How To Bid For An Internet Service Provider In Dawson County
|
|
|
- Rosemary Hubbard
- 5 years ago
- Views:
Transcription
1 DAWSON COUNTY GOVERNMENT REQUEST FOR PROPOSALS FOR INTERNET SERVICE PROVIDER FOR DAWSON COUNTY GOVERNMENT SUBMISSIONS ARE DUE AT THE ADDRESS SHOWN BELOW NO LATER THAN FRIDAY, JUNE 6, 2014, AT 10:30AM, EST DAWSON COUNTY BOARD OF COMMISSIONERS ATTENTION: PURCHASING DIRECTOR 25 JUSTICE WAY, SUITE 2223 DAWSONVILLE, GA BID # RFP INTERNET SERVICE PROVIDER FOR DAWSON COUNTY GOVERNMENT THE RESPONSIBILITY FOR SUBMITTING A RESPONSE TO THIS RFP ON OR BEFORE THE STATED DATE AND TIME WILL BE SOLELY AND STRICTLY THE RESPONSIBILITY OF THE OFFEROR. ISSUE DATE: May 7, 2014 Bid # RFP Internet Service Provider for Dawson County Gov t Page 1
2 DAWSON COUNTY, GEORGIA REQUEST FOR PROPOSALS FOR INTERNET SERVICE PROVIDER FOR DAWSON COUNTY GOVERNMENT SECTION I GENERAL OVERVIEW A. PURPOSE Dawson County Board of Commissioners is soliciting sealed proposals from qualified vendors to provide uninterrupted internet services to all Dawson County Government offices under an annual contract. Vendors shall be able to show experience working with government agencies. The County does not guarantee a minimum value for this contract. B. INFORMATION TO VENDORS 1. RFP TIMETABLE The anticipated schedule for the RFP is as follows: RFP Released Wednesday, May 7, 2014 Pre-Proposal Meeting - **MANDATORY** Friday, May 16, 2014 at 10:00AM, EST Deadline for Questions to Dawson Tuesday, May 20, 2014 by 1:00PM, County EST Deadline for posting Addenda to Tuesday, May 27, 2014 by 5:00PM, County website at EST RFP Due Date Friday, June 6, 2014 at 10:30AM, EST Interviews (if necessary) June 23-26, 2014 at TBD Tentative Award Date August 7, 2014 at 6:00PM, EST Chart 1 2. BID SUBMISSION One (1) original, six (6) hard copies and one (1) electronic copy of the complete signed submittal must be received FRIDAY, JUNE 6, 2014 AT 10:30AM, EASTERN STANDARD TIME. Proposals must be submitted in a sealed envelope stating on the outside, the vendor's name, address, title of Bid # RFP Internet Service Provider for Dawson County Government to: Dawson County Board of Commissioners Attention: Purchasing Director 25 Justice Way, Suite 2223 Dawsonville, GA Hand delivered copies may be delivered to the above address ONLY between the hours of 8: 00AM and 5:00PM EST, Monday through Friday, excluding holidays observed by the Dawson County Government. For a complete listing of holidays please visit Bid # RFP Internet Service Provider for Dawson County Gov t Page 2
3 Vendors are responsible for informing any commercial delivery service, if used, of all delivery requirements and for ensuring that the required address information appears on the outer wrapper or envelope used by such service. NOTE: Many express mail and delivery services do not guarantee overnight by noon to Dawson County. Submission by US Mail must be sent to the below address: Dawson County Board of Commissioners Attention: Purchasing Director 25 Justice Way, Suite 2223 Dawsonville, GA The Submittal must be signed by a company officer who is legally authorized to enter into a contractual relationship in the name of the vendor. 3. CONTACT PERSON Vendors are encouraged to contact Davida Simpson, Purchasing Director at (706) , by fax at (706) or [email protected] to clarify any part of the RFP requirements. All questions that arise prior to the DEADLINE FOR QUESTIONS due date shall be directed to the contact person in writing via facsimile or . Any unauthorized contact shall not be used as a basis for responding to this RFP and also may result in the disqualification of the vendor's submittal. Vendors may not contact any elected official or other county employee to discuss the bid process or bid opportunities except: 1.) through the Purchasing Director named herein, or 2.) as provided by existing work agreement(s). This policy shall be strictly enforced and the County reserves the right to reject the submittal of any vendor violating this provision. 4. ADDITIONAL INFORMATION/ADDENDA Dawson County will issue responses to inquiries and any other corrections or amendments it deems necessary in written addenda issued prior to the due date posted on the county s website under the bid information. Vendors should not rely on any representations, statements or explanations other than those made in this RFP or in any addendum to this RFP. Where there appears to be a conflict between the RFP and any addenda issued, the last addendum issued will prevail. Vendors are advised to check the website for addenda before submitting their bids. Vendors must acknowledge any issued addenda by including Attachment B- Addenda Acknowledgement with the submittal. Proposals which fail to acknowledge the vendor s receipt of any addendum will result in the rejection of the offer if the addendum contains information which substantively changes the Owner s requirements 5. LATE SUBMITTAL AND LATE MODIFICATIONS Submittals received after the due date and time will not be considered. Modifications received after the due date will not be considered. Dawson County Bid # RFP Internet Service Provider for Dawson County Gov t Page 3
4 Government assumes no responsibility for the premature opening of a proposal not properly addressed and identified, and/or delivered to the proper designation. 6. REJECTION OF PROPOSALS/CANCELLATION Dawson County Government reserves the right to reject any and all submittals and reserves the right to waive irregularities or informalities in any submittal or in the submittal procedure, when to do so would be to the advantage of Dawson County. Dawson County reserves the right to cancel this RFP at any time. 7. MINIMUM RFP ACCEPTANCE PERIOD Submittals shall be valid and may not be withdrawn for a period of 90 days from the date specified for receipt of submittals. 8. NON-COLLUSION AFFIDAVIT By submitting a response to this RFP, the vendor represents and warrants that such proposal is genuine and not a sham or collusive or made in the interest or in behalf of any person not therein named and that the vendor has not directly or indirectly induced or solicited any other vendor to put in a sham proposal, or any other person, firm or corporation to refrain from submitting and that the vendor has not in any manner sought by collusion to secure to that vendor any advantage over any other vendor. By submitting a proposal, the vendor represents and warrants that no official or employee of Dawson County Government has, in any manner, an interest, directly or indirectly in the proposal or in the contract which may be made under it, or in any expected profits to arise there from. 9. COST INCURRED BY VENDORS All expenses involved with the preparation and submission of the RFP to the Dawson County Board of Commissioners, or any work performed in connection therewith is the responsibility of the vendor(s). 10. RFP OPENING Only the names of the firms responding to this RFP will be read aloud publicly due to the fact that the proposals will be subject to an evaluation review for accurate qualifications. A list of names of firms responding to the RFP may be obtained from the county s website after the RFP due date and time stated herein. 11. OPEN RECORDS All materials submitted in connection with this RFP will be public documents and subject to the Open Records Act and all other laws of the State of Georgia, the United States of America and the open records policies of Dawson County Board of Commissioners. All such materials shall remain the property of Dawson County and will not be returned to the respondent. 12. TAXES Dawson County Government is tax exempt. No sales tax will be charged on any products or services. Dawson County cannot exempt any other person/vendor Bid # RFP Internet Service Provider for Dawson County Gov t Page 4
5 from applicable sales taxes that may be required of them in relations to this project. Selected vendor will be provided with Dawson County s Sales and Use Tax Certificate of Exemption number upon request. 13. VENDOR INFORMATION All submissions shall include a completed vendor information form, current copy of business license and current W-9. Failure to provide this information could result in the disqualification of the vendor from submitting a proposal. 14. INSURANCE Selected vendor will be required to provide Dawson County with a Certificate of Insurance for liability and workman s compensation insurance before work can begin on this County project and be effective for the duration of the work as described in the contract documents, including authorized change orders, plus any period of guarantee as required in the general warranty. General liability insurance should be at least one million dollars ($1,000,000) combined single limit per occurrence. Automobile insurance should be at least five hundred thousand dollars ($500,000) combined single limit per accident for bodily injury or property damage; and Workman s Compensation insurance should be as required by the State of Georgia. 15. BONDS If required, under SECTION II SCOPE OF WORK of this document any combination of the following bonds may be requested by Dawson County. A five percent (5%) bid bond, a one hundred percent (100%) payment bond, and a one hundred percent (100%) performance bond. All bonds would be payable to Dawson County Board of Commissioners. Failure to submit appropriate bonding will result in automatic rejection of bid. Bonding company must be authorized to do business in Georgia by the Georgia Insurance Commission, listed in the Department of Treasury s publication of companies holding certificates of authority as acceptable surety on Federal bonds and as acceptable reinsuring companies, and have an A.M. Best rating. 16. ANTI-DISCRIMINATION Dawson County, in accordance with Title VI of the Civil Rights Act of 1964, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 23 will be afforded full opportunity to submit bids in response to this Request for Qualifications and will not be discriminated against on the grounds of race, color, national origin, sex, handicap/disability in consideration of an award. By submitting their bids, all bidders certify to Dawson County that they will conform to the provisions of the Federal Civil Rights Act of In every contract of over $10,000 the provisions in 1. and 2. below apply: Bid # RFP Internet Service Provider for Dawson County Gov t Page 5
6 1. During the performance of this contract, the contractor agrees as follows: a. The contractor will not discriminate against any employee or applicant for employment because of race, religion, color, sex or national origin, except where religion, sex or national origin is a bona fide occupational qualification reasonably necessary to the normal operation of the contractor. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. b. The contractor, in all solicitations or advertisements for employees placed by or on behalf of the contractor, will state that such contractor is an equal opportunity employer. c. Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting the requirements of this section. 2. The contractor will include the provisions of 1. above in every subcontract or purchase order of over $10,000 so that the provisions will be binding upon each subcontractor or vendor. 17. GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT Vendors submitting a Qualification package in response to this RFP must provide the following information in the package to indicate compliance with the Georgia Security and Immigration Compliance Act. The form is provided for completion. A. A statement that indicates the contractor will conduct itself in compliance with O.C.G.A and Rule in the execution of the contract. B. By completing the affidavit that is provided with this solicitation, the vendor is attesting to the following: a. The affiant has registered with and is authorized to use the federal work authorization program; b. The user identification number and date of authorization for the affiant; c. The affiant is using and will continue to use the federal work authorization program throughout the contract period; d. Any employee, contractor, or subcontractor of such contractor or subcontractor shall also be required to satisfy the requirements set forth in this paragraph; and e. Upon contracting with a new subcontractor, a contractor or subcontractor shall notify Dawson County and shall deliver a completed Subcontractor Affidavit to Dawson County within five (5) working days of entering into a contract or agreement of hire with the subcontractor before the new subcontractor begins any work. C. Failure to provide the completed and notarized affidavit with the contractor s proposal will result in immediate disqualification as required by the Georgia Security and Immigration Compliance Act. Bid # RFP Internet Service Provider for Dawson County Gov t Page 6
