RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081
|
|
- Rosamond Blankenship
- 8 years ago
- Views:
Transcription
1 RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS REQUEST FOR PROPOSAL FOR GENERAL LIABILITY, SCHOOL LEADERS ERRORS & OMISSIONS, AND AUTO LIABILITY INSURANCE RFP #1281 The Richardson Independent School District (RISD) is soliciting proposals for general liability, school leaders errors & omissions, and auto liability insurance as per specifications stated in this solicitation document. Sealed proposals shall be submitted in an envelope marked on the outside with the proposer s name, address and proposal number RFP #1281 to: McGriff, Seibles and Williams of Texas, Inc. Attn: Johnny Fontenot and Robert Waggoner 5080 Spectrum Drive, Suite 900E Addison, Texas Proposals will be received at the above address until MONDAY JULY 15, 2013, 1:00PM, CST. Proposals will be publicly opened at 2:00 PM the same day. Proposals must be submitted in sufficient time to be received and time-stamped at the above location on or before the published proposal date and time shown on the RFP. Richardson Independent School District will not be responsible for delivering mail from the post office. Proposals received after the published time and date may not be considered. FAX proposals will not be accepted. The proposal name and number must be identified on the outside envelope being delivered (i.e. Federal Express, UPS, US Postal Service, and Hand Delivery.) Proposers must submit sealed proposals and one (1) copy in the form of the executed Proposal Form together with any material required by any addendum to this RFP by the time and date specified. This is a compliance proposal to establish vendors and cost which will allow for the legal acquisition of RFP #1281. Proposal prices must remain firm for one-year from date of award for proposal to be considered. This proposal is also renewable for a second and third year in one-year increments provided all prices remain firm and both parties agree. RISD s contact for this proposal is Renee Long (469) of renee.long@risd.org. Contact between solicited vendors and user departments during the request for sealed proposal process or evaluation process is prohibited. Any attempt by a solicited vendor to contact the departments will result in disqualification. All questions regarding proposals must be submitted in writing no later than MONDAY JULY 08, 2013 to Robert Waggoner via rwaggoner@mcgriff.com. 1
2 TABLE OF CONTENTS General Stipulations and Conditions of Proposal 3 Signature Sheet 6 Certification Regarding Debarment, Suspension, and Other Responsibility Matters 7 Statement of Equal Opportunity and Non-Discrimination 9 Conflict of Interest Questionaire 10 Proposal Information 12 Disqualification and Rejection of Proposals 12 Selection Criteria 12 Contract Period 13 Authorized Signature 13 Resolution 14 Minority Statement 15 Bid/No Bid Page 16 List of Attachments 17 2
3 RICHARDSON INDEPENDENT SCHOOL DISTRICT Richardson, Texas GENERAL STIPULATIONS AND CONDITIONS OF PROPOSAL PROFESSIONAL SERVICES IF THERE ARE CONTRADICTIONS BETWEEN THE GENERAL STIPULATIONS AND CONDITIONS OF BID/ PROPOSAL AND THE SPECIFICATIONS, WRITTEN OR VERBAL, THE GENERAL STIPULATIONS AND CONDITIONS OF PROPOSAL SHALL CONTROL. I. INVITATION TO SUBMIT PROPOSAL: A. Richardson Independent School District invites all interested and qualified firms to submit proposals for RFP #1281 Request for Proposal for General Liability, School Leaders Errors & Omissions, and Auto Liability Insurance in accordance with directions available with McGriff, Seibles & Williams of Texas, Inc Spectrum Drive, Suite 900E, Addison, Texas Contact Mr. Johnny Fontenot, Executive Vice President, phone or at or Mr. Robert Waggoner, Senior Vice President, phone or at B. For the purpose and clarity of this document only, the terms RISD or District will herein mean the Richardson Independent School District and/or the Board of Trustees of Richardson, Dallas County, Texas. As used herein, the term Proposer means any reliable person, entity, broker, vendor, and/or contractor who wants to submit a proposal in response to a Request for Proposal (RFP). The term Proposal refers to all responses or proposals submitted hereunder. C. The District will receive sealed Proposals until date and time indicated on the RFP cover. Proposals must be delivered to the office of McGriff, Seibles & Williams of Texas, Inc Spectrum Drive, Suite 900E, Addison, Texas 75001, attention: Johnny Fontenot and Robert Waggoner, where they will be opened. II. PROPOSAL PREPARATION, SPECIFICATIONS SHEET, AND PROPOSAL OPENING: A. An authorized representative of the firm must sign all Proposals. It is the intent of this RFP that should a given Proposal be accepted, it will automatically become a part of a binding contract. B. At the time RISD opens the Proposals, the Risk Manager, or her designee, shall open and record all Proposals received. Sufficient time will be allotted to analyze all Proposals received and the final recommendations shall be prepared for District review and approval. The District will follow the review process described in the RFP. III. BILLING AND PAYMENT/DISCOUNTING: A. All invoices shall be submitted in duplicate and mailed in accordance with instructions as shown on purchase order (unless otherwise noted). All invoices shall be forwarded to: RICHARDSON INDEPENDENT SCHOOL DISTRICT ATTENTION: ACCOUNTS PAYABLE DEPARTMENT 970 SECURITY ROW RICHARDSON, TEXAS
4 B. Invoices will be returned for correction unless they contain a detailed description of the invoiced services that is sufficient to allow the District to ascertain the specific services provided and the dates of services. Any expenses that the District has agreed to reimburse shall be itemized. RISD will not be responsible for normal overhead or overtime costs unless the District has specifically agreed to such expenses in advance. The original and one copy of the invoice shall be forwarded to the office listed above. C. Terms for payment: Net 30 days from receipt of complete/correct invoice. All discounts, including prompt payment, shall be included in bid price. IV. COLLUSION: A. All Proposers shall sign the appropriate certification as provided on the signature sheet. The District may reject any Proposal that does not include the required certification. V. COMPLIANCE WITH SPECIFICATIONS: A. The Proposer shall abide and comply with the true intent of the specifications and not take advantage of any unintentional error or omission. B. The District reserves the right to reject any or all Proposals that comply with these