wishing to submit a proposal must be a Certified Telecommunications Utility (CTU), as defined by the Public Utility Commission (PUC), and have been authorized to provide basic local telecommunications services pursuant to a certificate of convenience and necessity (CCN), a certificate of operating authority (COA), or a service provider certificate of operating authority (SPCOA) issued by the PUC. In addition, vendors wishing to submit a proposal must have been granted Right-of-Way use pursuant to an executed agreement for Joint Use of Utility Poles with Perdenales Electric Cooperative, Inc. (PEC) and the City of Austin (Austin Energy) District Facts and Statistics LISD covers an area of approximately 200 square miles and is located in Williamson and Travis Counties The District currently operates 25 elementary schools with grades Pre-kindergarten through grade 5; 8 middle schools with grades 6, 7, and 8; and 5 high schools with grades 9, 10, 11, and 12 and 2 alternative educational facility. LISD has approximately 10 auxiliary support and athletic facilities as well. LISD will open high school #6 in the Fall of A map of the District is available at the following District website address: under Popular Links, go to Maps Fiber Optic Cable Outside Plant Details LISD owns and operates approximately one hundred and twenty (120) miles of Corning Metrocor and Standard Single Mode Fiber Optic Cable (FOC) to support the District s private network. The FOC is designed in a multi-ring physical topology and connects all facilities within the District The FOC is constructed within public and private Right-of-Way. Grande Communications, for the benefit of LISD, currently provides the construction, operation and maintenance of the FOC through agreements by the owners of the Right-of-Way. Section 2: General Instructions/ Proposal Requirements Proposals Instructions Proposals are to be returned in a sealed envelope marked on the outside Fiber Wide Area Network Maintenance, RFP# TEFO16CS. There will be no public opening of the RFP All Proposals may be submitted until 2:00 P.M. local time on February 16, Proposals must be returned to the following address in sufficient time so as to be received and time stamped on or before the time and date shown on this Solicitation: Hand Delivered - Leander ISD, Purchasing Department 1900 Cougar Country Dr. Cedar Park, Texas Mailed: Leander ISD, Purchasing Department, PO Box 218, Leander, Texas Proposals will not be considered received unless the Proposal is physically received within the Purchasing Office at the address listed above prior to Proposal opening Late Solicitation Responses will not be considered under any circumstances All proposers must submit separate prices on each item being proposed, if applicable It is the sole responsibility of the Proposer to ensure his offer is received in the Purchasing Department. No excuses are acceptable. NO LATE PROPOSALS, ED, OR FAXED PROPOSALS WILL BE ACCEPTED Proposal Responses must contain all forms See Attachments in Section 4 in its entirety. Page 3

4 2.1.9 Proposals submitted are encouraged to be in type-written or in print format. Due to high volume of responses, any illegible proposals may be rejected. The District shall be the sole judge of acceptable Proposal Responses Deviations/Non-Collusion Statement and exceptions to requirements: See Attachment. Each and every deviation from the General Conditions, and/or Specifications must be listed on the Deviation Attachment when submitting the proposal Questions/ Interpretation of Bidding Documents LISD shall be sole interpreter of the General Conditions, Scope of Services, Contract Specifications, and the Performance Requirements contained herein Any explanation desired by a Proposer regarding the meaning or interpretation of this Solicitation, or any forms included herein, must be requested in writing at least 5 business days prior to the date for receipt of proposals to the Buyer identified on the face of this Solicitation with sufficient time allowed for a reply to reach Prospers before the submission of a Proposal. Phone calls will not be considered All answers to the submitted questions will be listed on the LISD website in the form of an addendum for all bidder applicants to view the questions and answers. No Addenda will be issued later than three (3) days prior to the due date for bid submissions Each bidder shall return a signed copy of the Addenda with their bid submission. Failure of a bidder to receive any such Addenda shall not relieve the bidder from any obligation under its bid as submitted. All Addenda so issued shall become a part of the Contract Documents Oral explanations or instructions given before the award of the contract are not binding Any interpretations, corrections or changes of or to the Bid Documents made in any other manner will not be binding upon the District, and bidders may not rely thereon No contact shall be made with the District requester unless specifically authorized by the Buyer. Failure to comply with this requirement may be grounds for rejection of Solicitation Response Evaluation This is a negotiated procurement, and as such, the District reserves the right to negotiate any terms, conditions, or pricing with a Proposer prior to an award LISD reserves the right to award the Contract(s) to the Proposer(s) offering the best value, and not necessarily to the Proposer(s) offering the lowest price The following criteria, but not limited to, will be considered in evaluation. NOTE: Order does not represent priority. (1) the purchase price; (2) the reputation of the vendor and of the vendor's goods or services; (3) the quality of the vendor's goods or services; (4) the extent to which the goods or services meet the district's needs; (5) the vendor's past relationship with the district; (6) the impact on the ability of the district to comply with laws and rules relating to historically underutilized businesses; (7) the total long-term cost to the district to acquire the vendor's goods or services; (8) the vendor s principal place of business is in this state, or employees at least 500 persons in this state; (9) any relevant factor specifically listed in the request for proposal. (10) the vendor s financial stability The District reserves the right to accept or reject any or all offers, to waive all technicalities, and to accept the proposal or proposals that are determined to be the most favorable to the District. Page 4

