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

Size: px
Start display at page:

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

Transcription

1 NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 TESORO DRIVE SAN ANTONIO, TEXAS Requests for Competitive Sealed Proposals will be received in the Office of the Executive Director of Procurement & ecommerce for TRANSPORTATION BUS FLEET GPS EQUIPMENT, SOFTWARE TRAINING AND INSTALLATION per proposal specifications and conditions on or before 10:30 a.m. Central Standard Time on Tuesday, November 13, 2012 without exception. Proposals received after the specified time will not be considered. All interested parties are invited to be present for the RFCSP receipt in the Office of the Executive Director of Procurement & ecommerce, RICHARD A. MIDDLETON EDUCATION CENTER, 8961 TESORO DRIVE, SUITE 317, SAN ANTONIO, TX North East Independent School District or its designee reserves the right to reject any and/or all proposals, to make awards that are the best value to the District and to waive all formalities and irregularities in bidding. North East Independent School District participates in interlocal agreements with Judson ISD and Northside ISD. Awarded vendors agree to extend proposal pricing to Judson ISD and Northside ISD. North East ISD does not guarantee the use of this proposal; use will be at the discretion of Judson and Northside ISD s. Any contract resulting from this agreement is strictly between the individual districts and the proposer. Please mail or deliver to: David Bohannon, Executive Director of Procurement & ecommerce North East Independent School District 8961 Tesoro Drive, Suite 317 San Antonio, Texas North East Independent School District uses Raptor to process people entering the building at the above mentioned address. A valid state issued identification card, driver license or military identification is required. Allow ten to twenty minutes for this process. NEISD DOES NOT ACCEPT ELECTRONIC SUBMISSIONS OR FAX BIDS. Please place the RFCSP in a sealed envelope with vendor name and RFCSP number on the outside of the envelope. NOTE: This is a request for Request for Competitive Sealed Proposal, IT IS NOT AN ORDER. RFCSP #46-13 NOTE: FAILURE TO RESPOND TO THIS RFCSP WILL REMOVE YOUR NAME FROM OUR BID LIST FOR THIS PARTICULAR ITEM. IF YOU CANNOT BID ON THIS ITEM AT THIS TIME AND WOULD LIKE TO REMAIN ON THE BID LIST, PLEASE SUBMIT A "NO BID" ON THE RFCSP FORM AND RETURN IT TO US.

2 NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, Texas RFCSP #46-13 TRANSPORTATION BUS FLEET GPS EQUIPMENT, SOFTWARE, TRAINING AND INSTALLATION SPECIFICATIONS AND CONDITIONS The North East Independent School District is requesting competitive sealed proposals. The District seeks real time GPS tracking for routes driven to see how efficiently our buses are being utilized. It will also allow us to identify many safety and maintenance measures. The estimated value of this proposal is between $96,000 and $120,000. However, NEISD does not guarantee any purchase quantities or dollar amounts. Actual purchases could be more or less than the estimated amounts or none. 1. This proposal will establish the rate for Vehicle Mounted GPS unit with following specification: Real time GPS tracking Stop and school arrival information True idling time Speed and mileage Web-based software No upfront cost to the district monthly billing only 5 year price guarantee Life time warranty for replacement Automatic quarterly updates with new features, maps data, patches, hot fixes Automatic hardware updates twice per year Live 24 months of data with managed back-ups and permanent archival System is to monitor the battery voltage and send alert to Fleet Foreman when battery voltage falls below 10.5 volts System is automatically shut down and draws (O volts) 15 minutes after the vehicle is shut down. 2. Proposal line pricing will remain firm for one year from the date of notice of award. 3. NEISD reserves the right to waive or take exception to any part of these specifications when in the best interest of NEISD. 4. NEISD reserves the right to make awards that are most advantageous to the district. 5. All modifications to this contract are subject to mutual written consent by both parties. 6. Purchases will be made as needed. All purchases will be through a properly executed purchase order and all pricing will be based on FOB Destination, freight prepaid. 7. Vendor General Qualifications - Proposers must provide the following information on the proposal form. a. A brief description of business experience including the number of years business has been established. Company RFCSP #

3 b. A list of at least five (5) major accounts serviced within the last year. c. A list of at least three (3) references. d. Copies of any and all special certifications, city/state licenses or other special certifications for vendor and all installers (if applicable). 8. Proposers must carry and provide proof insurance which meets the requirements established by NEISD. Proof of insurance coverage must be submitted with the proposal. Insurance coverage should name North East ISD as an additional insured. Failure to provide proof of required insurance coverage could result in the disqualification of the offer. The following minimum coverages are required: INSURANCE REQUIREMENTS Workers Compensation - Statutory Limits Employers Liability - accident $500,000 policy limit employee General Liability Bodily injury & - $500,000 combined single/limits Property damage $1,000,000 aggregate Automotive Liability Bodily injury - accident Property damage - $250,000 BONDING (VENDORS PROVIDING INSTALLATION/REPAIR SERVICES ONLY) Payment Bond - For project quotations of $25,000 or more a payment bond in the amount of 100% of the quote must be submitted within ten (10) days after notification of project award. Performance Bond - For project quotations of $100,000 or more a performance bond in the amount of 100% of the quote must be submitted within ten (10) days after notification of project award. 9. It is not the policy of the North East Independent School District to purchase on the basis of low proposals alone. Quality and suitability to purpose being controlling factors, it is understood that the purchaser reserves the right to arrive at such by whatever means may be determined. The following criteria shall be used to evaluate each proposal: (1) Purchase price (2) Reputation of vendor and of the vendor s goods or services (3) Quality of vendor s goods or services (4) Extent to which the goods or services meet the district s needs (5) Vendor s past relationship with the district (6) Impact on the ability of the district to comply with laws and rules relating to historically underutilized businesses (7) Total long-term cost to the district to acquire the vendor s goods and services (8) For a contract for goods and services, other than goods and services related to telecommunications and information services, building construction and maintenance, or instructional materials, whether the vendor or the vendor's ultimate parent company or majority owner: (a) has its principal place of business in this state; or (b) employs at least 500 persons in this state; and Company RFCSP #