specifications, or to accept a higher Proposal price that complies, when, in the judgment of the District, such Proposal offers additional value or function, which justifies the difference in price. VI. DEVIATIONS FROM SPECIFICATIONS: All requested deviations from the specifications and requirements stated in the RFP must be specified in writing by the Proposer at the time the Proposal is submitted. The absence of a written list of requested deviations or exceptions when the Proposal is submitted will hold the firm strictly accountable to the District to the specification or requirement as written. The District reserves the right to reject or modify any requested exception or deviation. Excessive exceptions may result in disqualification of a Proposal. VII. ERRORS IN PROPOSALS: Proposers and their authorized representatives shall fully inform themselves as to the conditions, requirements, and specifications before submitting a Proposal. Failure to do so will be at the firm s risk. VIII. QUALITY OF PROFESSIONAL SERVICE: RISD expects that each vendor will perform all contracted services in a good, thorough and professional manner consistent with industry and professional standards for similar services. IX. SIGNATURE TO BIDS: Each Proposal must show the full business address and telephone number of the firm and be signed by the person or persons legally authorized to sign contacts. All correspondence concerning the Proposal and contract, including Notice of Award, and Purchase Order, will be mailed or delivered to the address shown on the Proposal in the absence of written instructions from the Proposer to the contrary. The vendor is responsible for notifying RISD in writing of any change of address or contact person. X. TAXES: A. The District is exempt from the payment of the Texas Sales Tax. Exemption Certificates for the Federal Excise Tax may be furnished, if such should apply to any item purchased. B. Prices quoted shall not include federal excise or state sales and use taxes. Exemption certificates will be furnished upon request. C. The District s Tax Identification Number is
5 XI. DISPUTE RESOLUTION: Any disputes arising out of Proposal or subsequent contract shall be resolved informally, where possible, through conference with the District official responsible for the professional service area in question. Any dispute that cannot be promptly resolved through informal conference shall be presented to the District in writing pursuant to Board Policy GF-- Public Complaints. The timelines set out in that policy shall be followed. A copy of the policy is available at or from the Director of Purchasing. XII. GOVERNING LAW/VENUE: Any contract resulting from the Proposal and all matters related thereto shall be construed according to the laws of the State of Texas. Venue for any disputes between the parties shall lie in Dallas County, Texas. 5
6 SIGNATURE SHEET My/our signature below confirms that I/we: 1. propose to provide professional services to the Richardson Independent School District, as described in the accompanying proposal; 2. certify that this Proposal is made without any previous understanding, agreement, or connection with any person, firm, or corporation making a Proposal for the same services and is in all respects fair and without collusion or fraud; and 3. certify that this firm is an equal opportunity employer and that all employment decisions are made without regard to the color, race, sex, national origin, religion, age, or disability status of otherwise qualified individuals. COMPANY NAME: SIGNATURE: By: (Print Name) Title: DATE SIGNED: ADDRESS: TELEPHONE: FAX : TERMS: RETURN TO: RICHARDSON INDEPENDENT SCHOOL DISTRICT 970 SECURITY ROW RICHARDSON, TX Return completed sheet with proposal 6
7 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS I. DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION (a) In accordance with the provisions of Appendix A to 49 CFR (Code of Federal Regulations), Part 29, the offeror certifies to the best of the offeror s knowledge and belief, that it and its principals: (1) are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal, State or Local Government department or agency; (2) have not within a three (3) year period preceding this offer been convicted of or had a civil judgment rendered against them for the commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes, or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (3) are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local with commission of any of the offenses enumerated in (a)(2) above; and (4) have not within a three (3) year period preceding this offer had one or more public transactions (Federal, State, or local) terminated for cause or default. (b) Where the offeror is unable to certify to any of the statements above, the offeror shall attach a full explanation to this offer. (c) For any subcontract at any tier expected to equal or exceed $25,000: (1) In accordance with the provisions of Appendix B to 49 CFR, Part 29, the prospective lower tier subcontractor certifies, by submission of this offer, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to the statement, above, an explanation shall be attached to the offer. (3) This certification (specified in paragraphs (c)(1) and (c) (2), above, shall be included in all applicable subcontracts and a copy kept on file by the prime contractor. The prime contractor shall be required to furnish copies of the certifications to the Authority upon request. 7
8 II. FELONY CONVICTION NOTIFICATION AND CRIMINAL BACKGROUND CHECK (a) (b) (c) Offeror must give advance notice to the Owner if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony. The District may terminate any Agreement or if the Owner determines that the person or business entity failed to give notice as required by this paragraph or misrepresented the conduct resulting in the conviction. This paragraph requiring advance notice does not apply to a publicly held corporation. : Offeror will obtain criminal history record information that relates to an employee, applicant for employment, or agent of the Offeror if the employee, applicant, or agent has or will have continuing duties related to the contracted services; and the duties are or will be performed on school property or at another location where students are regularly present. The Offeror certifies to the Owner before beginning work and at no less than an annual basis thereafter that criminal history record information has been obtained. Offeror shall assume all expenses associated with the background checks, and shall immediately remove any employee or agent who was convicted of a felony, or misdemeanor involving moral turpitude, as defined by Texas law, from Owner property or other location where students are regularly present. District shall be the final decider of what constitutes a location where students are regularly present. Offeror s violation of this section shall constitute a substantial failure. If the Offeror is the person or owner or operator of the business entity, that individual may not self-certify regarding the criminal history record information and its review, and must submit original evidence acceptable to the District with this Agreement showing compliance. Signature below acknowledges compliance with Section I. DEBARMENT, SUSPENSION, INELIGILITY AND VOLUNTARY EXCLUSION and Section II. FELONY CONVICTION NOTIFICATION AND CRIMINAL BACKGROUND CHECK. SIGNATURE OF OFFEROR: DATE: PRINTED/TYPED NAME OF OFFEROR: COMPANY NAME: TEL#: Complete and return with proposal 8