5 Page 5 LEANDER INDEPENDENT SCHOOL DISTRICT Award Successful proposers will be notified by an award notification letter Awarded vendors may be required to submit a conflict of interest disclosure form online to the Texas Ethics Commission in compliance with HB Warranty, Operation & Maintenance Data Warranty, Operation and Maintenance requirements are specified in Section 4 herein. Section 3: Contract Terms and Conditions Contract Terms Term of Contract: Contracts created by this solicitation shall be in effect for ten (10) years. Upon agreement of both parties, the contract may be extended in one (1) year increments for up to an additional ten (10) years Purchase Methods/Quotes It is anticipated that the Information Technology Department will use the following methods: Purchase Order and Quotes to purchase through the Contract Invoicing and Payment Contractor shall submit invoices, in duplicate. Invoices shall indicate the purchase order number, shall be itemized Contractor shall not include Federal Excise, State or City Sales Tax. LISD shall furnish tax exemption certificate, if required LISD agrees to pay supplier no later than thirty (30) days after receipt of uncontested invoices for the receipt of all supplies, aids or equipment, or the day on which services were completed, or the day on which the invoice was received, whichever is later LISD agrees to notify supplier of error or contested invoice. LISD and supplier hereby agree to mutually resolve disputed invoices, if at all possible, within sixty (60) days of receipt of notice of dispute The District s obligation is payable only and solely from funds available for the purpose of this purchase. Lack of funds shall render this contract null and void to the extent funds are not available and any delivered, but unpaid goods will be returned to the Contractor by the District Final Acceptance and Payment: Upon completion of the work in full and strict conformity to the contract documents and its final acceptance by the LISD Project Manager, LISD shall pay the balance of the contract price less any sum that may be necessary to settle any claim LISD may have against contractor or that may be necessary to settle any outstanding obligations of contractor or of his subcontractors arising out of or incident to the performance of the contract LISD will not be liable for any work done that has not been pre-authorized and issued a purchase order number Indemnification Contractor shall indemnify, defend and hold harmless the District, its officers, agents and employees, from and against any and all loss, cost, damage, expense and claims, including attorney s fees and liability of any kind for any acts or omission of Contractor, its officers, agents or employees, in performance of contract, so long as the sole negligence of the District is not the cause of the loss, claim, damage expense or cost Insurance Requirements Each proposer should run the following insurance requirements, waivers of subrogation language and indemnity language past his/her insurance underwriters for the purpose of identifying any requirements that may impose a hardship on the Contractor. Such hardships should be listed in the proposal and can be considered as LISD evaluates the proposals. Any hardships can be discussed and negotiated with the bidder before the final proposer is selected. The Contractor shall take out and maintain, at its expense, until termination of the contract, at least the following insurance, with the insurance company to be approved by LISD:

6 TYPE OF COVERAGE Project Cost $0 - $100,000 $100,000 - $500,000 Commercial General Liability BI & PD each occurrence $100,000 $500,000 BI & PD general aggregate $500,000 $500,000 Medical Expenses $5,000 $5,000 Personal & Adv Injury $100,000 $300,000 Products & Completed Operations $100,000 $300,000 Commercial Auto Liability - $500,000 $1,000,000 Comb Single Limits Workers Compensation Statutory Limits Statutory Limits Excess/Umbrella Liability $500,000 $500,000 "Contractor represents that he/she is not an employee of the district and that he/she has or will follow Texas statutory guidelines regarding workers compensation" The contractor shall cause the insurance company to submit to LISD evidence of the coverage outlined above before any work is started, and shall continue to submit copies of insurance renewals while the contract is in force. The Certificate of Insurance shall provide that coverage shall not be canceled or altered without first providing LISD with thirty- (30) day s prior written notice. The Contractor shall require all subcontractors performing any work to maintain coverage as specified herein. Certificates are to be provided directly to: Leander Independent School District, Purchasing Dept, and P.O. Box 218, Leander, TX Non-Appropriation Availability of Funds: The award of this contract is dependent on the availability of funding. In the event funds do not become available, the contract may be terminated, or the scope amended. There shall be no penalty or removal charges incurred by the District Termination Termination for Convenience: This contract may be terminated by either LISD or the Contractor upon thirty (30) days written notice in the event of substantial failure of the other party to perform in accordance with the terms of this agreement. (Ownership of productany product or materials paid for by the District shall become the property of the District in the case of early termination) Termination for Cause: If at any time, Vendor fails to fulfill or abide by the terms and conditions or specifications of this Agreement, LISD reserves the right, at its sole discretion, to do one or more of the following, as allowed by law: Purchase the goods or services on the open market and charge the Vendor the difference between the Agreement price and actual purchase price; deduct any charges, losses or damages for non-performance or defective performance from existing or future invoice amounts due to Vendor; terminate this Agreement upon thirty(30) days of written notification to Vendor and remove Vendor from the active proposal file for a period of time not less than one (1) year; terminate this Agreement upon thirty (30) days of written notification and repropose the goods or services; terminate this Agreement upon thirty (30) days of written notification and award to next lower responsible bidder/offeror. Page 6

7 3.6.0 Assignment: No right or interest in this contract shall be assigned or delegation of any obligation made by the contractor without the written permission of the District Governing Law Both parties agree that venue for any litigation arising from this contract shall lie in Leander, Williamson County, Texas This contract shall be governed by the laws of the State of Texas, Williamson County and the Uniform Commercial Code. The Uniform Commercial Code shall govern this agreement. Wherever the Uniform Commercial Code is used, it shall be construed as meaning the Uniform Commercial Code as adopted in the State of Texas effective and in force on the date of this agreement This contract is governed locally by the International Building Code as it applies Release of Liability LISD and the Vendor agree that LISD has no liability for injury or other claims brought by the Vendor arising in any way whatsoever from the provision of Services. The Vendor must take all precautions necessary for the safety of and prevention of damage to LISD property and for the safety of and prevention of injury to persons, including LISD employees and students. All work must be performed entirely at the Vendor's risk. LISD has no liability for any damages or injuries the Vendor may sustain in the course of providing Services herein described, except as required by law Force Majeure No party shall have any liability to another in the event of the cancellation of the Services if such cancellation is caused by or due to the acts or regulations of public authorities, labor difficulties, civil tumult, terrorist attack, strike, epidemic, interruption or delay of transportation service or any other cause beyond the reasonable control of a party. In the event of a cancellation for force majeure, the parties will attempt to reschedule the Services, or if rescheduling is not feasible or desirable, a refund will be issued for any paid Fee with respect to the canceled engagement Notification of Criminal History of Contractor (a) A person or business entity that enters into a contract with a school district must give advance notice to the district if the person or an owner or operator of the business entity as been convicted of a felony. (b) A school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract." Conflict of Interest DISCLOSURE OF CERTAIN RELATIONSHIPS WITH LOCAL GOVERNMENT OFFICIALS Local Government Officials are the Superintendent, Board Members or any agent/employee of the District who exercises discretion in the planning, recommending, selection or contracting of a vendor. Any individual or business entity that contracts or seeks to contract for the sale or purchase of property, goods, or services with Leander ISD must file a Conflict of Interest Questionnaire with the LISD Purchasing Office in accordance with Texas Local Government Code Chapter 176, no later than the 7th business day after the recipient becomes aware of facts that require filing. Page 7

