City of Manhattan Beach Finance Department General Services Division

Size: px
Start display at page:

Download "City of Manhattan Beach Finance Department General Services Division"

Transcription

1 City of Manhattan Beach Finance Department General Services Division Phone: (310) FAX: (310) TDD: (310) REQUEST FOR PROPOSAL BID NUMBER: BID TITLE: Storage Area Network REQUESTING DEPARTMENT: Information Technology RELEASE DATE: July 27, 2018 DUE DATE: August 22, 3:00 P.M. PST CONTACT PERSON: Gwen Eng at (310) geng@citymb.info Notice is hereby given that the Office of the City Clerk of the City of Manhattan Beach will receive proposals for Storage Area Network. Each proposal must be submitted in a sealed envelope, and clearly marked: RFP # Storage Area Network Failure to identify the RFP on the envelope may result in disqualification of the proposal. Sealed proposals must be submitted to the office of the City Clerk, 1400 Highland Avenue, Manhattan Beach, CA Proposals will be received until 3:00 PM PST, Wednesday, August 22, Proposals will not be opened at that time, but will be submitted to the Purchasing Manager for verification and compliance with Specifications and subsequent recommendation to City Council for award of a contract or rejection of the responses, as deemed appropriate. The City reserves the right to make no award. Proposals received after the deadline will be considered late. Such proposals may be returned unopened. Inquiries regarding this RFP must be directed to the Purchasing Manager at the above-indicated contact information by no later than end of business, Monday, August 6, Questions received after the deadline may not be considered. Gwen Eng Purchasing Manager

2 Instructions to Bidders/Definitions The following meanings are attached to the following defined words when used in these specifications and the contract: The word "City" means the City of Manhattan Beach, California. The word "Bidder" "Vendor," Supplier," or "Contractor" means the person, firm, or corporation submitting a bid on these specifications or any part thereof. Filing Date All bids must be received at or before the time indicated above. Copies of all forms, specifications, and exhibits are available from the office of the Purchasing Agent for the City of Manhattan Beach (310) Reservations The City Council reserves the right to reject any and all bids received; to take all bids under advisement for up to 120 days after opening; to waive any informality on any bid; and to be the sole judges of the relative merits of the material mentioned in the respective bids received. The Council also reserves the right to reject any item(s), award more than one contract for each of the items, and reject bids that are not accompanied by the requested information. Bid Form The proposal must include all of the information listed in the RFP, and addressed to the Purchasing Manager, Manhattan Beach, California. No telephone, facsimile or ed bids will be accepted. If the proposal is made by an individual, it must be signed by the full name of the Bidder and include the Bidder's complete address. If it is made by a firm, it must be signed with the co-partnership name by a member of the firm, and the name and full address of each member must be given. If it is made by a corporation, it must be signed by the proper officer in the corporate name, and the corporate seal must be attached to such signature. The phraseology of the bid must not be altered in any way. Unless otherwise stated, bids will be received on one or more or all items. Bidders must specifically quote on UNITS as shown on the Bid sheet. In the case of error in extension of prices, the unit price will govern. Proposals are subject to acceptance by the City for a period of 120 days, unless a different period is prescribed in the Proposal by the bidder. Electronic Format Vendor must supply a copy of the proposed response on labeled media (Company name). Electronic copy must be in searchable PDF format as a single document (optimized and compressed). The naming convention for the file is, company name. The Contract The Bidder to whom the award is made will be required to enter into a written Agreement with the City, including a purchase order. A copy of the Notice Inviting Bids, the vendor Bid, and the contract specifications may be attached to, and will form a part of the contract. All materials, supplies, equipment, and services supplied by the vendor shall conform to the applicable requirements of State and Federal Laws covering Labor and Wages, as well as conforming to the specifications herein. In case of default by the vendor, the City reserves the right to procure the articles from other sources and to hold the vendor responsible for any excess costs incurred by the City. Page 2 of