7 SECTION II GENERAL CONDITIONS A. PURPOSE Dawson County Board of Commissioners is soliciting sealed proposals from qualified vendors to provide uninterrupted internet services to all Dawson County Government offices under an annual contract not to exclude the transition period. B. CONTRACT PERIOD The initial term of a contract awarded as a result of this RFP shall be from date of award through December 31, The contract may be renewed according to the terms stated herein for five (5) additional one (1) year periods. The contract shall terminate absolutely and without further obligation at such time as appropriated and otherwise unobligated funds are no longer available to satisfy the obligations of the County under this contract. The County does not guarantee a minimum value for this contract. If, at any time, the County determines it is in its best interest to discontinue use of these services the County reserves the right to cancel this Agreement by giving thirty (30) days advance written notice. Dawson County intends to contract with single most responsive bidder for internet services but the County, at its option, may elect to award contracts to more than one vendor if deemed suitable. C. SCOPE OF WORK The Service Provider shall provide uninterrupted internet and network services to Dawson County Government. The successful vendor to provide all labor, material, freight, equipment and supervision necessary to successfully perform this contract. Vendors shall be able to show experience working with government agencies. Below are the minimum requirements for connectivity: TYPE OF CONNECTION LOCATION/ ADDRESS MB Connection/30MB Dedicated Internet Dawson County 25 Justice Way Government Center (DCGC) 2. VLS or Fiber Connectivity from the following locations back to DCGC/10MB each Long Building 189 Highway 53 West Fire Station #1 393 Memory Lane Fire Station #2 145 Liberty Drive Senior Center 201 Recreation Road Transfer Station/Bus 946 Burt Creek Road Station Rock Creek Park 445 Martin Road Bid # RFP Internet Service Provider for Dawson County Gov t Page 7
8 TYPE OF CONNECTION Reserve for future growth LOCATION/ ADDRESS 3. DSL Internet Connections to the following for VPN Connections to DCGC Fleet Center 860 Highway 53 West Fire Station #3 951 Harmony Church Road Fire Station #7 170 Dawson Forest Road Fire Station # Monument Road 4. Dawson County Sheriff s Office is linked via fiber from DCGC Chart 2 Note: Dawson County reserves the right to amend the list of locations at any time. Services and locations not included in this RFP: E-911 Center, Dawson County Law Enforcement Center, 19 Tucker Avenue Public Safety Radio System T1 lines Wireless internet or WIFI is owned by Dawson County Tax Commissioner s Department of Revenue T1 line Clerk of Court s DSL connection to State of Georgia OTHER REQUIREMENTS Vendor must be able to provide 24/7 connectivity to all locations. Network must speak to current phone systems currently being utilized by location. Currently, Dawson County utilizes either AVAYA or Nortel phone systems. Dawson County requires a solution that mandates Layer II Private IP connection from one site to another with the capacity to support multiple sites in a traditional hub and spoke environment while maintaining Quality of Service (QoS). Three protocols meet this definition as follows: 1. Layer II point to point environment with QoS achieved via hardware configuration. 2. Layer III Private MLPS that is Network QoS capable 3. Point to Point Private Fiber with all hardware provided by vendor (end to end) and maintaining QoS. IP SEC routing/tunneling is an unacceptable solution. PRE-PROPOSAL MEETING/SITE VISIT- MANDATORY There will be a mandatory pre-proposal meeting held on Friday, May 16, 2014 at 10:00AM, EST at the Dawson County Government Center, 2 nd Floor Administration Training Room, 25 Justice Way, Dawsonville, GA. This will be the only opportunity for vendors to tour the facilities mentioned in this RFP. It is highly recommended vendors bring any subject matter experts to this meeting. D. STATEMENT OF QUALIFICATIONS Questionnaire: Bid # RFP Internet Service Provider for Dawson County Gov t Page 8
9 The Internet Service Provider Response Questionnaire must clearly demonstrate the required qualifications, expertise, competence, and capability of the vendor. Please include the answers to the following questions (Address each by number): General: 1. Describe your organizational structure (i.e. publicly held corporation, partnership, etc.). Review each area of your organization and describe their function. 2. Is this a satellite office or branch office? If yes, provide information on the headquarters office. 3. Confirm that you are a licensed within your field and provide documentation. 4. Briefly describe your company s organization, philosophy and management. Also, please provide a brief company history. 5. How long has your organization been providing these types of services? Has your organization ever operated under a different name? Why was the name changed? 6. How many public sector clients does your firm currently provide professional services to? 7. What makes your organization unique from the other organizations that may submit proposals for the County s consideration? Service Team: 8. Provide qualifications, background and training on service team that would be dedicated to this account (customer and technical support as well as technician who would come for service calls). 9. State proximity of your organization s office to Dawson County (miles). Location where team would be dispatched for service is being requested not the corporate office. Specific to Scope of Work: 10. Provider to show compliance with providing 24/7 connectivity to all locations provided. 11. Provide method in which connectivity will be obtained. 12. Provide information on any warranties included with regards to service, labor or parts. Service & Support: 13. Provide information with regards to technical support packages included. Additional pricing, if applicable: 14. Provide information with regards to customer support during business hours, nonbusiness hours, and emergency, et al: Call-back times, on-site response times, etc. Bid # RFP Internet Service Provider for Dawson County Gov t Page 9
10 Additional pricing, if applicable: 15. Provide pricing information with regards to service calls. Example: minimum service fees, maximum number allowed in any period, etc. Pricing: 16. Provide a written narrative describing the method or manner in which the Proposer proposes to satisfy requirements of this RFP in the most cost effective manner. This proposal should be a total turn-key solution for Dawson County. This price should be exhaustive. List of fees should include but not limited to: monthly and annual rates, infrastructure cost, construction fees, maintenance costs and service fees, et al. 17. Provide any standard language for rate increases and basis of such increases. 18. Provide a list of any other charges/fees/taxes applicable. 19. Provide a schedule for construction/transition/cut-over as applicable. Other: 20. Provide any additional information regarding your organization or services that you feel would be beneficial in helping the County to select a vendor. 21. Vendor shall provide (1) electronic copy on a properly labeled CD or other electronic media device. The electronic copy submitted should be contained into one (1) file. The use of Adobe PDF documents is strongly recommended. Files contained on the CD or electronic media shall not be restricted against saving or printing. The electronic copy shall be identical to the original papers submitted. References: 22. Please provide a list of four verifiable public sector references, all of whom are able to comment on your organization s relevant experience. Please furnish: group name, contact name and telephone number, services you provided and time period covered. 23. Provide a list of four verifiable references, located within Dawson County, all of whom are able to comment on your organization s relevant experience. Please furnish: group name, contact name and telephone number, services you provided and time period covered. 24. List any and all accounts held by local governments (city and county) in Georgia within the last five (5) years. If any, do you still hold that account? If no, why not? If no Georgia local governments, indicate so. E. EVALUATION Criteria for Evaluation: All proposals will be evaluated according to, but not necessarily limited to, the following: Bid # RFP Internet Service Provider for Dawson County Gov t Page 10
11 Your firm s indicated ability to provide a level of service sufficient to meet the County s needs, as stated in your RFP response and Internet Service Provider Response Questionnaire. The following point system will be utilized to help evaluate the proposals: Criteria Points Allowed Background and Experience of the Vendor and 15 Qualifications of Staff Approach to Scope of Work & Methodology 25 Internet Service Provider Response Questionnaire 20 (excluding price) Proven Effectiveness working with Government 10 Agencies & References Financial Stability & Business Litigation 10 Pricing 20 TOTAL POINTS 100 Chart 3 Company Background and Structure The Proposer will provide a general history and description of its company including, but not limited to, the number of years in business, number of employees, and an organization chart showing principal staff members who will provide service to Dawson County. Include the legal form of the business organization, the state in which incorporated (if corporation), the types of business ventures in which the organization is involved, and the office location that will be the point of contact during the term of any resulting contract. Company Experience and Staff Proposers are encouraged to list years of experience in the banking business; and, if possible, show a proven effectiveness in administering contracts with County governments. Proposers must have qualified and trained staff with sufficient back-up personnel to successfully complete the contract requirements. Approach to Scope of Work/Methodology Referencing the Scope of Work listed under Section C, provide a detailed approach to fulfill the requirements of this RFP. Financial Stability Provide financial information that would allow proposal evaluators to ascertain the financial stability of the Proposer. If a public company, include a recap of the most recent audited financial report. If a private company, provide a recap of the most recent internal financial statement and a letter, on the financial institution s letterhead, stating financial stability. Business Litigation Disclose any involvement by the organization or any officer or principle in any material business litigation within the last five (5) years. The disclosure will include an explanation, as well as the current status and/or disposition of the case. Bid # RFP Internet Service Provider for Dawson County Gov t Page 11