8 Disclosure is required if: The person has an employment or other business relationship with the local government officer or a family member resulting in the officer or family member receiving taxable income more than $2,500; or The person has given the local government officer or family member one or more gifts (excluding food, lodging, transportation, and entertainment) that have an aggregate value of more than $100 in the twelve month period preceding the date the officer becomes aware of an executed contract or consideration of the person for contract to do business with the district; or The person has a family relationship with a local government officer that is either 3 rd degree of consanguinity (blood) or 2nd degree affinity (marriage). The local government officer holds an ownership interest of 1% or more in the vendor's business. This requirement applies to a person who is an agent of a Vendor in the Vendor's business with the District. A vendor commits an offense if the vendor knowingly violates Section , Local Government Code. An offense under this section is a misdemeanor. If a school district learns that Vendor didn't properly disclose, the district can terminate the contract with that vendor The Conflict of Interest Questionnaire may be printed from the LISD website at under District and School Information, Purchasing Department Forms, failure penalties and additional information are posted at The Texas Ethics Commission s website at Disclosure of LISD employee status: All bidders must disclose the name of any LISD employee who owns, directly or indirectly, an interest in the Bidder s firm or any of its branches. Failure to provide such information may be grounds for disqualification of the bid or cancellation of a contract resulting from this solicitation. Purchase of services or equipment from a business owned in whole or in part by a District employee shall be permitted only when approved by the Chief Financial Officer and executed through a documented competitive process. Services that might be provided by the employee as an extension of the employee s regular job responsibilities are prohibited from consideration Interlocal Agreements with other School Districts through the Central Texas Purchasing Alliance A. Membership. Leander ISD is a member in good standing of the Central Texas Purchasing Alliance (CTPA / ), an alliance of over 40 school districts in Texas representing over a million students, sharing information, services and contractual opportunities. CTPA is an alliance created in accordance with Section of the Texas Government Code through interlocal agreements. B. Adoption of Awarded Contracts. In support of this collaborative effort, all awards made by Leander ISD may be adopted by other active CTPA member districts. By adopting a contract from another CTPA member district, the adopting district has met the competitive bidding requirements established by the Texas Education Code, Section (a)(4) and as required by the adopting district s policies. There is no obligation on either party to participate unless both parties agree. The goods and services provided under the contract will be at the same or better contract pricing and purchasing terms established by the originating district. Page 8

9 Page 9 LEANDER INDEPENDENT SCHOOL DISTRICT C. Adopted Contract Management. The adopting district shall be responsible for the management of the new contract and all payments to the contracted vendor. The originating district shall have no responsibilities under the new contract agreement. Section 4: Special Instructions, Specifications and Special Terms and Conditions Special Instructions In addition to other requirements in this RFP, the Proposer shall: (1) Provide one (1) clearly identified original of the Proposal response in hard copy and one (1) copy of the original Proposal in electronic format. (2) Provide the last five (5) years of prepared financial statements. (3) Complete and submit the Cost Form in Section 5. It is the Proposer's responsibility to specify all costs, including but not limited to: materials, labor, project management, shipping, travel, etc. Proposer is responsible for any calculations, formulae, crossreferences, extended prices, verifications, etc. Cost must be firm-fixed price and must be in United States Dollars (US$). (4) Clearly identify: any special conditions of sale or cost considerations relative to the combination or independent procurement action that may occur from this RFP or relative to any requirement of this RFP; any exceptions to this RFP; any proposed agreement(s); and any Value Added Offerings Specifications This section includes specifications for the Maintenance of the Wide Area Network Fiber Optic Cable Plant. Specifications in this section are minimum requirements. All services performed under this section must adhere to the District s Standards for the Wide Area Network Fiber Optic Cable Plant Emergency Restoration Services Including the Following: (1) Emergency replacement and restoration of aerial cable plant, underground cable plant (if applicable), termination and/or splicing, and testing of damaged plant. (2) Twenty-four (24) hour a day, seven (7) day a week on call coverage. (3) Two (2) hour onsite response time to all call-outs. (4) Immediate repairs to damaged plant (permanent or temporary). (a) If temporary repairs are performed on an emergency basis to restore service, permanent repairs shall be performed within three (3) working days (Saturdays, Sundays and national holidays excluded) from the time of the emergency restoral. Permanent repairs which require downtime to network electronic components will be scheduled with the District s Representative based on the affected network components. (5) Two (2) bucket trucks, one (1) trencher, cable lashing machine, fusion splicing trailer, and OTDR test equipment must be maintained on stand-by for two (2) hour response. (6) Storage of spare cable, poles, anchors, splice cases, manholes, conduit, etc. shall be at Contractor-owned warehouse location for pick-up by restoration crews. Timely restoration services are contingent upon availability and access to warehouse facilities where materials are stored. (7) Contractor will be required to maintain the color coding scheme developed by the District for the FOC. (8) All materials required for restoration activities (fiber optic cable, strand, pole hardware, lashing wire, consumable kits for splicing, etc.) will be provided by the Contractor Routine/Preventative Maintenance Including the Following: (1) Ongoing maintenance services of a routine nature for activities which are not of an emergency nature but must be performed on an ongoing basis throughout the term of the contract. Such activities are the usual result of other activities by other entities; i.e., pole change-outs, rotten pole replacements, relocation of pole lines due to road widening, weather related minor damage to pole-line plant, vandalism, etc. (2) Ongoing maintenance activities may be scheduled within normal working hours, Monday through Friday.