4 (9) Any other relevant factor specifically listed in the request for bids or proposals. 10. Upon approval by the Board of Trustees, if required, contracts for purchase will be put into effect by means of purchase orders issued by the Executive Director of Procurement and ecommerce. 11. Payment terms will be net thirty (30) days after acceptance of delivery or signed receipt or correct invoice, whichever comes later. 12. Return original and one photocopy of proposal. Original and copy should be labeled as such. Failure to submit a photocopy may result in the disqualification of the proposal. INDEPENDENT CONTRACTOR/CONSULTANT FINGERPRINTING QUESTIONNAIRE Senate Bill 9, passed in the 2007 legislative session directs school district contractors to obtain state and national criminal history background searches on their employees who: On or after January 1, 2008, is offered employment by an entity that contracts with a School district, open enrollment charter school, or shared services arrangement to provide services, if: 1) the employee or applicant has or will have continuing duties related to the contracted services; and 2) the employee or applicant has or will have direct contact with students Contractors interested in participating in the NEISD Contractor Bid and Vendor Services Processes must comply with the SB 9 by working with DPS to conduct fingerprint checks on your employees prior to being awarded a contract. Contractor employees who do not pass the fingerprint check will not be allowed to work for the district. Contractors who fail to follow the fingerprint process will not be allowed to compete for district contracts. The fingerprinting questionnaire must be completed for each employee that will be on District property meeting the above criteria. See pages for additional information and forms to be submitted. INDEMNIFICATION Contractor shall indemnify, defend and hold harmless the District, its officers, agents and employees, from and against any and all loss, cost, damage, expense and claims, including attorney s fees and liability of any kind for any acts or omission of Proposer, its officers, agents or employees, in performance of contract. HOLD HARMLESS AGREEMENT A Hold Harmless Agreement is included with these specifications and should be signed and returned with proposal. Failure to submit a signed Hold Harmless Agreement with the proposal may result in the disqualification of the proposal. CONFLICT OF INTEREST DISCLOSURE A Conflict of Interest Disclosure is included and should be signed and returned with proposal. Failure to submit a completed and signed Conflict of Interest Disclosure may result in the disqualification of the proposal. OPTION TO EXTEND CONTRACT The NEISD reserves the right to extend this contract for two additional one-year contracts. If the option to renew is exercised, the contract will continue under the same terms and conditions Company RFCSP #

5 NON-APPROPRIATION OF FUNDS In the event funds are not appropriated by the NEISD s governing body in any fiscal period for payments due under this contract, then the Executive Director of Procurement & ecommerce, or designee, will immediately notify the successful proposer(s), or their designee(s), of such occurrence and this contract will terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to NEISD of any kind whatsoever, except as to the portions of the contract or other payments herein agreed upon for which funds will have been appropriated and budgeted or are otherwise available. UNIFORM COMMERCIAL CODE This contract shall be governed in accordance with the rights and remedies set forth in the Uniform Commercial Code as adopted by the State of Texas. TERMINATION CLAUSE NEISD reserves the right to terminate this contract including, but not limited to, non-performance with thirty days written notice. RIGHT TO REJECT North East Independent School District of San Antonio, Texas, reserves the right to reject any and all proposals submitted and to request additional information from all proposers. WAIVER No claim or right arising out of a breach of this contract can be discharged in whole or in part by a waive or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in writing signed by the aggrieved party. VENUE Both parties agree that venue for any litigation arising from this contract shall lie in San Antonio, Bexar County, Texas. Company RFCSP #

6 NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, Texas RFCSP #46-13 TRANSPORTATION BUS FLEET GPS EQUIPMENT, SOFTWARE, TRAINING AND INSTALLATION PROPOSAL FORM Vehicle Mounted GPS Unit, Equipment, Software, Training and Installation for Buses DESCRIPTION EST QUANTITY UNIT PRICE EXTENDED PRICE Vehicle Mounted GPS Units 360 for Buses Annual License/Maintenance/Support/ Training fee for Vehicle mounted GPS unit for buses 360 School Bus GPS Unit 360 Installation PROPOSAL TOTAL $ VENDOR GENERAL QUALIFICATION INFORMATION Please complete and return this proposal form along with a brief description of business experience, proof of required insurance coverages, and Hold Harmless Agreement, and completed fingerprinting questionnaires for all employees that may be performing work at any District site. Insurance coverages will be checked by North East I.S.D. Please type or print the following required information. MAJOR ACCOUNTS: Company RFCSP #