9 RICHARDSON INDEPENDENT SCHOOL DISTRICT STATEMENT OF EQUAL OPPORTUNITY AND NON-DISCRIMINATION The Richardson Independent School District is committed to fair and equal competition among all vendors. It is the policy of the Richardson ISD to encourage participation in the competitive bid process by all interested parties. The Richardson ISD does not discriminate against any otherwise qualified vendor because of the vendor s race, color, national origin, age, religion, sex, or disability. 9
10 RICHARDSON INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT Notice to Vendors: Conflict of Interest Questionnaire Required by Chapter 176 of the Texas Local Government Code Effective January 1, 2006, any person or entity who contracts or seeks to contract with RISD for the sale or purchase of property, goods, or services (as well as agents of such persons) (hereafter referred to as Vendors) are required to file a Conflict of Interest Questionnaire with the District. Each covered person or entity who seeks to or who contracts with RISD is responsible for complying with any applicable disclosure requirements. RISD will post the completed questionnaires on its website. The Conflict of Interest Questionnaire must be filed: No later than the seventh business day after the date that the Vendor begins contract discussions or negotiations with the government entity, or submits to the entity an application, response to a request for proposal or bid, correspondence, or other writing related to a potential agreement with the entity. The Vendor also shall file an updated questionnaire not later than September 1 of each year in which a covered transaction is pending, and the seventh business day after the date of an event that would make a statement in the questionnaire incomplete or inaccurate. Note: A Vendor is not required to file an updated questionnaire if the person had filed an updated statement on or after June 1, but before September 1 of the year. The Conflict of Interest Questionnaire may be downloaded from the Texas Ethics Commission s website at Completed forms should be sent to: Richardson Independent School District Attn: Purchasing Department 970 Security Row Richardson, Texas The Local Government Officers of the Richardson Independent School District are: Board of Trustees: Superintendent: Kim Quirk Karen Ellis Kim Caston Lanet Greenhaw Karen Holburn Kris Oliver Adam Meierhofer Kay Waggoner, Ph.D. 10
11 11
12 PROPOSAL INFORMATION 1. RFP Responses must be clearly explained and identified. All costs, including any optional programs provided by the proposer, must be clearly stated and summarized. Exceptions to or deviations from the specifications must be explicitly identified. 2. The District currently recognizes McGriff, Seibels and Williams of Texas, Inc. as the consultant/agent of Record for all generally liability, school leaders errors & omissions, and auto liability insurance plans and related issues. 3. This RFP does not commit the District to award a contract or to pay any costs incurred in the preparation of a proposal in response to this request. 4. At all times during the term of this contract, the vendor shall maintain the minimum insurance requirements set by the District, and shall require all subcontractors and subsubcontractors performing work for which the same liabilities may apply under this contract to do likewise. a. Commercial General Liability: - Minimum Required Limits $1,000,000 per occurrence $1,000,000 General Aggregate b. Professional Liability/Errors and Omissions: Employee benefits liability. Minimum required limit: $1,000,000 per occurrence. DISQUALIFICATION AND REJECTION OF PROPOSALS Failure to comply with the requirements or the procedures set forth herein, or to satisfy the coverage and servicing criteria as set forth in the specifications, may result in disqualification. It is not intended that exceptions to the specifications will, in and of themselves, result in disqualification. SELECTION CRITERIA 1. The District may award a contract on the basis of proposals received, without discussions. Therefore, each proposal should contain the proposer s best terms from a financial and technical standpoint. The District may negotiate with one or more proposer; and no proposer shall have any rights against the District arising from such negotiations or any invitation to negotiate. 2. The District reserves the right to reject any or all of the RFPs, in whole or in part, to waive any informality in any proposal response, and to accept the proposal, which, in its discretion, is in the best interest of the District. RFP responses will be carefully evaluated for cost effectiveness, coverage provisions, and compliance with the coverage and servicing criteria contained in the specifications. The following selection criteria will be applied when considering the proposals: a. Professional Competence b. Service & Coverage c. Fees, Renewal and Guarantees 12
13 3. The District recognizes the fact that there are very important considerations involved other than the fees, and therefore will not be bound to accept the lowest cost proposal. The following criteria will be considered as part of the weighting factors noted above in considering which proposal serves in the best interest of the District: a. Commitment and ability to proactively serve the District s account and respond to questions or problems that arise during the course of the agreement. b. Ability of the proposer to assume the work in a timely manner and coordinate well with the District s Insurance Services Department. c. Financial stability, service reputation, references, and experience with other clients of similar size and/or government entities. CONTRACT PERIOD The Annual Policy term shall be 09/01/2013 through 09/01/2014. It is renewable for two successive one (1) year periods upon terms and conditions acceptable to the District unless terminated. Preference will be given to multi-year rate agreements. AUTHORIZED SIGNATURE All proposal forms must be signed by persons having legal authority to bind the proposer to the services that are quoted in the RFP response. Failure to provide the proper signatures will make the proposal non-responsive. 13