10 (3) A Fiber Cable Patrol shall be provided with responsibilities of driving the District s fiber route in its entirety as scheduled by the District s Representative (once or twice per year). Such patrols shall make visual observations of each fiber route in order to observe, document and make recommendations for areas of the plant which require routine maintenance activities such as those described above or to correct plant which does not meet the District s Standards and to identify areas where tree trimming is needed to protect the integrity of the fiber plant Moves, Adds and Changes (1) As each work site is identified by the District, Contractor will visit the site to determine the scope of the project and to prepare a site survey that includes: (a) Path determination for main rings, sub rings, spur construction and entrance facilities. (b) Preliminary detail on main rings, sub rings or spur construction necessary to connect into the nearest access point. (c) Identification of potential make-ready work involving applicable utilities. (d) Permitting requirements (OneCall/Texas Excavating Safety System, traffic control, road closures, etc.). (e) Any other items required to develop a preliminary work plan for quotation purposes. (3) Provide all necessary material per the District s Standards for the Wide Area Network Fiber Optic Cable Plant. (4) Provide necessary inventory control and warehousing space to stockpile equipment and other material items as needed. (5) Prepare preliminary work print in an MS Excel Worksheet format. (6) Present quotation and preliminary work print(s) back to the District s Representative for review and approval. (7) Upon receiving notification to proceed from the District s Representative, order material, finalize work print(s), obtain/verify all necessary permits and begin preliminary placing operations. (8) Build main ring, sub ring or spurs additions (as applicable), terminate and label fiber, place jumpers on all fibers where applicable. (9) Notify District s Representative before opening splices and after completion to verify that rings are properly back in service (out of wrap). (10) Perform bi-directional OTDR (Optical Time Division Reflectometer) and power meter tests through new fibers from both directional nodes. (11) Ensure that all fibers meet or exceed the District s Standards. (12) Promptly provide copies of all testing results to the District s Representative. (13) Create as-built document(s) from the work print(s) and provide an electronic copy to the District s Representative and as further defined herein. (14) Re-test and/or troubleshoot any suspect connector or fiber identified by the District s Representative. Make any necessary corrections and provide updated documentation. (15) Warranty (a) The Contractor warrants the materials, workmanship and work to be in conformance with the Specifications included in this section for a period of one year from the date of completion of the work. (b) The Warranty binds the Contractor to correct any work that does not conform to such Specifications or any defects in workmanship or materials furnished which may be discovered within the one year period. (c) The Contractor shall, at its own expense, correct such defect after receiving notice from the District by repairing same to the condition called for in the Specifications. (d) The warranty shall cover parts, labor, travel and all other expenses. (e) Warranty service shall be on a 24-hour/day, 365-day/year basis with an onsite response time not to exceed two (2) hours. The proposer shall certify that its proposed service facility shall initiate, within two (2) hours, repair to any critical system product that fails while under warranty. (f) Service Under Warranty Page 10

11 Page 11 LEANDER INDEPENDENT SCHOOL DISTRICT (i) If it becomes necessary for the District to contract out for warranty repairs, due to an inability or failure of the Contractor to perform such repairs, the Contractor shall reimburse the District for all invoices for parts, labor, materials, travel, per-diem, consulting fees and all other related expenses such as shipping/handling costs to perform such repairs, within 30 days from presentation of an invoice from the District. This shall only occur after the Contractor has been given reasonable time and fair opportunity to respond and correct the problem. The cost limitation for such repairs will not exceed the actual costs as listed above which are directly related to the repair As-Built Drawings (1) During the performance of work under this Contract, the Contractor shall record and delineate accurately all changes which constitute departures from the original As-Built Drawings. The set of Drawings thus corrected and changed shall show the work as actually constructed. Such changes to the As-Built Drawings shall be delivered to the District s Representative within three (3) business days following the work. The As-Built Drawings shall show sufficient detail to convey the following information: (a) Locations of all poles, fiber splices, splice boxes or access points, and slack points; and (b) Physical dimensions, relation to existing conditions, and horizontal and vertical location of all underground or hidden installations (if applicable) Material and Workmanship (1) The Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, services, insurance, and all water, fuel, transportation, and other facilities necessary for the execution and completion of the work under the Specifications. (2) Unless otherwise specifically provided in this Specification, all equipment, material, and articles incorporated in the work are to be new and of the most suitable grade for the purpose intended. (3) All work shall be performed in a skillful and workmanlike manner. The Contractor agrees to employ only orderly and competent employees, skillful in the performance of the type of work required under this contract; and agrees that whenever informed by the District in writing that any employee(s) on the work is(are), in its opinion, incompetent, unfaithful or disorderly, shall be discharged from the work and shall not again be employed on the work without the District s written consent Subcontractors (1) The Contractor shall bind each Subcontractor by written subcontract to all the obligations of the Contract Documents in respect to the sublet work which are favorable to the District. The Contractor shall not write any subcontract at variance with the conditions of the Contract Documents and the provisions of the Contract Documents shall be incorporated in any subcontract agreement. (2) Nothing contained in the Contract Documents shall create any contractual relationship between the District or any of its member agencies and any Subcontractor nor any obligation on the part of the District or its member agencies to pay, or to see to the payment of any sums to any Subcontractor. (3) The Contractor agrees to be fully responsible to the District for the acts and omissions of all Subcontractors and/or persons either directly or indirectly employed by the Contractor. (4) The District reserves the right to disapprove, with reasonable cause, any Subcontractor or its employee. In the event of disapproval, the Contractor has the sole responsibility to provide competent Subcontractors that are acceptable to the District Other Terms and Conditions (1) All fiber maintenance activities shall comply with the District s Standards. (2) On-Call Telephone Number and Escalation List (a) Contractor shall provide a toll free telephone number which is answered twenty four (24) hours per day, seven (7) days per week for reporting of problems with the District s Wide Area Network Fiber Optic Cable Plant.

12 (b) Contractor shall provide an escalation list to be used by the District s Representative to escalate problems within the Contractor's organization when it is deemed that the Contractor's responsiveness to a reported problem has not been adequate or in accordance with the terms and conditions of this RFP. Escalation must be available to the senior levels of management within the Contractor's organization Special Terms and Conditions Prior to award, any selected vendor must successfully negotiate a Right-to-Use agreement with Grande Communications allowing for access to any facilities within the Right-of-Way (for example poles, messenger wires, pole attachments, ducts, etc.), that are controlled and operated by Grande Communications, for the performance of any duties in a resulting contract from this solicitation. Section 5: Attachments A. Vendor Profile B. Offer Form & General Conditions C. Deviation & Non-Collusion Statement D. Contractor Certification E. Conflict of Interest F. Cost Form Page 12