7 REFERENCES: COMPANY CONTACT PERSON PHONE How many years has company been in business? Are the company and its employees licensed to do business in the City of San Antonio? Name of company account representative: Copies of any and all special certifications, city/state licenses or other special certifications for vendor and all installers attached (if applicable)? Is original and copy enclosed and labeled as such? Is a completed/signed Conflict of Interest questionnaire enclosed? Is signed, notarized Hold Harmless Agreement attached? Is certificate of liability insurance with NEISD as additional insured enclosed? Will vendor meet bonding requirements of this Yes or No: Are fingerprinting forms for any employees to be on NEISD property completed and enclosed? Company RFCSP #

8 NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 TESORO DRIVE SAN ANTONIO, TEXAS RFCSP #46-13 TRANSPORTATION BUS FLEET GPS EQUIPMENT, SOFTWARE, TRAINING AND INSTALLATION Three (3) page requirements: 1. Answer statements 2. Signature 3. Company information. In the event funds are not appropriated by the NEISD s governing body in any fiscal period for payments due payments due under this contract, then the Executive Director of Procurement & ecommerce, or designee, will immediately notify the successful proposer(s), or their designee(s), of such occurrence and this contract will terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to NEISD of any kind whatsoever, except as to the portions of the contract or other payments herein agreed upon for which funds will have been appropriated and budgeted or are otherwise available. The undersigned certifies that the firm and/or principals of the firm (check one) are /are not currently debarred, suspended, or proposed for debarment by any federal entity. The undersigned agrees to notify the District of any change in this status, should one occur, until such time as an award has been made under this procurement action. Also, pursuant to the State of Texas Legislative Senate Bill NO. 1, Section , Notification of Criminal History, the undersigned affirms this firm (check one) is /is not owned or operated by anyone who has been convicted of a felony. This statement is not required of a publicly held corporation. The undersigned affirms that they are duly authorized to execute this contract, that this company, firm, partnership or individual has not prepared this bid in collusion with any other Bidder, and that the contents of this bid as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of business prior to the official opening of this bid. By submitting this offer, the undersigned acknowledges that the Conflict of Interest questionnaire, in accordance with HB914, has been received, that instructions have been read, and the questionnaire has been/is being submitted as necessary. Original Authorized Signature (Person Responsible for Proposal) Company Name of Representative (Type or Print) Address City, State Zip Phone Fax Date Company RFCSP #

9 NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 TESORO DRIVE SAN ANTONIO, TX RFCSP #46-13 TRANSPORTATION BUS FLEET GPS EQUIPMENT, SOFTWARE, TRAINING AND INSTALLATION HOLD HARMLESS AGREEMENT The contractor shall defend, indemnify, and save whole and harmless the North East Independent School District and all of its officers, agents, and employees from and against all suits, actions, or claims of any character, name and description brought for or on account of any injuries or damages (including death) received or sustained by any person or property on account of, arising out of, or in contention with, any negligent act or omission of contractor or any agent, employee, subcontractor or supplier of contractor in the execution or performance of this contract. This hold harmless agreement shall be binding upon the undersigned and his heirs and assigns. DATED this day of, 20. Company Signature Printed Name STATE OF TEXAS COUNTY OF BEXAR This instrument was acknowledged before me on the day of, 20. [NOTARY'S SEAL] Notary Public, State of Texas My Commission Expires: Company RFCSP #

10 FORM MUST BE RETURNED WITH PROPOSAL COMPLETE AS INDICATED NO CONFLICT Line 1 Company name, Line 4 Sign and date. CONFLICT Line 1 Company name, Lines 2 & 3 - answer questions, Line 4 Sign and date. CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section (1- a)with a local governmental entity and the person meets requirements under Section (a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section , Local Government Code. A person commits an offense if the person knowingly violates Section , Local Government Code. An offense under this section is a Class C misdemeanor. 1 Name of person who has a business relationship with local governmental entity. FORM CIQ OFFICE USE ONLY Date Reviewed 2 Check this box lf you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3 Name of local government officer with whom filer has employment or business relationship. Name of Officer This section (item 3 including subparts A, B, C & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section (1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes No B. is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? Yes No D. Describe each employment or business relationship with the local government officer named in this section. 4 Signature of person doing business with the governmental entity Date Company RFCSP #

11 North East Independent School District 8961 TESORO DRIVE SAN ANTONIO, TEXAS Phone (210) , Fax (210) CONTRACTOR FINGERPRINTING INFORMATION PACKET This packet contains the documents required for contractors/vendors to provide services at any NEISD location in compliance to Senate Bill 9. If your company provides services that require your employees to be in contact with students, it is mandatory that each employee in your company complete the fingerprinting process prior to beginning work for the District. Establish your company account with the Texas Department of Public Safety (DPS) (see next page). After your account with DPS is established, you will be given a SCHOOL CONTRACTOR DOCUMENT PACKET from DPS in Austin, TX. If you will follow their step-by-step directions it should not be difficult. DPS will issue your company a FAST PASS for each employee in your company requiring fingerprinting. Make 3 copies of this completed form, give a copy to: 1. Employee 2. NEISD Department requiring the service 3. Company file After your employees have been fingerprinted it is mandatory that you provide to: NEISD Human Resources 8961 Tesoro Dr San Antonio, TX Completed NEISD ADMINISTRATOR FINGERPRINTING QUESTIONNAIRE signed by the NEISD Administrator or Designee Copy of the INDEPENDENT CONTRACTOR/CONSULTANT FINGERPRINT QUESTIONNAIRE (submit one for each employee) Copy of the fingerprint receipt (submit one for each employee) It is recommended that you keep a copy of the above documents If you have questions please call James Pietrzak, Asst. Director Human Resources- Classified at Company RFCSP #