12 Oral Presentations: During the evaluation process, Dawson County may at its discretion, request oral presentations from any or all respondents for the purpose of clarification or amplifying the materials presented. However, respondents are cautioned that the County is not required to request clarification; therefore, all proposals should be complete and reflect the most favorable terms available from the Vendor. F. Preparing of the Statement of Qualifications Each proposal should be prepared simply and economically, avoiding the use of elaborate promotional materials beyond those sufficient to provide a complete presentation. The cost for developing the submittal is the sole responsibility of the respondent. The County will not provide reimbursement for such costs. An Original must be clearly marked and shall contain original signatures. G. Organization of Statement of Qualifications Submitting firms will strictly adhere to the following order when preparing a Statement of Qualifications. Information provided shall not exceed 40 pages (single-sided). Section dividers may be used in addition to the 40 page limit. Information shall be organized in the following order and each section shall be limited to the number of pages indicated: Statement of Qualifications Order # of Pages Allowed 1 Vendor Information Form* On Page 16 of RFP 2 Cover Letter 1 3 Company Background 4 4 Qualifications and Experience of Key Staff 6 5 Administrative and Project Management Organization 1 6 Internet Service Provider Response Questionnaire 8 7 References 4 8 Financial Stability 6 9 Business Litigation within the last five (5) years 1 10 Total Price Proposal 3 11 Standard Fee Schedule 2 Total 40 Chart 4 Dawson County Required Forms Order* Page # in RFP 12 Vendor s Information Form Execution of Proposal Proposer s Certification and Statement of Non-Collusion Addenda Acknowledgement Addenda (if applicable) 17 Drug-Free Workplace Affidavit 21 Bid # RFP Internet Service Provider for Dawson County Gov t Page 12
13 18 Georgia Security and Immigration Compliance Act Affidavit E-Verify Forms (Contractor and Sub-Contractor as applicable) 19 SAVE Affidavit Local Small Business Initiative (if applicable) Completed W9 22 Certificate of Insurance 23 Copy of Current Business License 24 Copies of all Professional Licenses/Certifications for each Key Staff Member and firm as applicable Chart 5 *Note: Forms provided by Dawson County (pages 16 to 30) do not count towards the 40 page limit. H. ADMINISTRATION The project will be administered by the Dawson County Board of Commissioners with the Dawson County IT Director being the main point of contact for all questions during the term of the contract. I. PROCEDURES AND MISCELLANEOUS ITEMS 1. All questions shall be submitted in writing ( is acceptable) and shall be communicated in the form of an addenda if the scope specifications are to be affected and posted on the County s website under the bid information, all firms responding to this RFP should check the website before responding to this RFP. 2. All respondents to this RFP shall indemnify and hold harmless the Dawson County Board of Commissioners, and any of their officers and employees from all suits and claims alleged to be a result of this RFP. The issuance of this RFP constitutes only an invitation to present a proposal. It does not constitute an Invitation to Bid nor does it commit the County to issuing an Invitation to Bid. The Dawson County Board of Commissioners reserves the right to determine, at its sole discretion, whether any aspect of a respondent's submittal meets the criteria in this RFP. The Dawson County Board of Commissioners also reserves the right to seek clarifications, to negotiate with any vendor submitting a response, to reject any or all responses with or without cause, and to modify the procurement process and schedule. In the event that this RFP is withdrawn or the project canceled for any reason, the Dawson County Board of Commissioners shall have no liability to any respondent for any costs or expenses incurred in connection with this RFP or otherwise. 3. The RFP is subject to the provisions of the Dawson County Purchasing Policy and any revisions thereto, which are hereby incorporated into this RFP in their entirety except as amended or superseded herein. 4. Failure to submit all the mandatory forms from this RFP package shall be just cause for the rejection of the qualification package. However, Dawson County reserves the right to decide, on a case by case basis, in its sole discretion, whether or not to reject such a bid as non-responsive. Bid # RFP Internet Service Provider for Dawson County Gov t Page 13
14 5. Any payment terms requiring payment in less than 30 days will be regarded as requiring payment 30 days after invoice or delivery, whichever occurs last. This shall not affect offers of discounts for payment less than 30 days, however. 6. In case of failure to deliver goods in accordance with the contract terms and conditions, Dawson County, after due oral or written notice, may procure substitute goods or services from other sources and hold the contractor responsible for any resulting additional purchasing and administrative costs. This remedy shall be in addition to any other remedies which Dawson County may have. 7. By submitting a qualification package, the vendor is certifying that they are not currently debarred from bidding on contracts by any agency of the State of Georgia, nor are they an agent of any person or entity that is currently debarred from submitting bids on contacts by any agency of the State of Georgia. 8. Any contract resulting from this RFP shall be governed in all respects by the laws of the State of Georgia and any litigation with respect thereto shall be brought in the courts of the State of Georgia. Then contractor shall comply with applicable federal, state, and local laws and regulations. 9. It is understood and agreed between the parties herein that Dawson County shall be bound hereunder only to the extent of the funds available or which may hereafter become available for the purpose of this agreement. 10. Business License Ordinance adopted November 19, 2009, requires any individual, firm, corporation, or limited liability company practicing a trade in Dawson County to register their business. This applies when either a person or their company are not located within Dawson County but are operating a business or practicing a trade here within. J. PERMITS AND LICENSING 1. Successful vendor must hold a valid Business License at time of proposal and a copy must be filed with the Purchasing Director at time of proposal. 2. Out-of-county vendors must register their business license, within 10 days of award, with the Dawson County Planning and Development Department. Vendors may contact the department at for details. Vendors are not expected to register their out-of-county licenses with Dawson County Planning & Development prior to award. K. BONDS Bid Bond not required Payment Bond not required Performance Bond 100% L. FINAL SELECTION Following review of all qualified proposals, selection of a suitable vendor, and preliminary contract negotiations, a recommendation will be made to the Dawson County Board of Commissioners by the project representative. Following Commission approval, the County will complete contract negotiations. The selected Bid # RFP Internet Service Provider for Dawson County Gov t Page 14
15 vendor should be prepared to commence working on the employee benefit package immediately following contract execution. The Dawson County Board of Commissioners reserves the right to accept the response that is determined to be in the best interest of the County. The County reserves the right to reject any and or all proposals. Every vendor submitting a proposal must complete the forms showing compliance with the GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT OCGA The forms are provided with this RFP package. THIS PAGE LEFT INTENTIONALLY BLANK Bid # RFP Internet Service Provider for Dawson County Gov t Page 15
16 Bid # RFP Internet Service Provider for Dawson County Gov t Page 16
17 BID # RFP INTERNET SERVICE PROVIDER FOR DAWSON COUNTY GOVERNMENT VENDOR S CHECKLIST Company Name: Please indicate you have completed the following documentation; and submit them in the following order: Vendor s Checklist ITEM DESCRIPTION Documentation listed under Section H: Statement of Qualifications (Pages 8-10) Vendor s Information Form Execution of Proposal Form Addenda Acknowledgement Form and Any Addenda Issued Proposer s Certification and Non-Collusion Affidavit Drug-Free Workplace Affidavit Georgia s Security and Immigration Compliance Act Affidavit SAVE Affidavit Contractor Affidavit Subcontractor Affidavit (if applicable) Local Small Business Initiative Affidavit (if applicable) Proof of Insurance (do not count towards page limit) Completed W9 (do not count towards page limit) Copy of Valid Business License (do not count towards page limit) Copy of Any Certifications Requested within RFP (if applicable) **Reminder: Pages provided by Dawson County do not count against the 40 page limit of your response** Authorized Signature Title Print Name Date THIS PAGE MUST BE COMPLETED AND SUBMITTED AS A PART OF YOUR PROPOSAL Bid # RFP Internet Service Provider for Dawson County Gov t Page 17
18 BID # RFP INTERNET SERVICE PROVIDER FOR DAWSON COUNTY GOVERNMENT VENDOR S INFORMATION FORM 1. Legal Business Name 2. Street Address 3. City, State & Zip 4. Type of Business: State of Registration: (Association, Corporation, Partnership, Limited Liability Company, etc.) 5. Name & Title of Authorized Signer: 6. Primary Contact 7. Phone Fax Company Website 10. Has your company ever been debarred from doing business with any federal, state or local agency? Yes No If Yes, please state the agency name, dates and reason for debarment. ATTACH COPY OF BUSINESS LICENSE AND A COMPLETED W-9 FORM THIS PAGE MUST BE COMPLETED AND SUBMITTED WITH PROPOSAL Bid # RFP Internet Service Provider for Dawson County Gov t Page 18
19 BID # RFP INTERNET SERVICE PROVIDER FOR DAWSON COUNTY GOVERNMENT EXECUTION OF PROPOSAL DATE: The potential Contractor certifies the following by placing an "X" in all blank spaces: That this proposal was signed by an authorized representative of the firm. That the potential Contractor has determined the cost and availability of all materials and supplies associated with performing the services outlined herein. That all labor costs associated with this project have been determined, including all direct and indirect costs. That the potential Contractor agrees to the conditions as set forth in this Request for Qualifications with no exceptions. Therefore, in compliance with the foregoing Request for Qualifications, and subject to all terms and conditions thereof, the undersigned offers and agrees, if this proposal is accepted within sixty (60) days from the date of the opening, to furnish the services for the prices quoted within the timeframe required. Business Name Authorized Signature Date Typed Name & Title THIS PAGE MUST BE COMPLETED AND SUBMITTED AS A PART OF YOUR PROPOSAL Bid # RFP Internet Service Provider for Dawson County Gov t Page 19