13 Page 13 LEANDER INDEPENDENT SCHOOL DISTRICT Attachment A: Vendor Profile CompanyName: DBA: CompanyAddress: City: State: Zip: Company Website Address Organization Type: Sole Owner Corporation S-Corp. Partnership Other List the telephone numbers to: Placeorders Fax#: Persontocontact: Title: Area(s) of Procurement for which the company is requesting consideration: Is your company a member of any Purchasing Cooperatives? (Ex. Buy Board, TCPN, etc) Yes No If yes, please list your company s purchasing cooperative affiliations: Are you a sole source vendor for the procurement areas you listed? Yes No If yes, please provide a letter listing the commodities you are sole source for to the Purchasing Department for approval. Does your company accept Master Card? Yes No Is any company employee, either full or part time, owner, official, stockholder, subcontractor, or member of their immediate family, a member of the Board of Trustees or an employee of the Leander Independent School District? yes no. If yes please disclose names:. Corporate / Local contact for this proposal: Corporate Name: Address: City: State Zip Phone: Fax: Local Name: Address: City: State Zip Phone: Fax: Please attach following information: Number of Years In Business: References: Please list three (3) Texas school districts, with contact names, phone numbers, and address of comparable size, for which you have performed services similar to this RFP in the past three years. District/Company Name: Address: Contact Person: Contact Phone: District/Company Name: Address: Contact Person: Contact Phone: District/Company Name: Address: Contact Person: Contact Phone:

14 Attachment B: Offer Form & General Conditions I have received the General Conditions and all forms for Maintenance of Fiber Optic Cable Outside Plant as prepared by Leander Independent School District. I have examined the General Conditions and submit the following proposal. If I have deviated from the original General Conditions set forth by Leander Independent School District, I have specified such deviations in the attached Deviation Form See Attachment. LISD reserves the right to use several companies in order to meet the needs of our growing District. Our goal is to maintain LISD facilities to optimum operation and reduce down time of such equipment in the event of any level of operation failure. I agree: 1. To hold my proposal open for 90 days after the proposal date for review of proposal; 2. That if selected for any part or all of the proposal, I will in good faith enter into negotiations of a final Contract. 3. That the term of the contract will be for ten (10) years with the option for up to ten (10) one-year extensions. 4. That payment(s) will only be made from an invoice. Payment will not be made from a statement. A purchase order number must appear on all invoices. 5. That the General Conditions, Public Notice, instruction, representations, written notices and/or agreements made in conferences concerning this solicitation are part of this contract as if they were attached, or therein repeated. 6. Leander ISD can terminate this contract in 30 days with written notice. Signed LISD Proposal Documents - Attachments A-F Insurance Certificate or Letter of Insurability CompanyName: AuthorizedRepresentative (Print Name) Authorized Representative: Title: (Signature) Page 14

15 Attachment C: Deviation and Non-Collusion Statement Deviations to Terms and Conditions: In the event the undersigned bidder intends to deviate from the general terms, conditions, or specifications contrary to those listed in the Terms and Conditions and other information attached hereto, all such deviations must be listed on Below, with complete and detailed conditions and information also being attached (attach additional pages as necessary. Deviations to Specifications: Vendors must list all specifications for item(s) proposed that differ from any specifications/brands listed in proposal. LISD will be the sole judge to determine if deviations are acceptable in meeting the needs of LISD and participating members. Non-Collusion Statement The undersigned affirms that they are duly authorized to execute this contract, that this Initial company, corporation, firm, partnership or individual has not prepared this bid in collusion with any other Proposer, and that the contents of this proposal as to prices, term or conditions of said proposal have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of business prior to the official opening of this proposal. Suspension and Debarment Statement Non-Federal entities are prohibited from contracting with or making sub-awards under Initial covered transaction to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement of goods or services equal to or in excess of $100,000. Contractors receiving individual awards of $100,000 or more and all sub recipients must certify that the organizations and its principals are not suspended or debarred. The undersigned affirms that no suspension or debarment is in place, which would preclude receiving a federally funded contract under the Federal OMB, A-102, Common Rule. Our bid is submitted according to: deviations as listed above OR DATE: no deviations CompanyName: AuthorizedRepresentative (Print Name) Authorized Representative: Title: (Signature) Page 15

16 Leander Independent School District Attachment D: Contractor Certification Introduction: Texas Education Code Chapter 22 requires entities that contract with school districts to provide services to obtain criminal history and fingerprinting record information regarding covered employees. Contractors must certify with the District that they have complied. Covered employees with disqualifying criminal histories are prohibited from serving at a school district. Definitions: Covered employees: Employees of a contractor or subcontractor who have or will have continuing duties related to the service to be performed at the District and have or will have direct contact with students. The District will be the final arbiter of what constitutes direct contact with students. Disqualifying criminal history: Any conviction or other criminal history information designated by the district, or one of the following offenses, if at the time of the offense, the victim was under 18 or enrolled in a public school: (a) a felony offense under Title 5, Texas Penal Code; (b) an offense for which a defendant is required to register as a sex offender under Chapter 62, Texas Code of Criminal Procedure; or (c) an equivalent offense under federal law or the laws of another state. Direct contact: The contact that results from activities that provide substantial opportunity for verbal or physical interaction with students that is not supervised by a certified educator or other professional district employee. On behalf of ( Contractor ), I certify that [check one]: [ ] None of the employees of Contractor and any subcontractors are covered employees, as defined above. If this box is checked, I further certify that Contractor has taken precautions or imposed conditions to ensure that the employees of Contractor and any subcontractor will not become covered employees. Contractor will maintain these precautions or conditions throughout the time the contracted services are provided. Or [ ] Some or all of the employees of Contractor and subcontractor are covered employees. If this box is checked, I further certify that: Page 16

17 (1) Contractor has obtained all required criminal history and fingerprinting record information, through the Texas Department of Public Safety, regarding its covered employees. None of the covered employees has a disqualifying criminal history. (2) If Contractor receives information that a covered employee subsequently has a reported criminal history, Contractor will immediately remove the covered employee from contract duties and notify the District in writing within 3 business days. (3) Upon request, Contractor will provide the District with the name and any other requested information of covered employees so that the district may obtain criminal history record information on the covered employees (4) If the district objects to the assignment of a covered employee on the basis of the covered employee s criminal history record information, Contractor agrees to discontinue using that covered employee to provide services at the District. (5) All covered employees hired after January 1, 2008, have completed the fingerprinting process prior to performing any duties related to the District or having any direct contact with students. Non-compliance by Contractor with this certification may be grounds for contract termination. Contractor Signature Date Page 17

18 Attachment E: Conflict of Interest 11 Page 18

19 Attachment F: Cost Form Complete the Cost Form below. It is the Proposer's responsibility to specify all costs, including but not limited to: materials, labor, project management, shipping, travel, etc. Proposer is responsible for any calculations, formulae, cross-references, extended prices, verifications, etc. Cost must be firm-fixed price and must be in United States Dollars (US$). Annualized Cost Enter the cost per year and the total for the ten (10) year term of the Contract. Years 1-10: Total 10 year cost: $ annually. $ Page 19