14 RESOLUTION Whereas, Article 601 (f), Texas Revised Civil Statutes, providing for the payment of goods and services contracted for, by state or political subdivisions, as amended, is effective July 1, Whereas, the Richardson Independent School District desires to implement the Legislative intent and the exceptions of Article 601 (f), Texas Revised Civil Statutes; NOW, THEREFORE, BE IT RESOLVED by the Richardson Independent School District: That unless otherwise authorized by the Board of Trustees of the Richardson Independent School District, at the request of the Superintendent, no contractor of the Richardson Independent School District shall be entitled to interest on any delayed, disputed, or delinquent payment, or attorney s fees in any dispute to collect such payments. The restrictions of this resolution shall constitute the sole, controlling, contract terms with respect to interest owed on delayed, disputed, or delinquent payments, in lieu of Article 601 (f), Texas Revised Civil Statutes. The provisions of this resolution apply to payments made under Contracts executed on or after the effective date of this resolution. Payments made under contracts executed before the effective date are governed by the laws of the State of Texas in effect at the time that the contracts were executed, and the former law is continued in effect for this purpose. RETURN RESPONSE TO THE RFP NO LATER THAN: July 17, 2013, 1:00 PM, C.S.T. BID WILL BE OPENED AT: McGriff, Seibels, and Williams of Texas, Inc Spectrum Drive, Suite 900E Addison, Texas SIGNED PROPOSAL MUST BE RETURNED IN A SEALED ENVELOPE. DO NOT ENCLOSE PROPOSAL WITH SAMPLES. PROPOSERS SHALL RETAIN DUPLICATE COPY AND RETURN ONLY THOSE PAGES PERTAINING TO THE ITEMS BEING PROPOSED. 14
15 RICHARDSON INDEPENDENT SCHOOL DISTRICT MINORITY STATEMENT The Richardson Independent School District is committed to fair and equal competition among all vendors. It is the policy of the Richardson ISD to encourage participation in the competitive bid process by all interested parties. The Richardson ISD does not discriminate against any vendor because of race, color, national origin, age, Religion, gender or disability. 15
16 BID/NO BID PAGE NAME OF BID: 1. ( ) WE WISH TO SUBMIT A BID AT THIS TIME. 2. ( ) PLEASE DELETE OUT NAME FROM FUTURE BID LISTS FOR THIS TYPE OF COMMODITY. 3. ( ) WE ARE SUBMITTING A NO BID AT THIS TIME, BUT PLEASE INCLUDE US ON ALL FUTURE BIDS. 4. ( ) PLEASE INCLUDE OUR COMPANY TO RECEIVE FUTURE BIDS FOR THE FOLLOWING COMMODITIES COMPANY NAME: SIGNATURE: TITLE OF OFFICER: DATE: TELEPHONE: FAX NUMBER: ADDRESS: Complete and return with proposal 16
17 LIST OF ATTACHMENTS The list of electronic attachments include: 1. Coverage Specification 2. Automobile Schedule 17
Request for Proposal (RFP) for Contract Management
Request for Proposal (RFP) for Contract Management The City of Belton seeks a qualified management consulting firm to assist in the administration of the HOME Program to be awarded through the Texas Department
More informationSMART. This proposal must be returned by: December 22, 2011 2:00pm
SMART SUBURBAN MOBILITY AUTHORITY FOR REGIONAL TRANSPORTATION REQUEST FOR QUOTES This is NOT an order. Please submit a quote of your net price for services described herein for SMART transportation. The
More informationEvent Details. Please note that Specifications for Genetec Software Support can be located in the Bid Documents attachment.
Event Details RFB-Q151071A Buy RFx 1 Event Description Provide as specified. Please visit the Port Authority's website (www.portauthority.org), click on the ebusiness tab (located in the upper right hand
More informationSTATE OF MAINE REQUEST FOR PROPOSALS AMENDMENT
STATE OF MAINE REQUEST FOR PROPOSALS AMENDMENT 201405744 - Off-Site Electronic Media Storage and Transport RFP NUMBER AND TITLE: Services RFP AMENDMENT NUMBER: #1 Amendments and Submitted Questions & Answers
More informationATLANTA PUBLIC SCHOOLS
Procurement Services 130 Trinity Avenue, S.W. 5 th Floor Atlanta, Georgia 30303 Request for Qualifications For October 31, 2007 Solicitation Number: 112607-01 Due Date: November 26, 2007 ADVERTISEMENT
More informationWebb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent
Webb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent Formal Invitation for Bids (ITB) Bid 2016-93 Annual Contract for Plumbing Repair Due: August 20, 2015 before 2:00p.m. Public Notice
More informationREQUEST FOR PROPOSAL FOR CISCO VOIP TECHNICAL SUPPORT
Douglas County School District Learn today. Lead tomorrow. Purchasing and Contracting REQUEST FOR PROPOSAL FOR Date of Issue: May 2, 2014 Proposal Closing Date: May 22, 2014, at 2:00 p.m. Proposal to be
More informationRFP Milestones, Instructions, and Information
This Request for Proposal is being issued by the Lower Colorado River Authority (LCRA). LCRA is a conservation and reclamation district of the State of Texas created pursuant to Article XVI, Section 59,
More informationRFP STAFF LEASING SERVICES 1/1/15 6/30/16
RFP STAFF LEASING SERVICES 1/1/15 6/30/16 Ana-Maria Hurtado Commissioner TOWN OF HEMPSTEAD DEPARTMENT OF OCCUPATIONAL RESOURCES 50 CLINTON STREET, SUITE 400 HEMPSTEAD, NEW YORK 11550 CONTENT PUBLIC NOTICE...PAGE
More informationIOWA LOTTERY AUTHORITY BID 16-03 Security Assessment Services
IOWA LOTTERY AUTHORITY BID 16-03 Security Assessment Services SECTION 1. OVERVIEW AND BID PROCEDURES. 1.0 Introduction and Background. The purpose of this Request for Bid is to solicit proposals from qualified
More informationRequest for Proposals
City of Sonora Request for Proposals City of Sonora Microenterprise Technical Assistance Program Lead Technical Assistance Consultant City of Sonora Community Development Department 94 N. Washington Street
More informationFLORIDA ATLANTIC UNIVERSITY COST-REIMBURSABLE SUBAWARD AGREEMENT #
FLORIDA ATLANTIC UNIVERSITY COST-REIMBURSABLE SUBAWARD AGREEMENT # This Cost Reimbursable Subaward Agreement is entered into in order to specify the terms and conditions under which Florida Atlantic University,
More informationMARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.
MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.] THIS CONTRACT (the Contract ) is made as of the day
More informationCERTIFICATIONS REGARDING LOBBYING; DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS AND DRUG-FREE WORKPLACE REQUIREMENTS
U.S. DEPARTMENT OF JUSTICE OFFICE OF JUSTICE PROGRAMS OFFICE OF THE COMPTROLLER CERTIFICATIONS REGARDING LOBBYING; DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS AND DRUG-FREE WORKPLACE REQUIREMENTS
More informationMINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS
MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS DRAFT for Discussion Only 8.22.14 THIS MASTER GRANT CONTRACT, and amendments and supplements thereto, is between the State
More information[REQUEST FOR RACKS, FIREWALL SERVICE AND COMPONENTS, PROPOSAL] October 5, 2015
PINE TREE ISD REQUEST FOR RACKS, FIREWALL SERVICE AND COMPONENTS PROPOSAL FOR DISTRICT is accepting proposals for campuses and departments within the district. The district would like to see pricing for
More informationCENTRAL TEXAS COLLEGE DISTRICT REQUEST FOR PROPOSAL NO. RFP 14-012 APPLICANT TRACKING/POSITION MANAGEMENT SYSTEM CLOSING DATE: JULY 7, 2014, 3:00 PM
REQUEST FOR PROPOSAL NO. RFP 14-012 APPLICANT TRACKING/POSITION MANAGEMENT SYSTEM CLOSING DATE: JULY 7, 2014, 3:00 PM Central Texas College P.O. Box 1800 Killeen, TX 76540-1800 Telephone: 254.526.1203
More informationOffice of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501
CITY OF FLORENCE Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 REQUEST FOR QUALIFICATIONS NO. 2014-08 ARCHITECTURAL SERVICES FOR COMMUNITY GYMNASIUM DESIGN PROPOSAL
More informationLAWRENCE-DOUGLAS COUNTY HOUSING AUTHORITY. REQUEST FOR QUALIFICATIONS For a PRIVATE DEVELOPMENT PARTNER
LAWRENCE-DOUGLAS COUNTY HOUSING AUTHORITY REQUEST FOR QUALIFICATIONS For a PRIVATE DEVELOPMENT PARTNER To develop mixed income affordable residential dwelling units 1.0 INTRODUCTION The Lawrence-Douglas
More informationCeres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014
Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING
More informationAGREEMENT FOR CONSULTING SERVICES (Sponsored Research) Consulting Agreement Number CA###-####-#### IIT PURCHASE ORDER NO. **
AGREEMENT FOR CONSULTING SERVICES () Consulting Agreement Number CA###-####-#### IIT PURCHASE ORDER NO. ** THIS AGREEMENT is made and entered into as of this day of, 20 (the Effective Date ) by and between
More informationREPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC
SRR-PPS-2009-00012 REV. 0 REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC SECTION A, APPLICABLE TO ALL OFFERS...2 1. Certification and Agreement...2 2. Authorized Negotiators...2 3. Type
More informationHACKENSACK UNIVERSITY MEDICAL CENTER Research Department Policies and Procedures Manual
Policy Name: Research Grant Submissions Process HACKENSACK UNIVERSITY MEDICAL CENTER Research Department Policies and Procedures Manual Policy #: SPO_003 Effective Date: 01/01/2009 Page 1 of 9 GENERAL
More informationDepartment of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Purchasing Director REQUEST FOR E-QUOTE NUMBER: 15RD99627B PROJECT TITLE: Barracuda Web App Firewall 460Vx Support and Licenses Information
More informationSupplier Representations and Certifications
Instructions: Please fill out the form in its entirety and return to W.W. Williams. A copy of your certificate of insurance should be sent to jgibson@wwwilliams.com. Supplier Representations and Certifications
More informationNORTH 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 informationREQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:
REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES Prepared by City of Richmond Finance Department February 18, 2016 RESPONSES DUE: 2:30 P.M., Monday, March 7, 2016 REQUEST FOR STATEMENTS OF QUALIFICATIONS
More informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL INSURANCE AGENT SERVICES FOR PROPERTY AND CASUALTY INSURANCE MARCH 2013 WEST TEXAS OPPORTUNITIES, INC. 603 NORTH 4 TH STREET PO BOX 1308 LAMESA, TEXAS 79331 Table of Contents I. INVITATION...
More informationDepartment of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16RD101910B PROJECT TITLE: Motorola Radio Batteries Sheriff Department DUE DATE: 3/14/2016 WILL
More informationATTACHMENT B FEDERAL CERTIFICATIONS FOOD SERVICE MANAGEMENT COMPANIES AND PUBLIC SCHOOLS
The undersigned states that: ATTACHMENT B FEDERAL CERTIFICATIONS FOOD SERVICE MANAGEMENT COMPANIES AND PUBLIC SCHOOLS 1. He or she is the duly authorized representative of the Vendor named below; 2. He
More informationDuluth Transit Authority
REQUEST for BIDS FOR ASSISTANCE CALLS SERVICES, ALARM MONITORING SERVICES January 6, 2016 2402 W. Michigan St Duluth, MN 55806 (218) 623-4316 fax: (218) 722-4428 email: nbrown@duluthtransit.com Bid # 041-16-0304.1
More informationEvent Details. READ THE ENTIRE BID, including the Event Details, Specifications, and Terms and Conditions and any other attachm
Event Details 31701-0000009160 Sell RFx 1 Event Description This event is to bid for a multi-year contract for for Finance and Administration, Office for Information Resources (OIR). OIR Contact: Mark
More informationThe University of Procurement Services Department, N.S.F.A.A.F.A.F.F.F.F.F.F.A.F.F.A.