20 BID # RFP INTERNET SERVICE PROVIDER FOR DAWSON COUNTY GOVERNMENT PROPOSER S CERTIFICATION AND STATEMENT OF NON-COLLUSION I certify that this proposal is made without prior understanding, agreement or connection with any corporation, firm or person submitting a proposal for the same services and is in all respects fair and without collusion or fraud. I understand that collusive bidding is a violation of state and Federal law and can result in fines, prison sentences and civil damages awards. I certify that this proposal has been prepared independently and the price submitted will not be disclosed to another person. I certify that there has been no contact or communication by the proposer or the proposer s associates with any County staff, or elected officials since the date this BID # RFP INTERNET SERVICE PROVIDER FOR DAWSON COUNTY GOVERNMENT was issued except: 1) through the Purchasing Department 2) at the Pre-Proposal Conference (if applicable) or 3) as provided by existing work agreement(s). The County reserves the right to reject the proposal submitted by any proposer violating this provision. I agree to abide by all conditions of this proposal and certify that I am authorized to sign this proposal. COMPANY NAME: Authorized Representative (Signature) Date Authorized Representative/Title (Print or Type) THIS PAGE MUST BE COMPLETED AND SUBMITTED AS A PART OF YOUR PROPOSAL Bid # RFP Internet Service Provider for Dawson County Gov t Page 20
21 BID # RFP INTERNET SERVICE PROVIDER FOR DAWSON COUNTY GOVERNMENT ADDENDA ACKNOWLEDGEMENT The vendor has examined and carefully studied the Request for Qualifications and the following Addenda, receipt of all of which is hereby acknowledged: Addendum No. Addendum No Addendum No. Addendum No. Authorized Representative (Signature) Date Authorized Representative/Title (Print or Type) Vendors must acknowledge any issued addenda. Proposals which fail to acknowledge the vendor s receipt of any addendum will result in the rejection of the offer if the addendum contained information which substantively changes the Owner s requirements. THIS PAGE MUST BE COMPLETED AND SUBMITTED AS A PART OF YOUR PROPOSAL Bid # RFP Internet Service Provider for Dawson County Gov t Page 21
22 BID # RFP INTERNET SERVICE PROVIDER FOR DAWSON COUNTY GOVERNMENT DRUG FREE WORKPLACE I hereby certify that I am a principle and duly authorized representative of: Whose address is: And it is also that: 1. The provisions of Section through of the Official Code of Georgia Annotated, relating to the "Drug Free Workplace Act" have been complied with in full; and, 2. A drug free workplace will be provided for the CONTRACTOR S employees during the performance of the contract; and, 3. Each subcontractor hired by the CONTRACTOR shall be required to ensure that the subcontractor's employees are provided a drug free workplace. The CONTRACTOR shall secure from that subcontractor the following written certification: "As part of the subcontracting agreement with, certifies to the CONTRACTOR that a drug free workplace will be provided for the subcontractor's employees during the performance of this contract pursuant to paragraph (7) of subsection (b) of the Official Code of Georgia Annotated Section "; and, 4. It is certified that the undersigned will not engage in unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana during the performance of the contract. Date Signature THIS PAGE MUST BE COMPLETED AND SUBMITTED AS A PART OF YOUR PROPOSAL Bid # RFP Internet Service Provider for Dawson County Gov t Page 22
23 Georgia Security & Immigration Compliance (GSIC) Act Affidavit As per the Georgia Senate Bill 529 and Senate Bill 447, the Georgia Department of Labor has promulgated new rules for the implementation of Section 2. O.C.G.A and Chapter state that no Georgia Public Employer shall enter into a contract for the physical performance of services within the State of Georgia unless the Contractor registers and participates in a federal work authorization program to verify the work eligibility information of all of its new employees. The Employment Eligibility Verification E-Verify site operated by the U.S. Citizenship and Immigration Services Bureau of the U.S. Department of Homeland Security is the electronic federal work authorization program to be utilized for these purposes. The website is By executing the attached Contractor Affidavit, Contractor verifies its compliance with O.C.G.A stating affirmatively that the individual, firm or corporation which is contracting with the Dawson County Board of Commissioners has registered and is participating in this federal work authorization program in accordance with the applicability provisions and deadlines established in this Statute. Contractor further agrees that should it employ or contract with any Sub-Contractor(s) for the physical performance of services pursuant to the contract with the Dawson County Board of Commissioners, Contractor will secure from the Sub-Contractor(s) verification of compliance with O.C.G.A on a Sub-Contractor Affidavit and shall provide a copy of each such verification to the Dawson County Board of Commissioners at the time the Sub-Contractor(s) is retained to perform such services. PLEASE COMPLETE THE ATTACHED AFFIDAVIT AND RETURN IT TO: Davida Simpson Dawson County Purchasing Director 25 Justice Way, Suite 2223 Dawsonville, GA Fax: (706) [email protected] Bid # RFP Internet Service Provider for Dawson County Gov t Page 23
24 IMMIGRATION AND SECURITY FORM (GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT AFFIDAVIT) Contractor s Name: County Solicitation/ Contract No.: CONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned Contractor verifies its compliance with O.C.G.A , stating affirmatively that the Contractor identified above has registered with and is participating in a federal work authorization program*, in accordance with the applicability provisions and deadlines established in O.C.G.A The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to this contract with the County, Contractor will secure from such subcontractor(s) similar verification of compliance with O.C.G.A on the attached Subcontractor Affidavit. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the County at the time the subcontractor(s) is retained to perform such service. EEV / E-Verify TM Company Identification Number BY: Authorized Officer or Agent (Contractor Name) Date Title of Authorized Officer or Agent of Contractor Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF 20 Notary Public [NOTARY SEAL] My Commission Expires: *any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L Bid # RFP Internet Service Provider for Dawson County Gov t Page 24
25 IMMIGRATION AND SECURITY FORM (GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT AFFIDAVIT) Contractor s Name: County Solicitation/ Contract No.: ADDITIONAL INSTRUCTIONS TO CONTRACTOR: Identify all subcontractors used to perform under the county contract. In addition, you must attach a signed and notarized affidavit (third page of this form) from each of the subcontractors listed below. The contractor is responsible for providing a signed and notarized affidavit to the County within five (5) days of the addition of any new subcontractor used to perform under the identified County contract. Contractor s Name: Subcontractors: Bid # RFP Internet Service Provider for Dawson County Gov t Page 25
26 IMMIGRATION AND SECURITY FORM (GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT AFFIDAVIT) Contractor s Name: Subcontractor s (Your) Name: County Solicitation/ Contract No.: SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned Subcontractor verifies its compliance with O.C.G.A , stating affirmatively that the Subcontractor which is engaged in the physical performance of services under a contract with the Contractor identified above on behalf of the County identified above has registered with and is participating in a federal work authorization program*, in accordance with the applicability provisions and deadlines established in O.C.G.A EEV / E-Verify TM Company Identification Number BY: Authorized Officer or Agent (Subcontractor Name) Date Title of Authorized Officer or Agent of Contractor Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF 20 Notary Public [NOTARY SEAL] My Commission Expires: *any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L Bid # RFP Internet Service Provider for Dawson County Gov t Page 26
27 DAWSON COUNTY BOARD OF COMMISSIONERS SAVE Affidavit (Systematic Alien Verification for Entitlements) Affidavit for a Public Benefit as required by the Georgia Immigration Reform and Enforcement Act of 2011 By executing this affidavit under oath, as an applicant for a public benefit as referenced in the Georgia Illegal Immigration Reform and Enforcement Act of 2011 [O.C.G.A (e)(2)], I am stating the following: I am a United States citizen; or I am a legal permanent resident of the United States*; or I am an otherwise qualified alien or non-immigrant under the Federal Immigration and Nationality Act 18 years of age or older and lawfully present in the United States.* *Alien registration number for non-citizens issued by the Department of Homeland Security or other federal immigration agency is: At least one secure and verifiable document for identification purposes must be provided as required by O.C.G.A (e) (1). See list on page 2 of this document. ****************************************************************************** In making the above representation under oath, I understand that any person who knowingly and willfully makes a false, fictitious, or fraudulent statement or representation in an affidavit shall be guilty of a violation of Code Section of the Official Code of Georgia and face criminal penalties as allowed by such criminal statute. Applying on behalf/name of associated business Signature of Applicant Date Printed Name SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF 20 [NOTARY SEAL] Notary Public My Commission Expires: *NOTE: O.C.G.A (e)(2) requires that aliens under the Federal Immigration and Nationality Act, Title 8 U.S.C., as amended, provide their alien registration number. Because legal permanent residents are included in the federal definition of alien, legal permanent residents must also provide their alien registration number. [Page 1 of 2] Bid # RFP Internet Service Provider for Dawson County Gov t Page 27