12 ESTABLISHING AN ACCOUNT WITH TX DPS Senate Bill 9 directs school district contractors to obtain state and national criminal history background searches on their employees who will have direct contact with the students, and to receive those results through the DPS criminal history clearinghouse (Fingerprint-based Applicant Clearinghouse of Texas FACT). In order for contractors to receive the information through FACT, they must first establish an account with the DPS for FACT clearing house access. The company owner must sign a user agreement with the DPS. To obtain the user agreement and more information please contact: Access and Dissemination Bureau Texas Department of Publis Safety Crime Records Service P.O. Box Austin, TX Phone: FACT@txdps.state.tx.us (choose option # 3 for FAST PASS) For fastest service please or call. State in the message that you are a school district contractor and need to have an account established for DPS FACT clearinghouse access. Please include: Company Name Company Address Company Phone Name of Company point of contact Phone of Company point of contact Company to be used for notification o FACT records and messages The information in the DPS FACT Clearing house is confidential, and access must be restricted to the least number of persons needed to review the records. The account must include at least one designated supervisor to make necessary changes and to monitor the site s security and the access to the criminal history data retrieved. Additional users must be limited to those who need to request, retrieve, or evaluate data regarding the individual applicants. After you sign the DPS User Agreement for FACT, DPS will provide you with a revised FAST Fingerprint Pass that you will have to provide to your employees. Your employees will use that FAST Fingerprint Pass when scheduling their FAST fingerprinting. Texas Department of Public Safety Company RFCSP #

13 06/29/2007 Adopted North East Independent School District 8961 TESORO DRIVE SAN ANTONIO, TEXAS Phone (210) , Fax (210) OFFICE OF THE EXECUTIVE DIRECTOR OF HUMAN RESOURCES INDEPENDENT CONTRACTOR/CONSULTANT FINGERPRINTING QUESTIONNAIRE To be completed by the Independent contractor/consultant/contractor s employee: COMPLETE ONE FORM FOR EACH INDIVIDUAL, MAKE AS MANY COPIES AS NEEDED. ALL INFORMATION IS REQUIRED a) NEISD CAMPUS or DEPARTMENT: Legal name of business under contract: Legal name of individual providing services : Birthdate Month / Day / Year Driver s License Number State Issued Business phone for individual: Cell phone for individual: b) Have you ever been fingerprinted by any school district in Texas? Yes No If NO, refer to the Contractor Fingerprinting Information Packet attached for complete instructions on the fingerprinting process. If YES, sign and date below. Questions regarding section b) should be directed to James Pietrzak, Asst. Director Human Resources-Classified at Contractor/Company Representative Signature Date Company RFCSP #

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

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

More information

AGREEMENT FOR CONSTRUCTION SERVICES

AGREEMENT FOR CONSTRUCTION SERVICES AGREEMENT FOR CONSTRUCTION SERVICES This Agreement for Services ( Agreement ) is entered into as of Month, Day and Year between the Fort Bend Independent School District (hereinafter FBISD ) and Name of

More information

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

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

More information

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,

More information

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE ) PROPOSAL DOCUMENT CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVEBEVERLY HILLS, CALIFORNIA 90210(310) 285-2440 LEGAL NOTICE - PROPOSALS WANTED Sealed proposals are requested on the list

More information

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

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

More information

REQUEST FOR PROPOSALS COMPREHENSIVE INSURANCE CONSULTING SERVICES

REQUEST FOR PROPOSALS COMPREHENSIVE INSURANCE CONSULTING SERVICES REQUEST FOR PROPOSALS COMPREHENSIVE INSURANCE CONSULTING SERVICES RFP#: INS2016 ISSUED: JANUARY 31, 2016 SUBMITTALS MUST BE RECEIVED BY: Thursday, March 10, 2016, 4:00 PM CST Freeman Coliseum Administrative

More information

REQUEST FOR PROPOSALS BRIDGEPORT ISD SEALED PROPOSALS WILL BE RECEIVED UNTIL 10:00 A.M., WEDNESDAY, JULY 10, 2013.