3 Patent Rights The vendor agrees to save, keep, bear harmless, and fully indemnify the City, its officers, or agents, from all damages, costs, or expenses in law or equity that may at any time arise or be set up for any infringement of the patent rights or any person or persons in consequence of the use by the City, or any of their officers and agents, or articles supplies under any resulting contract, and of which the vendor is not the patentee or assignee, or which the vendor is not lawfully entitled to sell. Taxes The City of Manhattan Beach is exempt from paying Federal Excise Taxes. These taxes are not to be included. Delivery All deliveries of such items to be furnished must be made to job sites or City warehouse within the boundaries of the City of Manhattan Beach. Where a specific delivery schedule is required, proximity to that schedule will be a consideration. Payments Complete payment on the contract will be made in approximately 30 days from the complete delivery and acceptance of the merchandise or service, unless alternate terms are proposed and accepted by the City. The City may consider prompt payment discounts when calculating the lowest bid if the end result benefits the City. Errors/Omissions The vendor shall not be allowed to take advantage of any errors and/or omissions in these specifications or in the vendor's specifications submitted with the Bid. Full instructions will be given if such errors/omissions are discovered, and vendor agrees to abide by said instructions. Force Majeure Contractor shall not be liable for any failure to perform its obligations under this Agreement if Contractor presents acceptable evidence, in City s sole judgment, that such failure was due to strikes, lockouts, labor disputes, embargoes, acts of God, inability to obtain labor or materials or reasonable substitutes for labor or materials, governmental restrictions, governmental regulations, governmental controls, judicial orders, enemy or hostile governmental action, civil commotion, fire or other casualty, or other causes beyond Contractor s reasonable control and not due to any act by Contractor. Default If the vendor fails in any manner to fully perform and carry out each and all of the terms, covenants, and conditions of the award, then the vendor is in default of the contract. The vendor shall be notified in writing of the default status, and will be given a time frame in which to comply. If the vendor fails to comply within the time frame given, the city, at its option, may terminate or cancel the contract, and at the expense of the contractor, complete the contract with an alternate contractor. Such termination shall not affect or terminate any of the rights of the City against the vendor, or which may thereafter accrue because of such default. The foregoing provision shall be in addition to all other rights and remedies available to the city under law. The waiver of a breach of any term, covenant, or a condition hereof shall not operate as a waiver of any subsequent breach of the same or any other term, covenant, or condition hereof. Business License The successful contractor ( ) will (X) will not be required to procure a City of Manhattan Beach Business License prior to commencing work. Call Business Licensing at (310) for rate information or to apply for a license. Page 3 of

4 Contract Extension to Other Cities/Agencies Other Cities/Agencies may be interested in purchasing against an awarded contract, subject to the same price, terms and conditions offered to the City of Manhattan Beach, and by mutual agreement by the City and the vendor. The City does not warrant any additional use of the contract by such agencies. All requirements of the specifications, purchase orders, invoices and payments with other agencies will be directly handled by the successful Bidder and the piggybacking agency. Debarment Policy for Grant Funded Purchases (if applicable) Contractor guarantees that it, its employees, Contractors, subcontractors or agents (collectively Contractor ) are not suspended, debarred, excluded, or ineligible for participation in Medicare, Medi-Cal or any other federal or City funded health care program, or from receiving Federal funds as listed in the List of Parties Excluded from Federal Procurement or Non-Procurement Programs issued by the Federal General Services Administration. Contractor must within 30 calendar days advise the City if, during the term of this Agreement, Contractor becomes suspended, debarred, excluded or ineligible for participation in Medicare, Medi-Cal or any other federal or City funded health care program, as defined by 42. U.S.C. 1320a-7b(f), or from receiving Federal funds as listed in the List of Parties Excluded from Federal Procurement or Non-Procurement Programs issued by the Federal General Services Administration. Contractor will indemnify, defend and hold the City harmless for any loss or damage resulting from the conviction, debarment, exclusion or ineligibility of the Contractor. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction 1) The prospective lower tier participant certifies, by submission of this bid, that neither it nor its Principals [as defined at 49 C.F.R. section (p)] is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. 2) When the prospective lower tier participant is unable to certify to the City certification, such prospective participant shall attach an explanation to this bid. Page 4 of