Request for Quote for. Technology Devices: Desktops, Laptops, etc. RFQ #TEDV14CS

Request for Quote for. Technology Devices: Desktops, Laptops, etc. RFQ #TEDV14CS P.O. BOX 218 LEANDER, TEXAS 78646 512-570-0613 fax 512/570-0607 Email [email protected] QUOTATION, SPECIFICATIONS, & FORMS Request for Quote for : Desktops, Laptops, etc. RFQ #TEDV14CS Bids

More information

NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217

NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217 NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217 Requests for Proposals will be received in the Office of the Executive Director of Procurement & ecommerce for CATALOG ART

More information

REQUEST FOR PROPOSALS

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

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

Michael McCullar, Director of Purchasing RFQ Title: Bond Counsel RFQ Opening Time and Date: Thursday, February 5, 2015 10:00AM CST

Michael McCullar, Director of Purchasing RFQ Title: Bond Counsel RFQ Opening Time and Date: Thursday, February 5, 2015 10:00AM CST PURCHASING DEPARTMENT 1404 IH 35 NORTH NEW BRAUNFELS, TX 78130 Phone: 830-221-2068 Fax: 830-221-2007 RFQ 15-06 Bond Counsel Issue Date: January 23, 2015 Page 1 of 11 RFQ #15-06 Michael McCullar, Director

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

Castaic Lake Water Agency Storage Area Network Expansion. Request for Proposal. July 2012

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

More information

BUYING AGENCY AGREEMENT

BUYING AGENCY AGREEMENT THIS AGREEMENT ( Agreement ) is made this day of, 20xx, by and between, with its principal place of business at referred to hereinafter as Buyer, and, with its principal office at, hereinafter referred

More information

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

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

More information

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

REQUEST FOR PROPOSAL RFP # P08-09 GEOGRAPHIC INFORMATION SYSTEM PROFESSIONAL SERVICES AND INFRASTRUCTURE ASSET MANAGEMENT SERVICES

REQUEST FOR PROPOSAL RFP # P08-09 GEOGRAPHIC INFORMATION SYSTEM PROFESSIONAL SERVICES AND INFRASTRUCTURE ASSET MANAGEMENT SERVICES CITY OF CASSELBERRY REQUEST FOR PROPOSAL RFP # P08-09 GEOGRAPHIC INFORMATION SYSTEM PROFESSIONAL SERVICES AND INFRASTRUCTURE ASSET MANAGEMENT SERVICES TABLE OF CONTENTS RFP # P08-09 GEOGRAPHIC INFORMATION

More information

MAJOR EQUIPMENT PURCHASE CONTRACT

MAJOR EQUIPMENT PURCHASE CONTRACT MAJOR EQUIPMENT PURCHASE CONTRACT CONSUMERS ENERGY COMPANY ONE ENERGY PLAZA JACKSON, MI 49201 ( Buyer ) ( Seller ) Date:, 20 Subject to the provisions of this Major Equipment Purchase Contract ( Contract

More 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

REQUEST FOR PROPOSALS

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

More information

EXHIBIT A (of Request for Proposal)

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

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

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL PURCHASING DEPARTMENT P.O. BOX 1349 300 N. PATTERSON ST. VALDOSTA, GEORGIA 31601 #LC-2016-09R FOR: Security Guard Services DUE DATE: April 20, 2016 Proposals Due By: 10:00 am EST Amy

More information

STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010

STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010 STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010 Fiscal Year 2011 1 TABLE OF CONTENTS Part 1 - Informational...3 Part 2 - Operating Environment...8 Part

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

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS ADVERTISEMENT FOR BIDS Bids will be received at the office of the Niles City School District, 100 West Avenue, Niles, Ohio, 44446 until 12:00 PM on Friday, March 22, 2013 and will be opened and read immediately

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

Terms and Conditions. 3012436v2 12285.01010

Terms and Conditions. 3012436v2 12285.01010 Terms and Conditions ACCEPTANCE. Except as otherwise agreed in a written agreement signed by both parties, these Terms and Conditions will govern Buyer s purchase order. BI Technologies acceptance of Buyer

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

CSA CONSTRUCTION, INC. 2314 McAllister Road Houston, Texas 77092 SUBCONTRACTOR AGREEMENT

CSA CONSTRUCTION, INC. 2314 McAllister Road Houston, Texas 77092 SUBCONTRACTOR AGREEMENT CSA CONSTRUCTION, INC. 2314 McAllister Road Houston, Texas 77092 SUBCONTRACTOR AGREEMENT THIS AGREEMENT made this day of Month, Year, by and between CSA CONSTRUCTION, INC., a Texas corporation whose principal

More information

Webb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent

Webb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent Webb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent Formal Invitation for Bids (ITB) Bid 2016-93 Annual Contract for Plumbing Repair Due: August 20, 2015 before 2:00p.m. Public Notice

More information

AGREEMENT FOR SECURITY AND TRANSPORT SERVICES

AGREEMENT FOR SECURITY AND TRANSPORT SERVICES AGREEMENT FOR SECURITY AND TRANSPORT SERVICES THIS AGREEMENT For Security Services (the Agreement ) is made and entered into effective this day of, 20, by and between CITY OF Commerce City, COLORADO, a

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

EXHIBIT 1 Standard Contract Addendum

EXHIBIT 1 Standard Contract Addendum EXHIBIT 1 Standard Contract Addendum This Standard Contract Addendum ( Addendum ) is between Texas Southern University ( University ) and the other party ( Contracting Party ) indicated in the signature

More information

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 TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES The Trustees of the Governor William Stoughton Trust (hereinafter the Trustees ) issue this

More information

PROVO CITY UTILITIES NET METERING LICENSE AGREEMENT

PROVO CITY UTILITIES NET METERING LICENSE AGREEMENT PROVO CITY UTILITIES NET METERING LICENSE AGREEMENT Customer-Owned Electric Generating Systems of 25kW or Less This NET METERING LICENSE AGREEMENT ( Agreement ) is between ( Customer ) and Provo City -

More information

Design Development Agreement

Design Development Agreement Design Development Agreement June 2010 prepared by Larry Kirkland, PAN Council Member and The Law Office of Sarah Conley Disclaimer The Public Art Commission Agreement is made available as a service of

More information

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

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

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

MANAGED TECHNOLOGY, PROFESSIONAL SERVICES, AND ENTERPRISE SOLUTIONS REQUEST FOR PROPOSAL (RFP#) 05-18-15-01 Website: http://www.dcschools.