REQUEST FOR PROPOSALS BRIDGEPORT ISD SEALED PROPOSALS WILL BE RECEIVED UNTIL 10:00 A.M., WEDNESDAY, JULY 10, 2013. REQUEST FOR PROPOSALS BRIDGEPORT ISD PROPOSAL TITLE: Heating/Air Conditioning Service/Repair SEALED PROPOSALS WILL BE RECEIVED UNTIL 10:00 A.M., WEDNESDAY, JULY 10, 2013. RETURN PROPOSALS TO: Bridgeport

More information

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING

More information

Sealed proposals will be received by the South Texas Independent School District for: Property and Liability Insurance

Sealed proposals will be received by the South Texas Independent School District for: Property and Liability Insurance South Texas Academy for Medical Professions South Texas Business, Education & Technology Academy South Texas High School for Health Professions South Texas Preparatory Academy The Science Academy of South

More information

Posting Date: February 26, 2014

Posting Date: February 26, 2014 LEARNING SCHOOLS OF TEXAS d/b/a CARPE DIEM SAN ANTONIO Request for Proposals Internet Access, Telecommunications & Telecommunications Services, Internal Connections Other than Basic Maintenance, and Basic

More information

Stephenson County, Illinois

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

More information

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE: REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES Prepared by City of Richmond Finance Department February 18, 2016 RESPONSES DUE: 2:30 P.M., Monday, March 7, 2016 REQUEST FOR STATEMENTS OF QUALIFICATIONS

More information

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT Contract #: Total Obligation: AGREEMENT BETWEEN: The Georgia Department of Transportation s location identified in Paragraph 101A

More information

KNOWLTON TOWNSHIP SCHOOL DISTRICT 80 Route 46, P.O. Box 227, Delaware, N.J. 07833 Phone: (908) 475-5118Fax: 908-475-1141

KNOWLTON TOWNSHIP SCHOOL DISTRICT 80 Route 46, P.O. Box 227, Delaware, N.J. 07833 Phone: (908) 475-5118Fax: 908-475-1141 KNOWLTON TOWNSHIP SCHOOL DISTRICT 80 Route 46, P.O. Box 227, Delaware, N.J. 07833 Phone: (908) 475-5118Fax: 908-475-1141 REQUEST FOR QUALIFICATIONS FOR SCHOOL DISTRICT RISK MANAGEMENT CONSULTANT Notice

More information

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 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

More information

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM 200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM

More information

INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES

INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES This Independent Contractor Agreement for Services ( Agreement ) is made as of, 2012, between the Culver City Unified School District ("District")

More information

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School Carmel Unified School District Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School January 4, 2016 1 NOTICE REGARDING PREQUALIFICATION FOR BLEACHER AND PRESSBOX

More information

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

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

More information

Independent Contractor Agreement. Name of Contractor: Address: Social Security or Tax I.D. Number:

Independent Contractor Agreement. Name of Contractor: Address: Social Security or Tax I.D. Number: HOFSTRA UNIVERSITY Name of Contractor: Address: Social Security or Tax I.D. Number: Independent Contractor Agreement THIS INDEPENDENT CONTRACTOR AGREEMENT (together with any attachments referred to below,

More information

CITY OF COPPELL BID AFFIDAVIT (REQUIRED)

CITY OF COPPELL BID AFFIDAVIT (REQUIRED) CITY OF COPPELL BID AFFIDAVIT (REQUIRED) The undersigned certifies that they are a duly authorized officer/agent and authorized to execute the foregoing on behalf of the bidder. The bid prices contained

More information

RFP Milestones, Instructions, and Information

RFP Milestones, Instructions, and Information This Request for Proposal is being issued by the Lower Colorado River Authority (LCRA). LCRA is a conservation and reclamation district of the State of Texas created pursuant to Article XVI, Section 59,

More information

Berkeley Unified School District ROUTING FORM Contract, MOU and Amendment Approval

Berkeley Unified School District ROUTING FORM Contract, MOU and Amendment Approval ROUTING FORM Contract, MOU and Amendment Approval All Independent Contractor Agreement, MOU and Amendment Forms should be routed to Purchasing Department first for tracking. Purchasing will send the documents

More information

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES THIS AGREEMENT is made as of December 1, 2003, by and between the San Francisquito Creek Joint Powers Authority, a body corporate and politic

More information

ATLANTA PUBLIC SCHOOLS

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

More information

Request for Proposal Hewlett Packard Network Switches and Peripherals

Request for Proposal Hewlett Packard Network Switches and Peripherals Request for Proposal Hewlett Packard Network Switches and Peripherals Vernon Public Schools, Connecticut BID # VPS-FY16-003 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov

More information

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

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

More information

Webb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent

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

More information

SECTION 1: Applicant Information

SECTION 1: Applicant Information Energy Trust's programs provide incentive funding and technical assistance to support Oregon projects in the utility service areas of Portland General Electric, Pacific Power, NW Natural Gas, and Cascade

More information

State of Oklahoma COUNCIL ON LAW ENFORCEMENT EDUCATION AND TRAINING Private Security Licensing Division

State of Oklahoma COUNCIL ON LAW ENFORCEMENT EDUCATION AND TRAINING Private Security Licensing Division State of Oklahoma COUNCIL ON LAW ENFORCEMENT EDUCATION AND TRAINING Private Security Licensing Division CLEET Private Security Division Ada, Oklahoma 74820-0669 (405) 239-5100 Dear Agency Applicant: Thank

More information

CITY OF KYLE, TEXAS REQUEST FOR QUALIFICATIONS (RFQ) RFQ NO. 2012-01-PM FINANCIAL ADVISORY SERVICES DUE DATE: AUGUST 27, 2012 AT 10:00 A.M.