5 Storage Area Network Background The City of Manhattan Beach currently utilizes an HP EVA 6300 SAN with 60TB of SAS usable storage to support 5 physical servers, three VMware vsphere 6.0 hosts, and 21 virtual machines. HP EVA 6300 SAN was originally installed in Although, it is a stable architecture, it has reached its maximum capacity and is nearing the end of its useful life. The City s current SAN fabric makeup is two 8-gigabit 24-port Brocade 300 SAN switches for fiber channel attached storage and the HP EVA 6300 SAN is used entirely as a SAS storage device. In an effort to continue reducing the City carbon fiber footprint, the IT department standard server configuration is a virtual approach resulting in Enterprise servers operating as guests on the VMware hosts including SQL databases, Exchange, and File services. The City s Enterprise virtual environments and the associated storage is presented from our existing SAN environment, which is installed in the City Hall data center. Backups are performed using CommVault version 11 Backup solution and data is written to an HP MSL 4080 Tape Library using LTO5 tapes. We currently rotate tapes in the library every 60 days and the tapes rotated out of the library are stored offsite until the next 60-day rotation, at which time they are rotated back into the data center. The IT department plans to replace the present SAN fabric ( HP EVA 6300 SAN with 60TB and Brocade 300 SAN switches) with a storage solution supporting an 80TB immediate requirement, and it is scalable to meet the City storage growth over the next 5 to 7 years. The current growth rate has been approximately 7TB annually. The new solution should support a hybrid disk array configuration of both SAS and SSD drives. Project Plan 1. Project Scope The storage solution proposal has to meet the following requirements: 1.1 General Requirements All provided equipment to be in a new factory condition All equipment is to be rack mountable in a standard four pedestal rack using square holes. All proposed equipment will be mounted in contiguous rack units All equipment is to have power connections that are capable of autoswitching between volts and include power cords with C14 ends All equipment is to include minimum five (5) years parts and labor warranty with same day service and/or replacement part delivery Proposed solution is to include minimum five (5) years 24x7 manufacturer support for hardware, software and/or licensed services with same day service and/or replacement part delivery All equipment should provide for management and configuration by Page 5 of

6 the City of Manhattan Beach Information Technology staff All storage network connections are to be 10Gb Ethernet Management network connections will be physically and logically separate from the storage network and be 1Gb Ethernet using CAT 6 cabling; 100Mb is t h e m i n i m u m acceptable dependent on proposed system s management traffic requirements Proposals are to include storage network cabling between switches and the storage area network device s controllers. Management network cabling will be provided by The City of Manhattan Beach All equipment shall be able to be monitored by The City of Manhattan Beach s PRTG-based network-monitoring and notification system using SNMP or other method All equipment proposed must be configured to operate within a manufacturer supported configuration and support VMware virtualization and Rubrik backup without workarounds. While not strictly necessary, it is preferable to have t h e hardware and the configuration certified by VMware and Rubrik All equipment will be installed in the data center at the City of Manhattan Beach City Hall, 1400 Highland Avenue, Manhattan Beach, CA Storage Area Network (SAN) System Requirements The storage area network solution must provide a minimum of 80 TB useable capacity as presented to the VMware environment before deduplication or compression. This usable capacity is after the SAN is fully installed and configured for production use, including the setup of the RAID volumes and space required for software if applicable The SAN solution is to be configured with hot spare drives in a quantity and manner that follow the manufacturers best practices The proposed solution must include drives that use solid state technology, and it is expected to include both solid state and traditional hard disk drives in a configuration that will balance cost, performance and reliability The system shall include automation for data tiering or prioritization of data between installed storage types It shall have at least two controllers to provide for automatic and seamless failover and failback Each controller will have minimum 10 Gb Ethernet connections to each of the switches for storage data traffic Each controller must have separate management network connections The storage area network solution shall include two fully redundant power supplies It shall provide for future expansion, either externally or internally The proposed SAN solution shall provide snapshot capability. 1.3 Storage Network Switch Requirements Provide two (2) 10GB Ethernet network switches with enough port capacity to support the proposed storage area network solution in section Page 6 of

7 1.2, four (4) VMware hosts and provide for a reasonable amount of future expansion Storage area network switches are to provide inter-switch trunking in order to aggregate capacity and be configured for path redundancy Switches are to provide for out of band management. 1.4 Implementation Services All hardware is to be delivered to the City of Manhattan Beach warehouse at least two weeks prior the scheduled installation and configuration. Product must be palletized for delivery. The City of Manhattan Beach Information Technology staff will confirm that all the hardware is delivered by cross-referencing the delivery packing list with the materials list provided in the selected vendor s proposal The vendor shall provide suggestions for best practices of installation, networking, and backup configurations The vendor will provide professional services to install and certify the equipment upon completion of the installation The vendor will also provide technical training and knowledge transfer to four (4) Information Technology staff members including documentation The selected vendor will perform the subsequent migration of data to the new SAN. 1.5 Optional Items Please show separate and individual pricing for the following items if available: Thin provisioning for LUNs Rubrik snapshot integration Deduplication Features Compression Features Provide for pinning of data to solid-state storage Cold spares package An additional two (2) years of both hardware and software support and updates, to bring the total support coverage to seven (7) years. 2. Proposal Structure and Requirements Proposals failing to provide sufficient information and assurances of performance to accurately assess required product and services and failing to comply with requirements and conditions of the RFP may not be given further consideration. The Vendor s Proposal shall include, at a minimum, the following information listed below in the same order as requested: Response is to consist of: 2.1. Cover letter indicating name, phone number and address of Firm s primary contact for the proposal Detailed proposal addressing the Scope of Project in Section 1, including at least the following: Specifications and specific model numbers of all equipment proposed List of features included and licenced in the proposed solution. Page 7 of