28 SECURE AND VERIFIABLE DOCUMENTS UNDER O.C.G.A [Issued August 1, 2011 by the Office of the Attorney General, Georgia] The following list of secure and verifiable documents, published under the authority of O.C.G.A , contains documents that are verifiable for identification purposes, and documents on this list may not necessarily be indicative of residency or immigration status. INDICATE AND ATTACH A COPY OF THE DOCUMENT (front and back) United States passport or passport card United States military identification card Merchant Mariner Document or Merchant Mariner Credential issued by the United States Coast Guard Secure Electronic Network for Travelers Rapid Inspection (SENTRI) card Driver s license issued by one of the United States, the District of Columbia, the Commonwealth of the Northern Marianas Islands, the United States Virgin Island, American Samoa, or the Swain Islands, provided that it contains a photograph of the bearer or lists sufficient identifying information regarding the bearer, such as name, date of birth gender, height, eye color, and address to enable the identification of the bearer. Identification card issued by one of the United States, the District of Columbia, the Commonwealth of Puerto Rico, Guam, the Commonwealth of the Northern Marianas Islands, the United States Virgin Island, American Samoa, or the Swain Islands, provided that it contains a photograph of the bearer or lists sufficient identifying information regarding the bearer, such as name, date of birth gender, height, eye color, and address to enable the identification of the bearer. Tribal identification card issued by one of the United States, the District of Columbia, the Commonwealth of Puerto Rico, Guam, the Commonwealth of the Northern Marianas Islands, the United States Virgin Island, American Samoa, or the Swain Islands, provided that it contains a photograph of the bearer or lists sufficient identifying information regarding the bearer, such as name, date of birth gender, height, eye color, and address to enable the identification of the bearer. Passport issued by a foreign government Free and Secure Trade (FAST) card NEXUS card United States Permanent Resident Card or Alien Registration Receipt Card Employment Authorization Document that contains a photograph of the bearer. Certificate of Citizenship issued by the United States Department of Citizenship and Immigration Services (USCIS) [Form N-560 or Form N-561] Certificate of Naturalization issued by the United States Department of Citizenship and Immigration Services (USCIS) [Form N-550 or Form N-570] [Page 2 of 2] Bid # RFP Internet Service Provider for Dawson County Gov t Page 28
29 Dawson County Board of Commissioners Local Small Business Initiative Purpose & Scope: Giving preference to local suppliers, even if it means spending a little more, can actually benefit a county s finances. Dollars spent locally generate additional economic activity even beyond the value of the initial contract as the local supplier in turn sources goods and services locally. Each additional dollar that circulates locally boosts economic activity, employment, and ultimately tax revenue. A study in Arizona found that using local independent suppliers for state contracts results in three times the economic benefit of bids fulfilled through national chains. Local Small Business Initiative (LSBI) is a Dawson County program designed to promote opportunities to Local Small Businesses located in Dawson County. The LSBI program is designed to return as much taxpayer money to the local economy, in a relatively short time span, as possible while at the same time foster inclusiveness with the County s procurement activities and a goal to provide more opportunities for Dawson County businesses. Definition of Local Small Business: Local Small Business shall mean a business which has its principal office located in and having a street address within Dawson County for at least six months immediately prior to the issuance of the quote/bid/proposal. Post Office boxes (to include mailing/shipping center addresses) are not eligible and shall not be used for the purpose of establishing a physical address. Must hold a valid business license required by the County and have no outstanding or unresolved fees, fines or penalties due to Dawson County. Not have more than twenty-five (25) employees, and of which at least 33% of those employees have their primary residence in Dawson County, or, if the business has no employees, the business shall be at least fifty-one (51%) percent owned by one or more persons whose primary residence in Dawson County. Have a banking relationship with a bank located in Dawson County. Average annual gross receipts of five million dollars ($5,000,000.00) or less over the previous three years. Must certify under oath to the above criteria upon submission for any bid, solicitation, or proposal to Dawson County. The LSBI Policy will not be applicable for the following types of purchases, bids, or solicitations: Goods or services provided under a cooperative purchasing agreement or inter-local agreement; Purchases or contracts which are funded in whole or part by a governmental entity and the laws, regulations, or policies governing such funding prohibit application of preference; Bid # RFP Internet Service Provider for Dawson County Gov t Page 29
30 Purchases made or contracts let under emergency or non-competitive situations or for legal services; Projects over $100, Affidavit: The County will accept an affidavit that a business meets the County s standards to be considered a Local Small Business. The County, in its sole discretion, may request additional information from the business to support its claim of being a Local Small Business. The Purchasing Department will be required to review the affidavit and request additional information as necessary to ensure the LSBI criteria are satisfied. The County will notify a business of acceptance of LSBI certification. How Incentive Works: Under any applicable solicitation or bid, vendors desiring to receive local preference under the LSBI Policy will be required to affirmatively demonstrate via affidavit that they satisfy all pertinent requirements. Any vendor who fails to submit the required affidavit shall be automatically excluded from LSBI consideration. Vendors shall submit the affidavit with each solicitation or bid proposal. The affidavit contemplated under this Policy is valid only for the submitted solicitation or bid, and must be reaffirmed and resubmitted for each subsequent solicitation of bid. For any solicitation that is under $100, the Local Small Business (as demonstrated via affidavit) that submits a responsive, responsible price, a local preference credit of 3%. Waiver: The application of local preference to a particular purchase, contract, bid, solicitation or category of contracts may be waived by the Dawson County Board of County Commissioners in its sole discretion. The promulgation of this Policy is not intended nor should it be construed as created a right or property interest in local preference or in the local preference credit. Bid # RFP Internet Service Provider for Dawson County Gov t Page 30
31 DAWSON COUNTY BOARD OF COMMISSIONERS LOCAL SMALL BUSINESS AFFIDAVIT OF ELIGIBILITY Complete form and submit with your bid. Incomplete forms may be rejected. 1. Legal Name of Firm 2. Mailing Address: Physical Address (if different) 3. Year business was established in Dawson County: 4. Business License Number issued by Dawson County: 5. Number of Employees: 6. Average annual gross receipts for past three years: 7. Business Type: (corporation, partnership, sole proprietorship) 8. Does your business have more than one location in Dawson County? Yes No If yes, specify the location(s) 9. Is your businesses principal base of operations in Dawson County? Yes No 10. Does your business have any locations outside Dawson County? Yes No 11. If yes, please specify the location(s): CERTIFICATION: I hereby certify under penalty of perjury that the information which I have provided on this form is true and correct, that I am authorized to sign on behalf of the business set out above, and if requested by the County will provide, within 10 days of notice, the necessary documents to substantiate the information on this form. Attest: Sworn to and subscribed before me this day of, 20 Notary Public Commission Expires: (SEAL) Authorized Signature Print Name Title Bid # RFP Internet Service Provider for Dawson County Gov t Page 31
32 Dawson County Board of Commissioners VOLUNTARY Title VI Statistical Data Form Used For Government Monitoring Purposes Dawson County Board of Commissioners is committed to broad-based competition on all bids. We are gathering the following information for recordkeeping in compliance with federal regulations. All information will be considered strictly private and confidential and will be used for Title VI of the Civil Rights Act of 1964 purposes only. Your responses are strictly voluntary and will help in developing and monitoring nondiscrimination enforcement programs. This form is not part of the bid document and has no emphasis on decision of award, if you prefer not to reply that is acceptable. Failure to complete this form will not affect your chances of award. Your cooperation is appreciated. Instruction for submission: DO NOT INCLUDE WITH BID PROPOSAL. Form should be submitted separately in a non-identifying envelope addressed to the Dawson County Purchasing Department, 25 Justice Way, Suite 2223, Dawsonville, GA Please write in bid name and number for project tracking purposes. # RFP INTERNET SERVICE PROVIDER FOR DAWSON COUNTY GOVERNMENT Please place an X on the line that apply Owner Gender: Male Female Owner Race/Ethnicity: White/Caucasian Hispanic or Latino Black or African American American Indian or Alaska Native Native Hawaiian or Asian Other Pacific Islander Two or More Races Disability: Any person who (1) has a physical or mental impairment that substantially limits one or more major life activities; (2) has a record of such impairment; or (3) is regarded as having such impairment. Yes No Minority Owned Business: Yes No Disadvantaged Business Enterprise (DBE) Company? Yes No Number of Employees: Staff Race/Ethnicity make-up: White/Caucasian Hispanic or Latino Asian (Provide % on line) Black or African American American Indian or Alaska Native Native Hawaiian or Other Pacific Islander Two or More Races Dawson County Government is committed to serve the public efficiently, preserve our heritage, safeguard the environment, protect citizens and improve the quality of life. Bid # RFP Internet Service Provider for Dawson County Gov t Page 32
33 ANNUAL CONTRACT AND AGREEMENT Contract Start Date: Award Date Contract End Date: December 31, 2015 Contract Name: Vendor Name: Address: Telephone No.: Contact Person: Payment Terms: Net 30 days This Agreement is hereby made and entered into this day of, 2014, by and between Dawson County, Georgia (hereinafter referenced as County ) and, [a sole proprietorship, a partnership, a Georgia limited liability corporation, a Georgia corporation] (hereinafter referenced as Contractor ). The Request for Proposals received pursuant to Dawson County Project No. and addenda # RFP Internet Service Provider issued for the Request for Proposals referenced herein, and the Contractor s bid are hereby incorporated herein by reference and made a part of this contract and agreement between the parties. 1. Scope of Services Contractor shall furnish the services in accord with: the Request for Proposals and the addenda issued for the Request for Proposals set forth within Exhibit A that is hereto incorporated herein by reference. Such services shall be performed by employees or agents of the Contractor and not by employees of the County. If the services are to be provided or performed upon property owned or controlled by the County, then the Contractor s employees shall abide by all rules established by the County. 2. Term of Agreement This Agreement shall commence on the day of, 2014 and shall terminate on December 31, 2015 with five (5), one (1) calendar year renewals permitted if both parties agree. The Contractor shall provide the County with a minimum of ninety (90) days notice of any price increase requests. 3. Multi-Year Contract This Contract and Agreement shall terminate absolutely and without further obligation on the part of the County at the close of the calendar year in which this Contract is executed and at the close of each succeeding calendar year for which the Contract may be renewed. This Contract shall be automatically renewed in accord with the terms hereof, unless the County takes action to terminate the Contract by providing 30 days notice of the intent not to renew the terms hereof.