MANAGED TECHNOLOGY, PROFESSIONAL SERVICES, AND ENTERPRISE SOLUTIONS REQUEST FOR PROPOSAL (RFP#) 05-18-15-01 Website: http://www.dcschools. MANAGED TECHNOLOGY, PROFESSIONAL SERVICES, AND ENTERPRISE SOLUTIONS REQUEST FOR PROPOSAL (RFP#) 05-18-15-01 Website: http://www.dcschools.com DATE: April 28, 2015 CONTACT PERSON: Alan Hagy, Purchasing

More information

REQUEST FOR PROPOSAL GRANT WRITING SERVICES

REQUEST FOR PROPOSAL GRANT WRITING SERVICES REQUEST FOR PROPOSAL GRANT WRITING SERVICES SCOPE OF SERVICES The Village of Maywood is seeking to retain a Consultant to assist the Village in researching and identifying potential grants and providing

More information

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No. MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.] THIS CONTRACT (the Contract ) is made as of the day

More information

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

Terms and Conditions for Purchase Orders for Recycling Materials

Terms and Conditions for Purchase Orders for Recycling Materials Terms and Conditions for Purchase Orders for Recycling Materials This Agreement is made by and between AEROJET-GENERAL CORPORATION, an Ohio corporation with a place of business at Rancho Cordova, California

More information

BID INVITATION COVER SHEET. City of Waco Operations Center 1415 N. 4 th St., Waco, Texas

BID INVITATION COVER SHEET. City of Waco Operations Center 1415 N. 4 th St., Waco, Texas Purchasing Services P.O. Box 2570 Waco, Texas 76702-2570 254 / 750-8060 Fax: 254 / 750-8063 BID INVITATION COVER SHEET RFB No: 2015-025 Commodity/Service: Sale of Various Properties Receipt of Bids Closing

More information

BROKER CARRIER AGREEMENT. THIS AGREEMENT is made and entered into on, 200, by and between REED FREIGHT SERVICES, INC. ( BROKER ) and ("CARRIER").

BROKER CARRIER AGREEMENT. THIS AGREEMENT is made and entered into on, 200, by and between REED FREIGHT SERVICES, INC. ( BROKER ) and (CARRIER). BROKER CARRIER AGREEMENT THIS AGREEMENT is made and entered into on, 200, by and between REED FREIGHT SERVICES, INC. ( BROKER ) and ("CARRIER"). I. Recitals A. BROKER is a licensed transportation broker

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

SELLING TERMS AND CONDITIONS

SELLING TERMS AND CONDITIONS SELLING TERMS AND CONDITIONS 1. The Agreement. All sales by Sterling Machinery, Inc., an Arkansas corporation (the Seller ) to the purchaser of Seller s Goods (the Buyer ) shall be governed by the following

More information

REQUEST FOR PROPOSAL (RFP#) 11-11-13-04 E-RATE VOICE- SIP TRUNK. Website: http://www.dcschools.com

REQUEST FOR PROPOSAL (RFP#) 11-11-13-04 E-RATE VOICE- SIP TRUNK. Website: http://www.dcschools.com DATE: October 11, 2013 REQUEST FOR PROPOSAL (RFP#) 11-11-13-04 E-RATE VOICE- SIP TRUNK Website: http://www.dcschools.com CONTACT PERSON: Alan Hagy, at 214-944-4522, or [email protected] Request for Proposal

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

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

CONSULTANT AGREEMENT. THIS CONSULTANT S AGREEMENT (the Agreement ) is effective this day of

CONSULTANT AGREEMENT. THIS CONSULTANT S AGREEMENT (the Agreement ) is effective this day of CONSULTANT AGREEMENT THIS CONSULTANT S AGREEMENT (the Agreement ) is effective this day of, 2011, by and between the TOWN OF UNIVERSITY PARK (the Town ), a municipal corporation of the State of Maryland,

More information

ENGINEERING AGREEMENT

ENGINEERING AGREEMENT ENGINEERING AGREEMENT STATE OF LOUISIANA PARISH OF JEFFERSON This Agreement is made and entered into on this day of, 200 by and between the Parish of Jefferson, State of Louisiana, acting herein by and

More information

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS MAIL BIDS TO: STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 RFP 14-08 REQUESTING DEPT: PURCHASING TITLE OF RFP: E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC

More information

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

EXHIBIT B CRITERIA AND BILLING FOR EXTRA SERVICES EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES The following Extra Services to the Agreement shall be performed by Architect if needed and if authorized or requested by the District: 1. Making revisions

More information

Request for Proposal

Request for Proposal Request for Proposal Design, Build, Lease Rooftop Solar PV System RFP# 14-2015 Calabogie Community Rink, 574 Mill Street, Calabogie, Ontario Proposal Closing Date: September 25, 2015; 2:00 PM Local Time

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 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

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

CITY OF POMONA. Request for Qualifications and Proposals. For

CITY OF POMONA. Request for Qualifications and Proposals. For 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

More information

STATE BANK OF SPRING HILL INTERNET BANKING AGREEMENT WWW.SBSH-KS.COM Internet banking is not available to children under 18 years of age.

STATE BANK OF SPRING HILL INTERNET BANKING AGREEMENT WWW.SBSH-KS.COM Internet banking is not available to children under 18 years of age. STATE BANK OF SPRING HILL INTERNET BANKING AGREEMENT WWW.SBSH-KS.COM Internet banking is not available to children under 18 years of age. PLEASE READ THIS AGREEMENT CAREFULLY AND KEEP A COPY FOR YOUR RECORDS.