8 Amounts of usable and raw storage included in the system proposed RAID levels used and/or supported by the SAN The number and types of storage tiers in proposal Rated IOPS and MB/s throughput specifications Information on how the proposed SAN uses solid state storage in the solution. (Configured as a cache or as actual storage, and whether it configured in an alternate way, etc.) Number, capacities, speeds and types of drives included in the proposed SAN For each type of drive included in the configuration, indicate the cost for additional or replacement drives Number of empty drive bays available for expansion in the proposed system, if any Provide information for deduplication, compression and snapshot methods Provide expansion plan for potential future need including cost of additional licenses or keys if any Provide information on support options and support costs for the proposed solution after year five (5). Identify how the support cost increases are structured after the included support and warranty period What is your proposed amount of vertical space in rack units the complete solution requires including switches to fit in a standard 19 wide four pedestal rack Provide any additional information for future expansion, including the types of disks, controllers and any minimum requirements of addon hardware Provide schedule including milestones indicating an estimate from delivery through installation a n d t r a i n i n g Provide complete warranty and support information including coverage hours, support and/or monitoring services included, and which entity provides each of the included kinds of support (the vendor or the manufacturer) Provide three (3) references of similar successful implementations in the last three (3) years including company, contact name, current phone number, address and scope of work. References from public or municipal organizations are preferred. The City of Manhattan Beach reserves the right to contact any of the organizations or individuals listed or any others that may stem from the inquiry Pricing shall include all fees, purchases, commissions, out-sourced services, charges and duties pertaining to the delivery, installation of goods and services and training quoted in this RFP. All associated costs must be enumerated in order to be considered, otherwise, the City will not be responsible for any additional charges. Page 8 of

9 3.1 Proposal Submittal Companies or firms that are able to provide a Storage Area Network solution may submit 4 (four) hard copies of their proposal to the City Clerk s office at the date and time stated on the coversheets. As well as a digital version on labeled media (company name) in searchable PDF format as a single document (optimized and compressed). The naming convention for the file is company name. 4.1 Evaluation Criteria Criteria Project understanding and Proposed Solution Firm Experience and Client References Solution, Support, Response Time Options, and Customer Service Training, Optional or Preferred Items Proposal Costs, both initial and annual reoccurring Contract Please provide samples of contract documents that would need to be executed. If vendor does not provide any sample contracts, the City will utilize its own template. If so, provide any proposed exceptions, additions, and/or deletions to the City s request for proposal and/or City s Agreement. Proposed exceptions will be considered on a case-by-case basis, but there is no guarantee that proposed exceptions will be accepted by the City. Proposal Requirements Proposals shall specify each item as set forth in this Request for Proposal (RFP). Failure to comply with all requirements and conditions set forth by these specifications and RFP instructions will be the cause for the rejection of the proposal(s). No exceptions or deviations from these specifications will be considered unless each exception or deviation is specifically identified with a detailed statement fully defining the exception(s). All exception(s) must be fully supported by detailed specification regarding the deviated item and shall accompany the proposal for evaluation by the City. If no exceptions are identified, the Proposer shall be required to furnish the service exactly as specified herein. The burden of proof of compliance with these specifications is the responsibility of the Proposer. Acceptance or rejection of the changes is the sole prerogative of the City. The City reserves the right to reject any and all proposals or to make no award. Bidder Must Make Thorough Investigation It is the bidder's responsibility to examine the location of the proposed work to fully acquaint themselves with the specifications and the nature of the work to be accomplished. Proposers shall have no claim against the City based upon ignorance of the nature and requirements of the project, misapprehension of the site conditions, or misunderstanding of the specifications or contract provisions. Acceptance of Conditions By submitting a bid proposal, each bidder expressly agrees to and accepts the following conditions. 9