CITY OF KYLE, TEXAS REQUEST FOR QUALIFICATIONS (RFQ) RFQ NO. 2012-01-PM FINANCIAL ADVISORY SERVICES DUE DATE: AUGUST 27, 2012 AT 10:00 A.M. CITY OF KYLE, TEXAS REQUEST FOR QUALIFICATIONS (RFQ) RFQ NO. 2012-01-PM FINANCIAL ADVISORY SERVICES DUE DATE: AUGUST 27, 2012 AT 10:00 A.M. (CST) ISSUED BY: City of Kyle, Texas Financial Services Department

More information

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

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

More information

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

Request for Quote for. Technology Devices: Desktops, Laptops, etc. RFQ #TEDV14CS P.O. BOX 218 LEANDER, TEXAS 78646 512-570-0613 fax 512/570-0607 Email cristy.soares@leanderisd.org QUOTATION, SPECIFICATIONS, & FORMS Request for Quote for : Desktops, Laptops, etc. RFQ #TEDV14CS Bids

More information

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

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009 DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2008 Achievement of Excellence in Procurement Award National Purchasing Institute Jerome Noble, Director REQUEST FOR QUOTE NUMBER: 09RD65575YB

More information

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

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

More information

INVITATION TO BID EOE

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

More information

RFP# 08-27-13-01, WORKERS COMPENSATION INSURANCE

RFP# 08-27-13-01, WORKERS COMPENSATION INSURANCE REQUEST FOR PROPOSALS RFP# 08-27-13-01, WORKERS COMPENSATION INSURANCE DATE: August 12, 2013 Website: http://www.dcschools.com CONTACT PERSON: Alan Hagy, at 214-944-4522, or ahagy@dcschools.com Request

More information

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office JBrown@santa-ana.org

More information

Re: Specialized Educational Services Request for Proposal #15-06-4493RFP. Notice to Proposers

Re: Specialized Educational Services Request for Proposal #15-06-4493RFP. Notice to Proposers Purchasing Department Kristine Johnston, Director of Purchasing July 1, 2015 Re: Specialized Educational Services Request for Proposal #15-06-4493RFP Notice to Proposers Proposals for Specialized Educational

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Interim Director REQUEST FOR E-QUOTE NUMBER: 12CT86224YA PROJECT TITLE: Maintenance contract for MicroStation Software for Water

More information

REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT

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

More information

NPSA GENERAL PROVISIONS

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

More information

DUE DATE: August 23, 2011-2:00 p.m.

DUE DATE: August 23, 2011-2:00 p.m. REQUEST FOR PROPOSALS CREDIT CARD MERCHANT SERVICES RFP 11-08 DUE DATE: August 23, 2011-2:00 p.m. CITY OF LEAGUE CITY 300 W Walker League City, TX 77573 281-554-1001 www.leaguecity.com 1 TERMS AND CONDITIONS

More information

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 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

More information

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

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

More information

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)

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

More information

Borough of Jamesburg

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

More information

CITY OF PORTSMOUTH PORTSMOUTH, NH Purchasing Department. Annual Fuel Bid - #01-14 INVITATION TO BID

CITY OF PORTSMOUTH PORTSMOUTH, NH Purchasing Department. Annual Fuel Bid - #01-14 INVITATION TO BID PORTSMOUTH, NH Purchasing Department Annual Fuel Bid - #01-14 INVITATION TO BID Sealed bid proposals, plainly marked with the Annual Fuel Bid, Bid #01-14 on the outside of the mailing envelope and the

More information

CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN-OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY

CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN-OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY EXHIBIT 1 TO ATTACHMENT CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN-OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY The undersigned certifies on behalf of the Contractor

More information

COUNTY OF TANEY, MISSOURI

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

More information

INDEPENDENT CONTRACTOR SERVICES AGREEMENT

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

More information

The University of Procurement Services Department, N.S.F.A.A.F.A.F.F.F.F.F.F.A.F.F.A.

The University of Procurement Services Department, N.S.F.A.A.F.A.F.F.F.F.F.F.A.F.F.A. MONTCLAIR STATE UNIVERSITY STANDARD CONTRACT TERMS AND CONDITIONS I. The contractor certifies that it understands and agrees that the following terms and conditions (collectively the "University s Standard

More information

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

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID INVITATION TO BID Sealed bid proposals, plainly marked "Plumbing Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,

More information

CONSULTANT AGREEMENT

CONSULTANT AGREEMENT Douglas County School District Re.1 Castle Rock, Colorado CONSULTANT AGREEMENT This agreement, dated effective as of is made and entered into by and between the Douglas County School District Re.1, Douglas

More information

AGREEMENT FOR SECURITY AND TRANSPORT SERVICES

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

More information

FABENS INDEPENDENT SCHOOL DISTRICT FABENS, TEXAS. REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES (CM @ Risk) FOR

FABENS INDEPENDENT SCHOOL DISTRICT FABENS, TEXAS. REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES (CM @ Risk) FOR FABENS INDEPENDENT SCHOOL DISTRICT FABENS, TEXAS REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES (CM @ Risk) FOR A New High School Competition Gym RFP No. 052015-036 PROPOSALS ARE DUE 10:00

More information

COVENTRY PUBLIC SCHOOLS PHOTOGRAPHY BID

COVENTRY PUBLIC SCHOOLS PHOTOGRAPHY BID COVENTRY PUBLIC SCHOOLS PHOTOGRAPHY BID PROJECT: To Provide Photography Services for School Pictures to Coventry Public Schools. The School District is comprised of (5) Elementary Schools with total enrollment

More information

St. Andrews Public Service District

St. Andrews Public Service District St. Andrews Public Service District Request for Qualifications for Architectural/Engineering (A/E) Consultancy Services for Fire Stations, Administrative Buildings, and Environmental Services Facilities.