MONTCLAIR STATE UNIVERSITY STANDARD CONTRACT TERMS AND CONDITIONS I. The contractor certifies that it understands and agrees that the following terms and conditions (collectively the "University s Standard
More informationDOCUMENT 00400 BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO
Date of Bid: DOCUMENT 00400 BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO In response to the Advertisement for Bids for the following public work: PIER 26 SOUTH BULKHEAD
More informationSealed proposals will be received by the South Texas Independent School District for: Property and Liability Insurance
South Texas Academy for Medical Professions South Texas Business, Education & Technology Academy South Texas High School for Health Professions South Texas Preparatory Academy The Science Academy of South
More informationCITY OF KYLE, TEXAS REQUEST FOR QUALIFICATIONS (RFQ) RFQ NO. 2012-01-PM FINANCIAL ADVISORY SERVICES DUE DATE: AUGUST 27, 2012 AT 10:00 A.M.
CITY OF KYLE, TEXAS REQUEST FOR QUALIFICATIONS (RFQ) RFQ NO. 2012-01-PM FINANCIAL ADVISORY SERVICES DUE DATE: AUGUST 27, 2012 AT 10:00 A.M. (CST) ISSUED BY: City of Kyle, Texas Financial Services Department
More informationREQUEST 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:
More informationPROFESSIONAL SERVICES AGREEMENT
PROFESSIONAL SERVICES AGREEMENT This Agreement is made and entered into by and between EMMA PENDLETON BRADLEY HOSPITAL, a not-for-profit corporation, organized and existing under the laws of the State
More informationNEWBURGH 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 informationRequest for Qualifications. For Mobile Technology to enable. Job Placement and Retention Services. Due April 20, 2015
Request for Qualifications For Mobile Technology to enable Job Placement and Retention Services Due April 20, 2015 Request for Qualifications for Mobile Technology to enable Job Placement and Retention
More informationCity 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
More informationCOUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments
COUNTY OF SARPY, NEBRASKA SPECIFICATIONS VOIP Phones For the Various County Departments PROPOSALS DUE: Thursday, 2:00 p.m., June 13, 2013 1 P age P:\VOIP Phones\RFP_VOIP.docx General Information Notice
More informationREQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES
REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES LEGISLATIVE COUNCIL SERVICE 411 STATE CAPITOL SANTA FE, NEW MEXICO 87501 (505) 986-4600 ISSUE DATE: June 19, 2015 NOTICE The
More informationPage 1 of 12 Document Effective Date Solicitation Terms & Conditions 08/08/2008 Purchase Order Terms and Conditions 01/01/2009 Special Provisions 01/01/2009 STATE OF COLORADO SOLICITATION INSTRUCTIONS/
More informationADDENDUM 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
More informationEvent Details. PeopleSoft Strategic Sourcing Event ID Format Type Page 34101-0000009418 Sell RFx 1
Event Details 34101-0000009418 Sell RFx 1 Event Description This event is to bid for a one-time purchase for the Connection of a waterline from Cedar Grove Utility to Depar Military, Milan Army Ammunition
More informationSOLICITATION QUOTATION PROFESSIONAL SERVICES
SEALED BID PROPOSAL FORM L. BROOKS PATTERSON - OAKLAND COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION SOLICITATION QUOTATION PROFESSIONAL SERVICES Contact Information: Oakland County Purchasing Division
More informationCarmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School
Carmel Unified School District Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School January 4, 2016 1 NOTICE REGARDING PREQUALIFICATION FOR BLEACHER AND PRESSBOX
More informationCITY 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 informationAN AGREEMENT BY AND BETWEEN THE TEXAS A&M UNIVERSITY SYSTEM OFFICES AND FM GLOBAL
AN AGREEMENT BY AND BETWEEN THE TEXAS A&M UNIVERSITY SYSTEM OFFICES AND FM GLOBAL This Services Agreement ( Agreement ) is entered into effective upon final execution of this agreement (the Effective Date
More informationMIT LINCOLN LABORATORY REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL (JUNE 2014)
The MIT Lincoln Laboratory preferred method of verifying annual representations and certifications is through an on-line U.S. government website, which is available at https://ww.sam.gov We request that
More informationAGREEMENT 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 informationTRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES
TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES The Trustees of the Governor William Stoughton Trust (hereinafter the Trustees ) issue this
More informationREQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.
DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2009 Achievement of Excellence in Procurement Award National Purchasing Institute Cecil S. Moore, Director REQUEST FOR QUOTE NUMBER: 10RD75957YB
More informationREQUEST FOR PROPOSAL Procurement of Landscaping Services
City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Procurement of Landscaping Services Issue Date: Thursday February 27, 2014 Bid Number: 14-012
More informationBID BOND 9/7/12 BS - 1. KNOW ALL MEN BY THESE PRESENTS, that I/We. as Principal, hereinafter called Contractor, and
KNOW ALL MEN BY THESE PRESENTS, that I/We as Principal, hereinafter called Contractor, and BID BOND a corporation duly organized or authorized to do business under the laws of the State of Nevada and the
More informationPRINCE EDWARD COUNTY REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR 13-05. March 7 th, 2013
PRINCE EDWARD COUNTY REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR 13-05 March 7 th, 2013 Page 1 of 8 Issue Date: March 7, 2013 REQUEST FOR PROPOSAL (RFP) RFP# HR-13-05 Title: Medical
More informationRequest for Proposal for. Identity Theft Protection Services. RFP No. 1521. Sealed Proposals will be received until April 2, 2015 at 3pm
Request for Proposal for Identity Theft Protection Services RFP No. 1521 Sealed Proposals will be received until April 2, 2015 at 3pm PROPOSALS ARE TO BE DELIVERED OR MAILED TO: Jessica Chavira TEXAS STATE
More informationTown of Maiden. Request for Proposals For Sign Replacement Project
Town of Maiden 19 N. Main Avenue Maiden, NC 28650 (828) 428-5000 Request for Proposals For Sign Replacement Project Section I Introduction and Intent of RFP: Pursuant to the General Statutes of North Carolina
More informationCOUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642
COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP Issue Date: August 22, 2008 RFP #: 1642 Title: Applicant Tracking Software Classification Code: 20851 Issuing Agency: Using Agency And/Or Location Where
More informationWestern Virginia Water Authority. Roanoke, Virginia
Western Virginia Water Authority Roanoke, Virginia Crystal Spring Water Treatment Plant 2012 Jefferson St., S.W. Roanoke, VA 24014 (540) 853-5828 (540) 853-5788 (FAX) REQUEST FOR QUOTE (WOP 16-03) TO PROVIDE
More informationNORTHEAST KANSAS COMMUNITY ACTION PROGRAM, INC. PROPERTY, LIABILITY, UMBRELLA, VEHICLE, COMMERCIAL, WORKER S COMPENSATION, D&O/EPLI INSURANCE PLANS
NORTHEAST KANSAS COMMUNITY ACTION PROGRAM, INC. NEK-CAP, Inc. PO Box 380 Hiawatha, KS 66434 (785) 742-2222 Request for proposals for: PROPERTY, LIABILITY, UMBRELLA, VEHICLE, COMMERCIAL, WORKER S COMPENSATION,
More informationLIBERTY 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 informationRequest for Proposals
NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS Video Web Hosting Service and Equipment Maintenance RFP # February 16, 2015 616 Six Flags Drive Centerpoint Two Arlington, Texas 76011 (817) 640-3300 An equal
More informationRFP# 08-27-13-01, WORKERS COMPENSATION INSURANCE
REQUEST FOR PROPOSALS RFP# 08-27-13-01, WORKERS COMPENSATION INSURANCE DATE: August 12, 2013 Website: http://www.dcschools.com CONTACT PERSON: Alan Hagy, at 214-944-4522, or ahagy@dcschools.com Request
More informationTHE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS
THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS Contracting for Independent Contractor services with the University of Utah may require completion of the following: Employee/Independent
More informationEXHIBIT "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 informationNEW REQUESTS FOR PROPOSALS for INTERNET SERVICE PROVIDER SERVICES at CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT for the CITY OF CHARLOTTE, NORTH CAROLINA
NEW REQUESTS FOR PROPOSALS for INTERNET SERVICE PROVIDER SERVICES at CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT for the CITY OF CHARLOTTE, NORTH CAROLINA ACTIVITY (All times are EST) Dated September 20, 2013
More informationEXHIBIT 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 informationATTACHMENT A SUPPLIER CERTIFICATIONS PACKAGE
Page 1of 12 SUPPLIER RFQ# P/N# ATTACHMENT A SUPPLIER CERTIFICATIONS PACKAGE FORM $25,000 $100,000 $650,000 1. Cost Accounting Standards and Notices X 2. Certification Regarding Responsibility Matters X
More informationTABLE OF CONTENTS. Prefacej... 1
TABLE OF CONTENTS Prefacej... 1 How Can I Receive Copies Of Solicitations?j... 2 Bidder s List... 2 Vendor Registration System... 2 Public Notice/Advertisement... 3 Posting... 3 Internet... 3 Pre-Bid Conferences...
More informationUnified School District No. 489 Request For Proposals
Unified School District No. 489 Request For Proposals Broker and Risk Management Services for the Unified School District #489 Commercial Insurance Program JANUARY 21, 2015 1 Unified School District No.
More informationOSWEGO COUNTY PURCHASING DEPARTMENT
Bid #38-14 VOIP Municipal Lease OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 Email: dstevens@oswegocounty.com
More informationAT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave.