10 a. All parts of the Instructions to Bidders and Specifications will become part of the contract between the selected bidder and the City. b. The City may require whatever evidence is deemed necessary relative to the bidder's financial stability and ability to perform this project. c. The City reserves the right to request further information from the bidder, either in writing or orally, to establish any stated qualifications. d. The City reserves the right to solely judge the bidder s representations, and to solely determine whether the bidder is qualified to undertake the project pursuant to the criteria set forth herein. The bidder, by submitting a bid or proposal, expressly acknowledges and agrees that the judgment of the City as to whether or not the bidder is qualified to perform the project shall be final, binding, and conclusive. General Conditions The City will not reimburse respondents to this RFP for any costs incurred in the preparation and submittal of the proposals. Further, the request does not obligate the City of Manhattan Beach to accept or contract for any expressed or implied services. The City reserves the right to: Request any firm/person submitting a proposal to clarify its proposals during the selection phase; Negotiate the project schedule and reasonable costs with the selected vendor; Modify or alter any requirements herein, and; Identify additional tasks to be accomplished prior to establishing a formal contractual agreement. Contract Termination The City of Manhattan Beach may terminate without cause at any time upon thirty (30) calendar days advance written notice. The Contractor may cancel the contract upon 120 days written notice. Licenses Contractor shall be responsible for all licenses and permits required to perform this work in accordance with Federal, State and local requirements and shall be responsible for all fees resulting there from. Payment and Invoicing Contractor shall submit a monthly invoice in duplicate to the City of Manhattan Beach, 1400 Highland Avenue, Manhattan Beach, CA Invoice shall be submitted on standard company forms and shall state (1) invoice number, (2) invoice date, (3) invoice period, (4) a brief description of work including location, (5) the purchase order number, (6) total amount requested, and (7) contractors tax ID number. Payment will be made after approval of the invoices by Contract Administrator, subject to the routine processing requirements of the City. Insurance Requirement The Contractor shall, at its own expense, procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the Agreement by the Consultants, its agent, representatives, employees, or subcontractors. Contractor shall also require all of its subcontractors assigned to the project to procure and maintain the same insurance requirement for the duration of the Agreement. Specific insurance requirements are outlined in the City s Sample Professional Services Agreement attached as Exhibit A. 10

11 Conflict of Interest It shall be the duty of the Contractor to comply with all applicable and State and federal laws relating to the prohibited conflicts of interest. As part of its response to the RFP, the Contractor shall disclose in writing any financial, business, employment or other relationships with the City or with any of its officers, employees, or agents that are or were in existence during the twelve (12) calendar months immediately proceeding,and including, the date the Contractor s response to the RFP is filed. In addition, the Vendors are to provide the discount structure for any applicable HP hardware (replacement or upgrade solutions) that may be required throughout the duration of the contract. During any occasion when vendor has the opportunity to provide the City of Manhattan Beach with greater discounts than listed, vendor shall do so. 11

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) E-RATE YEAR 15 (2012/2013) RFP 6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) Anderson Union School District Anderson Union High School District (AUHSD) is seeking proposals for the upcoming Year

More information

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND This AGREEMENT, is made and entered into this day of, 2019, by and between the CITY OF EL SEGUNDO, a municipal corporation ( CITY ) and,

More information

Response Deadline: May 16th, 2016 MANDATORY WALKTHROUGH May 3rd at 10AM

Response Deadline: May 16th, 2016 MANDATORY WALKTHROUGH May 3rd at 10AM HUNTINGDON AREA SCHOOL DISTRICT REQUEST FOR PROPOSAL High School Camera Issue Date: April 18th, 2016 Response Deadline: May 16th, 2016 MANDATORY WALKTHROUGH May 3rd at 10AM 1.0 INTRODUCTION The Huntingdon

More information

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

DESERT COMMUNITY COLLEGE DISTRICT   General Terms and Conditions DESERT COMMUNITY COLLEGE DISTRICT www.collegeofthedesert.edu General Terms and Conditions 1. PURCHASE ORDER DEFINED: The term purchase order as used in these terms conditions means the document entitled

More information

REQUEST FOR PROPOSALS June 9, 2018 FOR COMPREHENSIVE COPIER SERVICES. RESPONSE DEADLINE FOR SEALED BID PROPOSALS: June 28, 12:00 p.m.