34 The total obligation of the County for the calendar year of execution shall be in accordance with services rendered based on the rates provided under the Bidder s Financial Response Form ( Exhibit B ) in response to the Request for Proposal # RFP Internet Service Provider. The total obligation that will be incurred in each calendar year renewal term, if renewed, shall be as in accordance with services rendered based on the rates provided under the Vendor s Financial Response Form ( Exhibit B ) in response to the Request for Proposals # RFP Internet Service Provider. Title to any supplies, materials, equipment, or other personal property shall remain in the Contractor until fully paid for by the County. This Contract shall terminate immediately and absolutely at such time as appropriated and otherwise unobligated funds are no longer available to satisfy the obligations of the County under the terms of this Contract or any renewal. 4. Payment Compensation to the Contractor shall be as set forth in the Request for Proposals, any addenda issued for the Invitation for Bids, and the Contractor s Bid and shall constitute payment in full for work completed. 5. Invoices All invoices from the Contractor shall include the purchase order number, a location description and an outline of work completed. The Contractor represents to the County that the Contractor is experienced and properly qualified to perform the functions to be performed by the Contractor in accord with the terms hereof and that the Contractor is properly equipped, organized and financially able to perform such functions. The Contractor shall operate as an independent contractor and not as an agent of the County, and neither the Contractor nor any of the Contractor s employees, servants, agents or subcontractors shall be deemed a partner, employee, servant or agent of the County. Neither party hereto shall have authority to bind the other party in respect. The Contractor shall not assign, transfer, nor convey the terms of this Contract or any party hereof without written consent of the County. 6. Indemnification/Limitation of Liability Contractor agrees to protect, defend, indemnify and hold harmless the County, the County s commissioners, agents and employees from and against any liability, damage, claim, including attorney fees and expenses of litigation, suit, lien, and judgment for injuries to or death of any person or damage to property or other rights of any person caused by the Contractor, the Contractor s employees, servants, agents or subcontractors. The Contractor s obligation to protect, defend, indemnify, and hold harmless extends to any claim for the alleged infringement of any patent, trademark, copyright, or any actual or alleged unfair competition, disparagement of product or service, or other business tort 2
35 or any actual or alleged violation of trade regulations arising out of the performance of Contractor s duties in accord with this Contract, as well as any other claim. The Contractor shall maintain worker s compensation and comprehensive general liability insurance in such form as to protect Contractor and the County with the County being named as an additional insured for any claims for damages or bodily injury, including death and damage to property that may arise from acts or omissions of Contractor under this Contract. The Contractor shall provide the County with a Certificate of Liability Insurance in an amount of not less than $ 1,000, per occurrence to protect the Contractor. Such insurance shall be primary and non-contributing to any insurance maintained or obtained by the Contractor and shall not be cancelled or materially reduced without thirty (30) days prior notice to the County and approval by the County. 7. Performance Standards The Contractor shall exercise care, skill and diligence commonly possessed and exercised by reasonably skillful and prudent persons who perform these services when performing obligations in accord with the terms of this Contract. The Contractor s performance will be evaluated monthly. If the terms hereof are not being satisfied as determined by the County, then the County shall notify the Contractor in writing of deficiencies, and the Contractor shall provide a written response detailing how any deficiencies shall be cured within thirty (30) days. If the deficiencies noted by the County are not properly corrected, then Dawson County may cancel this Agreement with no additional obligation owed to the Contractor. 8. Change Order Any change order shall mean a written order to the Contractor executed by the County issued after the execution of this Contract and Agreement authorizing and directing a change in services. The price and time may be changed only through a change order. If the change order requires additional services or directs the omission of certain services covered by this Contract, then an equitable adjustment in price shall be made, but any claim for any such adjustment shall be asserted within thirty (30) days of receipt of the written change order. 9. Confidential Information While performing services for the County, the Contractor shall not disclose any confidential business information that may become known to the Contractor. Personnel acting on behalf of the Contractor shall be instructed to not remove any of the County s documents or materials and to not disclose any confidential information to any persons other than County personnel, unless written authorization from the County is provided. All documents and materials prepared pursuant to the Bid and this Contract shall be the property of Dawson County. The County shall have the unrestricted authority to publish, disclose, distribute and otherwise use, in whole or in part, any reports, data, 3
36 maps, or other materials prepared in accord with the terms of this Contract and Agreement. 10. Litigation and Arbitration The County and the Contractor agree to resolve through negotiation, mediation or arbitration any disputes between the parties arising out of or relating to this Contract and Agreement. If the parties do not resolve the dispute through negotiation and do not agree to mediation, then arbitration shall be the exclusive and final method of resolving any disputes related to this Agreement. Arbitration proceedings shall be in accord with O.C.G.A , et seq., the Georgia Arbitration Code. Venue for any litigation arising from this Contract shall be the Superior Court of Dawson County, Georgia. A demand for arbitration shall be made within a reasonable term after the claim, dispute or other matter in question occurs, but not later than one-hundred and eighty (180) days after such claim, dispute or other matter. 11. Notices Any notice required in accord with the terms hereof shall be delivered via certified mail or commercial delivery service as follows: County: Contractor: Dawson County Board of Commissioners ATTN: Purchasing Director 25 Justice Way, Suite 2223 Dawsonville, GA IN WITNESS WHEREOF, the parties hereto have set their hands and seals this day of, 20. DAWSON COUNTY, GEORGIA CONTRACTOR: By: Name: Title: By: Name: Title: Attest: Attest: By: Name: Title: By: Name: Title: 4
ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552
ROCKDALE COUNTY, GEORGIA April 4, 2011 WINDOWS 2008/EXCHANGE 2010 UPGRADE REQUEST FOR BID #11-15 ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552
APPLICATION TO OPERATE A TRAUMATIC BRAIN INJURY FACILITY. SECTION A: IDENTIFICATION DATE OF APPLICATION: Original; Change of Status.