Date: 03/07/2014 RFP # 2014-6 Request for Proposal for: Paper Shredding / Document Destruction Services AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott
More informationCERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN-OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY
EXHIBIT 1 TO ATTACHMENT CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN-OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY The undersigned certifies on behalf of the Contractor
More informationREQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)
REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR) For the Project: CITY OF KATY NEW KATY FIRE STATION #2 Issued: August 13, 2015 Katy Fire Station #2 August 13, 2015 Page 1 of 17 Request
More informationREQUEST FOR PROPOSAL FOR NONPROFIT FUND ACCOUNTING SOFTWARE RFQ# EW 06/23-16/17
REQUEST FOR PROPOSAL FOR NONPROFIT FUND ACCOUNTING SOFTWARE RFQ# EW 06/23-16/17 Contact: Experience Works procurement@experienceworks.org 1 SECTION I: INTRODUCTION Experience Works, Inc., (EW) (formerly
More informationRichardson Independent School District Purchasing Department 970 Security Row Richardson, Texas 75081
Richardson Independent School District (RISD) is seeking sealed bids for the purchase of PROMOTIONAL PRODUCTS AND DISTRICT APPAREL (NON-UNIFORM) defined as: items to include, but are not limited to; customized
More informationRequest 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 informationWorkLink Workforce Investment Board (effective July 1, 2015 WorkLink Workforce Development Board)
WorkLink Workforce Investment Board (effective July 1, 2015 WorkLink Workforce Development Board) Workforce Innovation & Opportunity Act Website Maintenance, Updates, & SEO Hosting Request for Quotes (RFQ)
More informationCOLONIAL HEIGHTS PUBLIC SCHOOLS REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR-13-01 FEBRUARY 19, 2013
COLONIAL HEIGHTS PUBLIC SCHOOLS REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR-13-01 FEBRUARY 19, 2013 Page 1 of 9 REQUEST FOR PROPOSAL (RFP) Issue Date: Tuesday, February 19, 2013
More informationTranslation Services for Parent Meetings. Lynbrook/East Rockaway Herald
LYNBROOK UNION FREE SCHOOL DISTRICT DISTRICT ADMINISTRATION OFFICES 111 ATLANTIC AVENUE LYNBROOK NY 11563 Tel: (516) 887-0258 Fax: (516) 887-6597 Dr. Melissa Burak Superintendent of Schools Dr. Paul Lynch
More informationCOUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2012 - Edition 1
CAO Contract Log # COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2012 - Edition 1 THIS CONTRACT is made and entered into this 16 th day of April, 2013, by and between the COUNTY OF MARIN, hereinafter
More informationRequest for Proposal Hewlett Packard Network Switches and Peripherals
Request for Proposal Hewlett Packard Network Switches and Peripherals Vernon Public Schools, Connecticut BID # VPS-FY16-003 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov
More informationRequest for Proposal RFP #201501. Printing & Mailing Services
Request for Proposal Printing & Mailing Services Date of Issue: 03/24/2015 For period beginning: 05/01/2015 Due Date/Time for Receipt of Proposals: 04/06/2015 @ 2:00 p.m. (EDT) RFP Number: 201501 Date
More informationSERVICES AGREEMENT. 2. Term. This Agreement will commence and expire. Medical Center Representative: Name and Title
This Services Agreement ( Agreement ) dated is made by and between [INSERT CONTRACTOR S NAME AND ADDRESS] (hereinafter called "Contractor"), and UMass Memorial Medical Center, Inc., Worcester, MA (hereinafter
More informationPROFESSIONAL SERVICES AGREEMENT BETWEEN UNIVERSITY OF NORTH TEXAS SYSTEM AND DESIGN PROFESSIONAL (MORE THAN $100,000.00 IN COMPENSATION)
PROFESSIONAL SERVICES AGREEMENT BETWEEN UNIVERSITY OF NORTH TEXAS SYSTEM AND DESIGN PROFESSIONAL (MORE THAN $100,000.00 IN COMPENSATION) This Agreement made the day of (the Effective Date ), by and between
More informationIV. MASTER CONTRACT PROVISIONS
2 IV. MASTER CONTRACT PROVISIONS This Master Contract and all attachments and amendments thereto including the INDIVIDUAL SERVICE AGREEMENT, attached hereto as CUHSD EXHIBIT A, each INDIVIDUAL STUDENT
More informationREQUEST FOR PROPOSALS
ROWAN COUNTY 130 West Innes Street Salisbury, NC 28144 Tel: (704) 216-8174 Email: david.sifford@rowancountync.gov REQUEST FOR PROPOSALS FOR REPLACEMENT OF COMMERCIAL ROOFTOP AIR CONDITIONING UNIT Issued
More informationAGREEMENT FOR CONSTRUCTION SERVICES
AGREEMENT FOR CONSTRUCTION SERVICES This Agreement for Services ( Agreement ) is entered into as of Month, Day and Year between the Fort Bend Independent School District (hereinafter FBISD ) and Name of
More informationCity 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 informationREQUEST FOR PROPOSALS RESIDENTIAL HOME WARRANTY PROGRAM FOR THE CITY OF PENSACOLA, FLORIDA. RFP No. 12-031
REQUEST FOR PROPOSALS RESIDENTIAL HOME WARRANTY PROGRAM FOR THE CITY OF PENSACOLA, FLORIDA RFP No. 12-031 The City of Pensacola, Florida, is requesting proposals from companies that provide a home warranty
More informationAssociation of Monterey Bay Area Governments. Request for Proposals. for. Demographic Forecasting Services
Association of Monterey Bay Area Governments Request for Proposals for Demographic Forecasting Services Not to Exceed $20,000 Issued: July 15, 2015 Questions Due: July 31, 2015 Deadline (received by AMBAG):
More informationREQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009
DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2008 Achievement of Excellence in Procurement Award National Purchasing Institute Jerome Noble, Director REQUEST FOR QUOTE NUMBER: 09RD65575YB
More informationREQUEST 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 informationAgent Agreement WITNESSETH
PATRIOT NATIONAL UNDERWRITERS, INC. Agent Agreement THIS AGENT AGREEMENT (the Agreement ) is made and entered into by and between Patriot National Underwriters, Inc., a Texas corporation ( Patriot ), and
More informationState of New Jersey New Jersey Public Broadcasting System New Jersey Network Standard Terms and Conditions
1. STANDARD TERMS AND CONDITIONS APPLICABLE TO THE CONTRACT: Unless the bidder is specifically instructed otherwise in the Request for Proposals (RFP), the following terms and conditions shall apply to
More informationNAME AND LOCATION OF BUSINESS ORGANIZATION (PLACE OF PERFORMANCE)
ANL-70A (November 30, 2015) REPRESENTATIONS AND CERTIFICATIONS THE OFFEROR/BIDDER REPRESENTS AND CERTIFIES THAT: (check or complete all applicable sections) 1.A. NAME AND LOCATION OF BUSINESS ORGANIZATION
More informationROCKDALE 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
More informationREQUEST FOR PROPOSALS
THE JOB COUNCIL REQUEST FOR PROPOSALS PROFESSIONAL PROPERTY/CASUALTY AND WORKERS COMPENSATION INSURANCE BROKER OF RECORD The purpose of the Request for Proposal is to select the broker best qualified to
More information