REQUEST FOR PROPOSALS June 9, 2018 FOR COMPREHENSIVE COPIER SERVICES. RESPONSE DEADLINE FOR SEALED BID PROPOSALS: June 28, 12:00 p.m. REQUEST FOR PROPOSALS June 9, 2018 FOR COMPREHENSIVE COPIER SERVICES RESPONSE DEADLINE FOR SEALED BID PROPOSALS: June 28, 2018 @ 12:00 p.m. DATE THAT SEALED BID PROPOSALS WILL BE PUBLICLY OPENED: June

More information

SOFTWARE LICENSE AGREEMENT

SOFTWARE LICENSE AGREEMENT USE OF SUBMITTAL EXCHANGE ON THIS PROJECT IS GOVERNED BY THE SOFTWARE LICENSE AGREEMENT. IF SUBSCRIBER DOES NOT AGREE TO ALL OF THE TERMS AND CONDITIONS OF THIS AGREEMENT, DO NOT USE THE SERVICE. BY USING

More information

REQUEST FOR PROPOSALS FOR Computer Equipment- Servers Eng & Maintenance Services

REQUEST FOR PROPOSALS FOR Computer Equipment- Servers Eng & Maintenance Services REQUEST FOR PROPOSALS FOR Computer Equipment- Servers Eng & Maintenance Services You are hereby invited to submit proposals for Computer Equipment- Servers, as specified in the attachments of this Request

More information

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit CITY OF BRENHAM, TEXAS Invitation for Bid Purchase and Installation of Forty (40) Ton Air Conditioning Unit IFB Number: 15-002 Response Deadline: 2:00 P.M. (CST) Tuesday, January 6, 2015 Responses will

More information

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) MAIL BIDS TO: FLORIDA KEYS AQUEDUCT AUTHORITY 7000 Front St. (Stock Island) KEY WEST, FLORIDA 33040 (No

More information

REQUEST FOR PROPOSAL. Information Technology Support Services

REQUEST FOR PROPOSAL. Information Technology Support Services Request for Proposal 1 of 17 www.mdgreenview.ab.ca Box 1079, 4806-36 Avenue, Valleyview, AB T0H 3N0 (780) 524-7600, (780) 524-4307 fax REQUEST FOR PROPOSAL Information Technology Support Services Bid Closing

More information

Invitation To Bid. for

Invitation To Bid. for Charter Township of Canton Invitation To Bid for COLOR COPIER Contact: Michael Siegrist Phone: 734 394-5120 E-mail: michael.siegrist@canton-mi.org Date Issued: 10/4/2018 Due Date & Time: 3:00 p.m., Thursday,

More information

LOCAL AREA NETWORK (LAN) HARDWARE UPGRADE FOR OAKLAND UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS (RFP) NO /

LOCAL AREA NETWORK (LAN) HARDWARE UPGRADE FOR OAKLAND UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS (RFP) NO / LOCAL AREA NETWORK (LAN) HARDWARE UPGRADE FOR OAKLAND UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS (RFP) NO. 14 15/03 2014 15 1.0 OVERVIEW The Oakland Unified School District (OUSD) is seeking to upgrade

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

January 18, Request for Proposals. for

January 18, Request for Proposals. for January 18, 2017 Request for Proposals for Preparation of Tulare County Transit Authority (TCTA) Fiscal Audits for Years 2016/17, 2017/18 and 2018/19 from the Tulare County Association of Governments (TCAG)

More information

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR BIDS. For PURCHASE OF PROJECTORS AND DOCUMENT CAMERAS

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR BIDS. For PURCHASE OF PROJECTORS AND DOCUMENT CAMERAS S For PURCHASE OF PROJECTORS AND DOCUMENT CAMERAS RFP # 740 PURCHASE OF PROJECTORS AND DOCUMENT CAMERAS NOTICE TO BIDDERS 1. NOTICE IS HEREBY GIVEN that the New Haven Unified School District is seeking

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B17-08 Patch Cables Date: February 23, 2017 To:

More information

ADDENDUM #1. NOTICE INVITING BIDS SAN Storage

ADDENDUM #1. NOTICE INVITING BIDS SAN Storage ADDENDUM #1 NOTICE INVITING BIDS SAN Storage NOTICE IS HEREBY GIVEN that East Valley Water District is amending the notice inviting bids for SAN Storage. The date due for bids has been extended to 4:00

More information

MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES

MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES Notice is hereby given that sealed proposals will be received at the Finance Department,