APPLICATION TO OPERATE A TRAUMATIC BRAIN INJURY FACILITY Effective August 3, 2010, a fee must be paid for each new application, change of ownership, change of location, or renewal of license. Before you
LUMPKIN COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSAL ADA WEBSITE MITIGATION PROJECT NUMBER 2015-011
LUMPKIN COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSAL ADA WEBSITE MITIGATION PROJECT NUMBER 2015-011 SUBMISSIONS ARE DUE AT THE ADDRESS SHOWN BELOW NO LATER THAN FRIDAY, SEPTEMBER 11, 2015, AT 3:00
REQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015
REQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT August 10, 2015 The City of Rome, Georgia is requesting proposals from qualified firms to provide Check Processing
GEORGIA BOARD OF PHARMACY 2 Peachtree Street, N.W. 36 th Floor Atlanta, Georgia 30303
GEORGIA BOARD OF PHARMACY 2 Peachtree Street, N.W. 36 th Floor Atlanta, Georgia 30303 PHARMACY TECHNICIAN INFORMATION SHEET AND CHECKLIST In accordance with O.C.G.A. 26-4-28, the Georgia Board of Pharmacy
DAWSON COUNTY GOVERNMENT REQUEST FOR PROPOSALS FOR AMBULANCE TRANSPORT BILLING FOR DAWSON COUNTY EMERGENCY SERVICES
DAWSON COUNTY GOVERNMENT REQUEST FOR PROPOSALS FOR AMBULANCE TRANSPORT BILLING FOR DAWSON COUNTY EMERGENCY SERVICES SUBMISSIONS ARE DUE AT THE ADDRESS SHOWN BELOW NO LATER THAN FRIDAY, DECEMBER 13, 2013,
INSTRUCTIONS FOR COMPLETING AN APPLICATION FOR A LICENSE TO OPERATE A DRUG ABUSE TREATMENT AND EDUCATION PROGRAM
INSTRUCTIONS FOR COMPLETING AN APPLICATION FOR A LICENSE TO OPERATE A DRUG ABUSE TREATMENT AND EDUCATION PROGRAM No governing body shall operate a drug abuse treatment and education program in the state
COUNTY 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
ATLANTA PUBLIC SCHOOLS
Procurement Services 130 Trinity Avenue, S.W. 5 th Floor Atlanta, Georgia 30303 Request for Qualifications For October 31, 2007 Solicitation Number: 112607-01 Due Date: November 26, 2007 ADVERTISEMENT
1. Provide advice and opinions regarding workers compensation issues, as needed;
Town of West New York Requests Proposals ( RFP ) From Law Firms Interested in Serving as Workers Compensation Counsel for the Town of West New York For the Period January 1, 2016 through December 31, 2016
CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS
CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS Date Issued: March 12, 2014 Bid Number: 14-25 The City of Sikeston is soliciting bids for the resurfacing of four tennis courts. The sealed bids
ADVERTISEMENT FOR BIDS. Tree Clearing for Watson Drive City of Kearney, MO
ADVERTISEMENT FOR BIDS Tree Clearing for Watson Drive City of Kearney, MO Sealed bids will be received at Kearney City Hall, 100 East Washington, Kearney, MO 64060, on or before 2:00 PM, Friday, February
Department of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16RD101413B PROJECT TITLE: Communication Access Real Time Translation and Open Captioning Transcription
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
Request for Proposal. Internet Access. Satilla Regional Libraries. Erate Funding Year July 1, 2014 through June 30, 2015
Request for Proposal Internet Access Satilla Regional Libraries Erate Funding Year July 1, 2014 through June 30, 2015 January 2013 Page 1 REQUEST FOR PROPOSAL Internet Access Satilla Regional Library The
Request for Quotations on Termite and Pest Control Service to Include Repair & Maintenance RFQ 16-005
Request for Quotations on Termite and Pest Control Service to Include Repair & Maintenance RFQ 16-005 Competitive Quotations will be received at the City of Powder Springs, City Clerk s Office, 4484 Marietta
REQUEST FOR QUOTATION For MOVING SERVICES FOR CHATHAM COUNTY SUPERIOR COURT AND STATE COURT
REQUEST FOR QUOTATION For MOVING SERVICES FOR CHATHAM COUNTY SUPERIOR COURT AND STATE COURT QUOTE NUMBER: 14-0118-3 The Number Must Appear On All Quotations and Related Correspondence. Quotation must be
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
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
CITY OF TYBEE ISLAND RFP #2015-673 THE CITY OF TYBEE ISLAND IS ISSUING THIS REQUEST FOR PROPOSAL FOR FURNISHING THE SERVICES DESCRIBED HEREIN:
MAYOR Jason Buelterman CITY COUNCIL Wanda Doyle, Mayor Pro Tem Barry Brown Rob Callahan Bill Garbett Monty Parks Paul Wolff CITY OF TYBEE ISLAND RFP #2015-673 CITY MANAGER Diane Schleicher CITY CLERK Janet
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
CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI 48071 INVITATION TO BID
CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI 48071 INVITATION TO BID ITB # 1002 ITEM: Storage Area Network Equipment, Installation & Support DEADLINE: Friday, February
DAWSON COUNTY GOVERNMENT REQUEST FOR PROPOSALS FOR INMATE TELEPHONE SYSTEMS FOR THE DAWSON COUNTY SHERIFF S OFFICE
DAWSON COUNTY GOVERNMENT REQUEST FOR PROPOSALS FOR INMATE TELEPHONE SYSTEMS FOR THE DAWSON COUNTY SHERIFF S OFFICE SUBMISSIONS ARE DUE AT THE ADDRESS SHOWN BELOW NO LATER THAN FRIDAY, FEBRUARY 20, 2015
COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ 08108 REQUEST FOR PROPOSAL/EUS
COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ 08108 REQUEST FOR PROPOSAL/EUS A. PURPOSE: The Collingswood Board of Education is seeking proposals through the EUS procurement process
Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 [email protected]
SECTION I Shawnee County is requesting qualifications/proposals for the renovation of 2600 SW East Circle Drive, Topeka, Kansas 66606 which will be utilized by the Shawnee County Health Agency per the
Department of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Purchasing Director REQUEST FOR E-QUOTE NUMBER: 15RD99627B PROJECT TITLE: Barracuda Web App Firewall 460Vx Support and Licenses Information
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
COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR
COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR CONSTRUCTION MANAGEMENT SERVICES FOR ORANGE COAST COLLEGE BUSINESS, MATH, COMPUTING CENTER December 14, 2012 PROPOSALS DUE: By 4 p.m. -
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
AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave.
Date: 03/07/2014 RFP # 2014-6 Request for Proposal for: Paper Shredding / Document Destruction Services AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott
Park Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal.
REQUEST FOR PROPOSAL Park Hill School District 7703 NW Barry Road Kansas City, MO 64153 ------------------------------------------------------------------- Independent Financial Advisor District Bond Issues
FULTON COUNTY SCHOOLS IMMIGRATION AND SECURITY FORM
FULTON COUNTY SCHOOLS IMMIGRATION AND SECURITY FORM If you are providing service, performing work or delivering goods to the Fulton County Board of Education including, but not limited to schools, warehouses
How To Write A Pnetration Testing Rfp
REQUEST FOR SUBMITTAL OF PROPOSALS FOR PENETRATION TESTING SERVICES FOR BOONE COUNTY FAMILY RESOURCES IN COLUMBIA, MISSOURI SEPTEMBER 22, 2014 SUBMISSION DEADLINE FRIDAY, OCTOBER 17, 2014 @ 3:00 PM CDT
FIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE
THE SCHOOL DISTRICT SHARON SWAN ARTHUR C. JOHNSON, Ph.D. OF PALM BEACH COUNTY, FLORIDA DIRECTOR SUPERINTENDENT CONSTRUCTION PURCHASING DEPARTMENT 3661 INTERSTATE PARK ROAD NORTH, SUITE 200 RIVIERA BEACH,
TROUP COUNTY COMPREHENSIVE HIGH SCHOOL
TROUP COUNTY BOARD OF EDUCATION REQUEST FOR SEALED COMPETITIVE PROPOSALS FOR CONSTRUCTION OF: RE-FLOORING TO: TROUP COUNTY COMPREHENSIVE HIGH SCHOOL LAGRANGE, GEORGIA TROUP COUNTY SCHOOL SYSTEM LAGRANGE,
REQUEST 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
INFORMATION FOR APPLYING FOR A USED MOTOR VEHICLE DEALERS LICENSE
INFORMATION FOR APPLYING FOR A USED MOTOR VEHICLE DEALERS LICENSE The Used Motor Vehicle Division meets six times per year. Please refer to the board meeting schedule on the internet. The website is www.sos.ga.gov/plb/usedcar.