More information

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS Allegany County will receive sealed bids until 10:00

More information

BENTON COUNTY PERSONAL SERVICES CONTRACT

BENTON COUNTY PERSONAL SERVICES CONTRACT BENTON COUNTY PERSONAL SERVICES CONTRACT This is an agreement by and between BENTON COUNTY, OREGON, a political subdivision of the State of Oregon, hereinafter called COUNTY, and, hereinafter called CONTRACTOR.

More information

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS Jail Boiler Replacement Project For the Facilities Management Department PROPOSALS DUE: 2:00 p.m., Thursday, November 20, 2014 1 P age P:\Jail Boiler Replacement

More information

Page 1 of 12 Document Effective Date Solicitation Terms & Conditions 08/08/2008 Purchase Order Terms and Conditions 01/01/2009 Special Provisions 01/01/2009 STATE OF COLORADO SOLICITATION INSTRUCTIONS/

More information

The purpose of this Agreement is to establish the services of Independent Contractor to the University of La Verne on

The purpose of this Agreement is to establish the services of Independent Contractor to the University of La Verne on THIS AGREEMENT is made by and between UNIVERSITY OF LA VERNE ( University ) and. Independent Contractor In consideration of the mutual promises and covenants contained herein, the parties are agreed as

More information

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

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

More information

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

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

More information

CITY OF LAREDO FINANCE DEPARTMENT PURCHASING DIVISION REQUEST FOR PROPOSALS

CITY OF LAREDO FINANCE DEPARTMENT PURCHASING DIVISION REQUEST FOR PROPOSALS CITY OF LAREDO FINANCE DEPARTMENT REQUEST FOR PROPOSALS CUSTOM WEB APPLICATION: COMMUNITY CALENDAR CITY OF LAREDO The City of Laredo invites interested parties to submit proposals subject to the terms

More information

Airport West Community Improvement District SECURITY SERVICES

Airport West Community Improvement District SECURITY SERVICES Point of Contact: Jon Antoine July 1, 2015 Airport West Community Improvement District (AWCID) 3800 Camp Creek Pkwy Building 1400, Suite 132 Atlanta, Ga 30331 Phone: 404-349-2211 Fax: 404-393-3251 jantoine@airportwestcid.com

More information

PITTSBURG UNIFIED SCHOOL DISTRICT

PITTSBURG UNIFIED SCHOOL DISTRICT PITTSBURG UNIFIED SCHOOL DISTRICT New Construction and Modernization Projects PRE-QUALIFICATION PROGRAM QUESTIONNAIRE FOR PROJECTS $20 MILLION AND OVER TABLE OF CONTENTS PAGE NO. GENERAL INFORMATION.......i

More information

REQUEST FOR PROPOSALS Occupational Therapy Services 2014-2015 July 29, 2014

REQUEST FOR PROPOSALS Occupational Therapy Services 2014-2015 July 29, 2014 REQUEST FOR PROPOSALS Occupational Therapy Services 2014-2015 July 29, 2014 RFP 140702 The Delaware City School District is seeking a vendor to provide occupational therapy to students with IEP s for the

More information

Department of Purchasing & Contract Compliance

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

More information

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

a. Proposals shall be submitted in a sealed envelope and addressed as follows: 1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL PLUMBING SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and

More information

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

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

More information

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

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

More information

REQUEST FOR PROPOSALS FOR DISASTER DEBRIS MONITORING SERVICES DIXIE COUNTY, FL

REQUEST FOR PROPOSALS FOR DISASTER DEBRIS MONITORING SERVICES DIXIE COUNTY, FL REQUEST FOR PROPOSALS FOR DISASTER DEBRIS MONITORING SERVICES DIXIE COUNTY, FL Dixie County, FL is seeking proposals from qualified firms interested in providing Disaster Debris Monitoring Services within

More information

PUTNAM CITY SCHOOLS CAMPUS POLICE DEPARTMENT REQUEST FOR QUOTE FOR ARMED SECURITY GUARDS 2012-2013 SCHOOL YEAR

PUTNAM CITY SCHOOLS CAMPUS POLICE DEPARTMENT REQUEST FOR QUOTE FOR ARMED SECURITY GUARDS 2012-2013 SCHOOL YEAR PUTNAM CITY SCHOOLS CAMPUS POLICE DEPARTMENT REQUEST FOR QUOTE FOR ARMED SECURITY GUARDS 2012-2013 SCHOOL YEAR PREFACE Technical contact for this Quote: Mark Stout Chief of Police Putnam City Campus Police