More information

Philips Lumify Service Subscription Agreement

Philips Lumify Service Subscription Agreement 1 Philips Lumify Service Subscription Agreement IMPORTANT -- READ THESE TERMS CAREFULLY BEFORE CONFIRMING YOUR LUMIFY ORDER When you confirm your Lumify order, you acknowledge that you have read this subscription

More information

REQUEST FOR PROPOSAL MOBILE AND ONLINE CITIZEN ENGAGEMENT SOLUTION

REQUEST FOR PROPOSAL MOBILE AND ONLINE CITIZEN ENGAGEMENT SOLUTION REQUEST FOR PROPOSAL MOBILE AND ONLINE CITIZEN ENGAGEMENT SOLUTION The Town of Windsor is requesting proposals from qualified firms to provide and host an array of mobile and online public engagement and

More information

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 ADVERTISEMENT FOR BIDS Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 3:00 PM (EDST) on February 12,

More information

TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL FILE # F Information Technology Strategic Plan

TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL FILE # F Information Technology Strategic Plan TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL FILE # F18-047891 Information Technology Strategic Plan Carolyn Tripp January, 2015 Chief Administrative Officer The Corporation of the Town

More information

CITY OF ELK GROVE. Invitation to Bid. For. Barracuda Backup Appliance Upgrade

CITY OF ELK GROVE. Invitation to Bid. For. Barracuda Backup Appliance Upgrade CITY OF ELK GROVE Invitation to Bid For Barracuda Backup Appliance Upgrade City Clerk s Office City of Elk Grove 8401 Laguna Palms Way Elk Grove, CA 95758 Bids Due by 3:00 PM, August 24, 2017 Introduction:

More information

NUTANIX 1450 SERVER AND SUPPORT

NUTANIX 1450 SERVER AND SUPPORT INVITATION FOR BIDS (IFB) 5-3147 NUTANIX 1450 SERVER AND SUPPORT ORANGE COUNTY TRANSPORTATION AUTHORITY 550 South Main Street P.O. Box 14184 Orange, CA 92863-1584 (714) 560-6282 Key IFB Dates Issue Date:

More information

2018 Recreation Center Dectron Unit - R22 Refrigerant

2018 Recreation Center Dectron Unit - R22 Refrigerant Request for Proposals Equipment and Supplies March 5, 2018 2018 Recreation Center Dectron Unit - R22 Refrigerant Proposals Due: Thursday, March 15, 2018, 2:00pm Dan Voss Park District of Highland Park

More information

MPS TERMS AND CONDITIONS FOR BIDS

MPS TERMS AND CONDITIONS FOR BIDS MPS TERMS AND CONDITIONS FOR BIDS Scope These terms and conditions shall apply to any and all award(s) resulting from a formal bid, except as follows: In the event of a conflict between these terms and

More information

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

Request for Quotation

Request for Quotation University of South Carolina Purchasing Department 1600 Hampton Street, 6th floor Columbia, SC 29208 Telephone: (803) 777-4115 Request for Quotation Page One THIS IS NOT AN ORDER Quotation must be received

More information

REQUEST FOR PROPOSAL (RFP) # BEE & INSECT REMOVAL SERVICES

REQUEST FOR PROPOSAL (RFP) # BEE & INSECT REMOVAL SERVICES REQUEST FOR PROPOSAL (RFP) #1072-16 BEE & INSECT REMOVAL SERVICES TIMELINE Request for Proposal Posting: May 19, 2016 Written Question Deadline: June 3, 2016 at 3:00 p.m. Submittal Deadline: June 16, 2016

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, will be received until 2:00 p.m., Wednesday, December 17, 2014, in the Purchasing Division,,, New Castle, DE 19720 (Telephone: 302-395-5250). Minority and Women-owned Business Enterprises

More information

REQUEST FOR BID North Fraser Street Georgetown, SC Contact: Daniella Howard, Purchasing Agent Phone:

REQUEST FOR BID North Fraser Street Georgetown, SC Contact: Daniella Howard, Purchasing Agent   Phone: REQUEST FOR BID REQUESTOR: PROJECT: City of Georgetown 1134 North Fraser Street Georgetown, SC 29440 Contact: Daniella Howard, Purchasing Agent Email: dhoward@cogsc.com Phone: 843.545.4043 Citywide Asphalt