Borough of Jamesburg
Borough of Jamesburg Sale of Cellular Communications Tower Lease Bid Specifications Borough of Jamesburg 131 Perrineville Road Jamesburg, NJ 08831 July, 2012 Bid Opening August 16, 2012 11:00am Borough
REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT
ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT The WALTON COUNTY SCHOOL DISTRICT will receive
REQUEST FOR PROPOSALS: Internet Access Service. For: Peach County School District (BEN: 127431)
REQUEST FOR PROPOSALS: Internet Access Service For: Peach County School District (BEN: 127431) Project Objectives: 1.0 Objective: Peach County Schools is seeking qualified responses for a managed 100.0
BOROUGH OF KENILWORTH
BOROUGH OF KENILWORTH REQUEST FOR PROPOSALS FOR TAX APPEAL ATTORNEY BOROUGH OF KENILWORTH Contract Term January 1, 2016 through December 31, 2016 SUBMISSION DEADLINE 3:00 P.M. NOVEMBER 12, 2015 ADDRESS
OCCUPATIONAL TAX APPLICATION CHECKLIST
The City of Snellville Department of Planning & Development 2342 Oak Road (770) 985-3513 Snellville, GA 30078 (770) 985-3514 www.snellville.org FAX (770) 985-3551 _ Rev. 06-01-2015 OCCUPATIONAL TAX APPLICATION
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
DETAILED REQUIREMENTS OF THE REQUEST FOR PROPOSAL FOR EMS BILLING SERVICES
DETAILED REQUIREMENTS OF THE REQUEST FOR PROPOSAL FOR EMS BILLING SERVICES TOWNSHIP OF WEST NEW YORK FACTS AND FIGURES West New York Township is a legal, governmental entity. Its governing body consists
GUILFORD COUNTY REQUEST FOR PROPOSALS EVENT 515 THIRD PARTY ADMINISTRATOR SERVICES LIABILITY CLAIMS. And WORKERS COMPENSATION CLAIMS
GUILFORD COUNTY REQUEST FOR PROPOSALS EVENT 515 THIRD PARTY ADMINISTRATOR SERVICES LIABILITY CLAIMS And WORKERS COMPENSATION CLAIMS Page 1 of 14 THIRD PARTY ADMINISTRATOR SERVICES LIABILITY CLAIMS AND
CITY OF ELBERTON, GEORGIA REQUEST FOR PROPOSAL
CITY OF ELBERTON, GEORGIA REQUEST FOR PROPOSAL INVITATION FOR BIDS RFP # 2014 01 RFP TITLE TREE TRIMMING SERVICES FOR POWER LINES ISSUE DATE June 28, 2013 DUE DATE July 29, 2013 at 2:00 PM IMPORTANT NOTE:
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
Request 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
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
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
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
Western Virginia Water Authority. Roanoke, Virginia
Western Virginia Water Authority Roanoke, Virginia Crystal Spring Water Treatment Plant 2012 Jefferson St., S.W. Roanoke, VA 24014 (540) 853-5828 (540) 853-5788 (FAX) REQUEST FOR QUOTE (WOP 16-03) TO PROVIDE
CITY OF GRIFFIN, GEORGIA
CITY OF GRIFFIN, GEORGIA INVITATION TO BID BID #08-0129 For Mausoleum Roof Repair At Oak Hill Cemetery For all questions about this Bid contact: Cindy Fay, Purchasing Coordinator (770) 229-6621 phone (770)
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
COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ 08108 REQUEST FOR PROPOSAL
COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ 08108 REQUEST FOR PROPOSAL A. PURPOSE: The Collingswood Board of Education is seeking proposals from qualified respondents as follows: Board
REQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL for BANKING SERVICES BOROUGH OF CALDWELL Prepared by: Borough of Caldwell 1 Provost Square Caldwell, NJ January 26, 2016 Borough of Caldwell County of Essex State of New Jersey NOTICE
DETAILED REQUIREMENTS OF THE REQUEST FOR PROPOSAL FOR EMS BILLING SERVICES
Town of West New York Requests Proposals From Individuals/Firms Interested in Providing EMS Billing Services for the Town of West New York For the Period January 1, 2016 through December 31, 2016 Introduction
NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016
NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,
CITY OF 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
Ocoee, FL July 01, 2016 Advertisement No. 1
BID SOLICITATION NOTICE Turnpike FLORIDA DEPARTMENT OF TRANSPORTATION CONSTRUCTION AND MAINTENANCE PROGRAMS Ocoee, FL July 01, 2016 Advertisement No. 1 All bids must be completed using Expedite Bid software
GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011
GALVESTON COUNTY HEALTH DISTRICT Request For Proposal Health Insurance Broker Services RFP 15-011 INTRODUCTION The Galveston County Health District (GCHD) is requesting Proposals for health insurance broker
NOTICE OF REQUEST, SOLICITATION AND INVITATION FOR PROPOSALS FOR LIBRARY ATTORNEY FOR MOUNT LAUREL LIBRARY, BURLINGTON COUNTY
NOTICE OF REQUEST, SOLICITATION AND INVITATION FOR PROPOSALS FOR LIBRARY ATTORNEY FOR MOUNT LAUREL LIBRARY, BURLINGTON COUNTY Please be advised that the Mount Laurel Library will accept proposals for a
INDEPENDENT CONTRACTOR SERVICES AGREEMENT
INDEPENDENT CONTRACTOR SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 2010, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal corporation, whose
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
TOWNSHIP OF BERKELEY HEIGHTS
TOWNSHIP OF BERKELEY HEIGHTS REQUEST FOR PROPOSALFOR TAX ATTORNEY SERVICES Township of Berkeley Heights Contract Term January 1, 2015 through December 31, 2015 SUBMISSION DEADLINE 10:00 A.M. DEBEMBER 5,
HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT
HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT Proposals will be received in the New Hanover County Finance, 230 Government Center
To Whom It May Concern:
To Whom It May Concern: The Ohio Treasurer of State ( Treasurer ) may be eligible for an initial allocation of 100,000 student loan accounts to become a Not-For-Profit Direct Loan Servicer, as permitted
LEGAL NOTICE REQUEST FOR BID SEALED BID 13-089. For SQL MONITORING SOFTWARE RE-BID. For ST. CHARLES COUNTY GOVERNMENT ST.
LEGAL NOTICE REQUEST FOR BID SEALED BID 13-089 For SQL MONITORING SOFTWARE RE-BID For ST. CHARLES COUNTY GOVERNMENT ST. CHARLES, MSOURI St. Charles County is seeking bids for SQL MONITORING SOFTWARE RE-BID
QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.
COUNTY OF MUSKEGON REQUEST FOR QUOTES (RFQ) FOR PROFESSIONAL REAL ESTATE SERVICES The County of Muskegon, through its County Administration Department, Office of Grant Services, is seeking contractors
Solicitor Permit Application
Solicitor Permit Application The City of Dunwoody has established the following application to allow for registration of persons, firms, or corporations to engage in the business of soliciting or calling
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]
CITY OF UNION CITY REQUEST FOR PROPOSALS ( RFP ) TO PROVIDE GPS FLEET MANAGEMENT SYSTEM FOR UNION CITY VEHICLES
CITY OF UNION CITY REQUEST FOR PROPOSALS ( RFP ) TO PROVIDE GPS FLEET MANAGEMENT SYSTEM FOR UNION CITY VEHICLES Pursuant to the fair and open process as defined by the New Jersey Local Unit Pay-to- Play
Submittal Deadline: January 24, 2014 5:00 p.m.
REQUEST FOR PROPOSALS FOR ATTORNEYS TO PARTICIPATE IN SINGLE FAMILY LENDING PROGRAM PROGRAM DESCRIPTION AND SUBMITTAL REQUIREMENTS Submittal Deadline: January 24, 2014 5:00 p.m. INVEST ATLANTA URBAN RESIDENTIAL
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
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.
Tax Credit Consultant
Highlands Housing Authority 215 Shore Drive, Highlands, New Jersey 07732 TELEPHONE: (732) 872-2022 FAX: (732) 291-8743 Request for Proposals Tax Credit Consultant Proposals due by 2:00 PM on March 26,
REQUEST FOR PROPOSALS HIGHLAND PARK HOUSING AUTHORITY INSTALLATION AND MONITORING OF A WIRELESS MEDICAL ALERT SYSTEM
Borough of Highland Park Housing Authority 242 South 6 th Avenue Highland Park, NJ 08904 Phone: (732) 572-4420 Fax: (732) 985-6485 Donna Brightman, Executive Director REQUEST FOR PROPOSALS HIGHLAND PARK
REQUEST FOR QUALIFICATIONS FOR AMBULANCE BILLING SERVICES
BOROUGH OF ROSELLE REQUEST FOR QUALIFICATIONS FOR AMBULANCE BILLING SERVICES BOROUGH OF ROSELLE Contract Term January 1, 2013 through December 31, 2015 SUBMISSION DEADLINE DECEMBER 27, 2012 10:00 A.M.
Information Concerning Specifications: Contact: Torri Martin (770)-964-2244 Email: [email protected]
ISSUE DATE: November 21, 2014 Information Concerning Specifications: Contact: Torri Martin (770)-964-2244 Email: [email protected] Information Concerning HR Policies: Contact: Abril Montano (770)-964-2244
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
MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND
MEDICAL INSURANCE CARRIER CLAIM AUDIT All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint
UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT
UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT SECTION 1 ADMINISTRATIVE OVERVIEW 1.1 BACKGROUND Utah County is planning to
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:
Air Conditioning Maintenance Services
Town of Lauderdale-By-The-Sea REQUEST FOR PROPOSAL No. 14-05-01 Air Conditioning Maintenance Services RFP OPENING: July 29, 2014 2:00P.M. Town Hall 4501 Ocean Drive Lauderdale-By-The-Sea, FL 33308 acs
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.
REQUEST FOR QUALIFICATIONS FOR FORENSIC ACCOUNTING SERVICES
CITY OF LINDEN REQUEST FOR QUALIFICATIONS FOR FORENSIC ACCOUNTING SERVICES CITY OF LINDEN Contract Term January 1, 2015 through December 31, 2015 SUBMISSION DEADLINE 9:30 AM November 13, 2014 10:00 a.m.
INVITATION TO BID EOE
INVITATION TO BID The 22 nd Judicial Circuit is currently soliciting bid proposals for the Clerk and Admission Office s new flooring for the Family Courts Juvenile Division at 920 N. Vandeventer Ave. The
Purchasing a Business in Utah - RFP Approval Bid Process
REQUEST FOR PROPOSAL To Provide Services for RELEASE DATE: November 11, 2010 DUE DATE: December 10, 2010 2 p.m. Mark Hoss Purchasing Coordinator I. GENERAL TABLE OF CONTENTS PAGE A. Intent of Request for