More information

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16RD101910B PROJECT TITLE: Motorola Radio Batteries Sheriff Department DUE DATE: 3/14/2016 WILL

More information

INDEPENDENT CONTRACTOR AGREEMENT (ICA)

INDEPENDENT CONTRACTOR AGREEMENT (ICA) INDEPENDENT CONTRACTOR AGREEMENT (ICA) (This agreement is not a construction contract within the meaning of Civil Code section 2783, and is not an agreement for the provision of construction services within

More information

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT

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

More information

License Application for a Life Settlement Provider or Broker

License Application for a Life Settlement Provider or Broker License Application for a Life Settlement Provider or Broker The Life Settlement Provider s and Broker s application requires four (4) categories of information: Section I Application Form and Fee Section

More information

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois INTERACTIVE WHITEBOARDS (SMARTBOARDS) AND DIGITAL PROJECTORS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School

More information

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

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

More information

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement THIS INDEPENDENT CONTRACTOR SERVICES AGREEMENT (this Agreement ) is made this day of, 20 (the Effective Date ), regardless of the date of execution, by and between Sierra Field Services, Inc., a Nevada

More information

REQUEST FOR QUOTE Sealing, Striping, and Crack Fill at Reynoldsburg Branch Library RFQ# CML 15-025

REQUEST FOR QUOTE Sealing, Striping, and Crack Fill at Reynoldsburg Branch Library RFQ# CML 15-025 October 20, 2015 REQUEST FOR QUOTE Sealing, Striping, and Crack Fill at Reynoldsburg Branch Library RFQ# CML 15-025 For Columbus Metropolitan Library (the Library) Issued by: Procurement Department 96

More information

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT APPENDIX A ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT DATED AS OF ASBESTOS/LEAD SURVEY AND CONSULTING

More information

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

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

More information

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

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

More information

MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS

MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS DRAFT for Discussion Only 8.22.14 THIS MASTER GRANT CONTRACT, and amendments and supplements thereto, is between the State

More information

SAMPLE SERVICES CONTRACT

SAMPLE SERVICES CONTRACT SAMPLE SERVICES CONTRACT The parties to this contract are the SAN DIEGO COUNTY WATER AUTHORITY, a county water authority, (the Water Authority) and, [a / an], having its principal place of business at

More information

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION David M. Louis, C.P.M., CPPO, CPPB Director Jon Drake, C.P.M. Deputy Director July 23, 2013 TO: ALL PROSPECTIVE RESPONDERS FROM: REQUEST

More information

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM NO.

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM NO. SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Joseph Ramon Date Issued: June 15, 2015 BID NO.: 15-0118 FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM

More information

COC-Insurance Requirements Page 1 of 9

COC-Insurance Requirements Page 1 of 9 CITY OF CONCORD INSURANCE AND INDEMNIFICATION REQUIREMENTS (The 1 st two pages provide basic insurance requirements information.) Insurance Required: See below Sample in Contract Limits of Coverage: Additional

More information

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

a. Proposals shall be submitted in a sealed envelope and addressed as follows: 1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL HVAC SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and qualified

More information

Everest/WFGIA New Agent Contracting Set Up Sheet

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

More information

FY2016 AGREEMENT TO FUND ECONOMIC DEVELOPMENT PROGRAMS AND SERVICES OPERATED BY DOWNTOWN DURHAM, INC. USING CITY OF DURHAM GRANT FUNDS

FY2016 AGREEMENT TO FUND ECONOMIC DEVELOPMENT PROGRAMS AND SERVICES OPERATED BY DOWNTOWN DURHAM, INC. USING CITY OF DURHAM GRANT FUNDS 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 FY2016 AGREEMENT TO FUND ECONOMIC DEVELOPMENT PROGRAMS AND SERVICES

More information

CITY OF TULSA FINANCE DEPARTMENT. PROFESSIONAL SERVICES FOR Loyalty Rewards Card Program

CITY OF TULSA FINANCE DEPARTMENT. PROFESSIONAL SERVICES FOR Loyalty Rewards Card Program CITY OF TULSA FINANCE DEPARTMENT REQUEST FOR PROPOSAL 12-615 PROFESSIONAL SERVICES FOR Loyalty Rewards Card Program NIGP CODE 918-26 Tulsa, OK 74103 Submit proposals to: Deputy City Clerk City of Tulsa

More information

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

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

More information

REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538

REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538 REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538 Proposals Due October 27, 2015 at 2:00 PM 1 P age TABLE

More information

Quantity U/M Description Unit Price Quantity U/M Description Unit Price 8 ½ sack concrete with air; no fly ash. section 613 Missouri Standard

Quantity U/M Description Unit Price Quantity U/M Description Unit Price 8 ½ sack concrete with air; no fly ash. section 613 Missouri Standard THIS IS NOT AN ORDER DATE: MARCH 18, 2008 F.O.B. REQUIREMENTS: DESTINATION MISSOURI DEPARTMENT OF TRANSPORTATION 3602 NORTH BELT HIGHWAY BUYER: ST. JOSEPH, MISSOURI 64506 1399 REQUEST FOR QUOTATION QUOTATION

More information