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

PURCHASE ORDER TERMS AND CONDITIONS

PURCHASE ORDER TERMS AND CONDITIONS PURCHASE ORDER TERMS AND CONDITIONS 1. DEFINITIONS: In these Terms and Conditions and all documents related to the Purchase Order: Purchaser means the entity issuing the Purchase Order as identified on

More information

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

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

More information

SAMPLE CONTRACT LANGUAGE. 2.0 Terms and Conditions. 2.1 Scope of Services: Contractor will perform the services described in Exhibit A

SAMPLE CONTRACT LANGUAGE. 2.0 Terms and Conditions. 2.1 Scope of Services: Contractor will perform the services described in Exhibit A SAMPLE CONTRACT LANGUAGE 2.0 Terms and Conditions The parties agree to the terms and conditions listed below: 2.1 Scope of Services: Contractor will perform the services described in Exhibit A 2.2 Payments:

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

1. INTERPRETATIONS AND DEFINITIONS Whenever used in this Agreement, the following terms shall have the meaning set out below:

1. INTERPRETATIONS AND DEFINITIONS Whenever used in this Agreement, the following terms shall have the meaning set out below: Support and Maintenance Agreement For all CAE Healthcare Products Introduction to Your Support and Maintenance Services With the purchase of any brand new CAE Healthcare Product, customers are provided,

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

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

#5 Independent Contractor Form - With Insurance With Bonds

#5 Independent Contractor Form - With Insurance With Bonds #5 Independent Contractor Form - With Insurance With Bonds Proposed use: Contracts for smaller projects not involving street construction but important enough to require performance and require an avenue

More information

Attachment A Terms and Conditions RFX No. 3000005987 TITLE: Quality Control Standards DHH Office of Public Health

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

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 [email protected]

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

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

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

NPSA GENERAL PROVISIONS

NPSA GENERAL PROVISIONS NPSA GENERAL PROVISIONS 1. Independent Contractor. A. It is understood and agreed that CONTRACTOR (including CONTRACTOR s employees) is an independent contractor and that no relationship of employer-employee

More information

City of New Rochelle New York. REQUEST FOR PROPOSAL Specification No. 5044

City of New Rochelle New York. REQUEST FOR PROPOSAL Specification No. 5044 Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Howard Rattner Commissioner Mark Zulli Risk/Purchasing Manager City of New Rochelle New York REQUEST

More information

BILLING & COLLECTIONS SERVICES STATEMENT OF GENERALLY AVAILABLE TERMS AND CONDITIONS

BILLING & COLLECTIONS SERVICES STATEMENT OF GENERALLY AVAILABLE TERMS AND CONDITIONS BILLING & COLLECTIONS SERVICES STATEMENT OF GENERALLY AVAILABLE TERMS AND CONDITIONS Description of Service This Statement of Generally Available Terms and Conditions ( Statement ) provides details under

More information

INTRODUCING BROKER COMMODITY FUTURES CUSTOMER AGREEMENT WITH E*TRADE SECURITIES LLC

INTRODUCING BROKER COMMODITY FUTURES CUSTOMER AGREEMENT WITH E*TRADE SECURITIES LLC INTRODUCING BROKER COMMODITY FUTURES CUSTOMER AGREEMENT WITH E*TRADE SECURITIES LLC Re: Supplement to Commodity Futures Customer Agreement dated between MF Global, Inc ( MF Global ) and the customer named

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

AGREEMENT BETWEEN THE COUNTY OF TEHAMA AND TAX SALE SERVICES OF CALIFORNIA, LLC

AGREEMENT BETWEEN THE COUNTY OF TEHAMA AND TAX SALE SERVICES OF CALIFORNIA, LLC AGREEMENT BETWEEN THE COUNTY OF TEHAMA AND TAX SALE SERVICES OF CALIFORNIA, LLC This agreement is entered into between the Tehama County Tax Collector, ( County ) and Tax Sale Services of California, LLC.

More information

AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD

AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD JANUARY 1, 2014 TO DECEMBER 31, 2015 AGREEMENT THIS AGREEMENT, is made and entered into

More information

Everest/WFGIA New Agent Contracting Set Up Sheet

Everest/WFGIA New Agent Contracting Set Up Sheet Everest/WFGIA New Agent Contracting Set Up Sheet WFG Code # Agent s Name: Address: Apt./Suite No.: Phone Number: E-Mail Address: Checklist: Completed Producer History Sheet (9511) Contract (3357) signed

More information

PROFESSIONAL/CONSULTING SERVICES AGREEMENT

PROFESSIONAL/CONSULTING SERVICES AGREEMENT This SERVICES AGREEMENT ( Agreement ) is entered into by and between the undersigned, ( Contractor ), (Social Security Number or Federal I.D. No.), located at and Texas Southern University ( TSU ), an

More information

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

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT

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

More information

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND PHARMACY BENEFITS MANAGER BID PACKAGE All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint

More information

PRODUCT SALES AGREEMENT

PRODUCT SALES AGREEMENT PRODUCT SALES AGREEMENT This Product Sales Agreement (this Agreement ) is made as of the day of, 201, by and between Georgia Tech Applied Research Corporation, a Georgia non-profit corporation ( Seller

More information

Request for Proposal S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE

Request for Proposal S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE Request for Proposal Proposal For: Mailing Services Proposal Number: 09-16-15 Proposal Release Date: August 5, 2015 Proposal Due Date: August 21,

More information

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

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

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: 16FB101644C PROJECT TITLE: Electronic Signature Pads DEPARTMENT: Finance DUE DATE: March

More information

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE This Agreement is made as of, 20 (the Effective Date ), by and

More information

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019

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

More information

Performance Bond. Business):

Performance Bond. Business): Performance Bond CONTRACTOR (Name and Address): (Name and Address of Principal Place of Business): OWNER (Name and Address): City of Cedar Rapids City Clerk, 101 First Street SE Cedar Rapids, IA 52401

More information

Network Support Service Contract Terms & Conditions. Business Terms describes this agreement for the provision of support services to the client;

Network Support Service Contract Terms & Conditions. Business Terms describes this agreement for the provision of support services to the client; Network Support Service Contract Terms & Conditions 1. Definitions In these Terms and Conditions: Business Terms describes this agreement for the provision of support services to the client; Service Manager

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

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

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

More information

N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP")

N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS (RFP) N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP") January 7, 2016 N.I.C.E. Community School District A. Instructions REQUEST FOR PROPOSAL FOR PRELIMINARY

More information

SUPER OVERSIZE / OVERWEIGHT SINGLE TRIP

SUPER OVERSIZE / OVERWEIGHT SINGLE TRIP CITY OF BAYTOWN City Clerk s Office 2401 Market Street Baytown, Texas 77520 Phone: (281) 420-6504 Fax: (281) 420-5891 Web: www.baytown.org FOR OFFICE USE ONLY Date Received: Date Processed: SUPER OVERSIZE

More information