More information

Request for Proposal General Ledger Software

Request for Proposal General Ledger Software Request for Proposal General Ledger Software Date of Issue: August 12, 2013 Proposals must be received by: September 13, 2013, 5 p.m. CST 1 I. INFORMATION ABOUT THE VILLAGE Located approximately 14 miles

More information

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

ENERGY EFFICIENCY CONTRACTOR AGREEMENT ENERGY EFFICIENCY CONTRACTOR AGREEMENT 2208 Rev. 2/1/13 THIS IS AN AGREEMENT by and between PUBLIC UTILITY DISTRICT NO. 1 OF SNOHOMISH COUNTY (the District ) and a contractor registered with the State

More information

STREAMGUYS, Inc. Authorized Streaming Agent Agreement Please complete and fax back entire agreement to us at

STREAMGUYS, Inc. Authorized Streaming Agent Agreement Please complete and fax back entire agreement to us at StreamGuys.com P.O. Box 828 Arcata California 95521 (707) 667-9479 Fax (707) 516-0009 info@streamguys.com STREAMGUYS, Inc. Authorized Streaming Agent Agreement Please complete and fax back entire agreement

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

OETC Volume Price Agreement

OETC Volume Price Agreement 471 High Street SE Suite 10 Salem, Oregon 97301 oetc.org (800) 650-8250 Fax: (503) 625-0504 OETC Volume Price Agreement Section I. OETC-16R-Copiers-CTX This agreement is made and entered into by the Organization

More information

City of Beverly Hills Beverly Hills, CA

City of Beverly Hills Beverly Hills, CA City of Beverly Hills Beverly Hills, CA REQUEST FOR PROPOSAL For Professional Services for Conducting a Department Needs Assessment and Developing a Grant Funding Strategy to Support City Priority Projects

More information

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS SECTION II - GENERAL INFORMATION AND INSTRUCTION

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS SECTION II - GENERAL INFORMATION AND INSTRUCTION BID PACKAGE CITY OF BEVERLY HILLS INFORMATION TECHNOLOGY DEPARTMENT 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED Sealed proposals are requested on the list of materials,

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

More information

Any questions regarding this RFP should be ed to John Peters

Any questions regarding this RFP should be  ed to John Peters NORTH COUNTRY SUPERVISORY UNION REQUEST FOR PROPOSALS Installation of Fiber Optic Backbone Cable Proposals must be received no later than 3:00pm June 17, 2015 North Country Supervisory Union Attn: John

More information

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: Friday, April

More information

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

More information

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2.

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2. IMPORTANT PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 13 REQUEST FOR SEALED BID REQ. NO. 3000000603 DATE: 2/28/07 (PUBLIC OPENING) Bids must be returned on or before 10:00 a.m., Wednesday,

More information

THE CITY OF BRENTWOOD 2348 South Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR 2015 VIDEO PRODUCTION SERVICES

THE CITY OF BRENTWOOD 2348 South Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR 2015 VIDEO PRODUCTION SERVICES THE CITY OF BRENTWOOD 2348 South Brentwood Blvd. Brentwood, MO 63144 REQUEST FOR PROPOSAL FOR 2015 VIDEO PRODUCTION SERVICES THIS IS NOT AN ORDER RFP 2015 Video Production Services Page 1 of 14 CITY OF

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us RFP P18-03 ADDITIONAL WIDE AREA NETWORK (WAN) February

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B16-05 Toilet Paper Date: September 18, 2015 To: All Bidders

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 BID B11-16 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 Gym www.forsyth.k12.ga.us Floor Work April 10, 2018 To: All Bidders

More information

HABCO TOOL & DEVELOPMENT COMPANY, INC. PURCHASE ORDER TERMS AND CONDITIONS

HABCO TOOL & DEVELOPMENT COMPANY, INC. PURCHASE ORDER TERMS AND CONDITIONS This Order (as defined herein) is expressly limited to and made conditional upon the terms and conditions contained herein, and any of the Seller's terms in addition to or different from those contained

More information

STANDARD TERMS AND CONDITIONS FOR THE SALE OF GOODS ALL MARKETS EXCEPT OIL AND GAS

STANDARD TERMS AND CONDITIONS FOR THE SALE OF GOODS ALL MARKETS EXCEPT OIL AND GAS STANDARD TERMS AND CONDITIONS FOR THE SALE OF GOODS ALL MARKETS EXCEPT OIL AND GAS 1. Scope of Application These terms and conditions of sale ( T&C ) apply to all sales by our company ( Supplier ) of goods

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling TOWN OF BARNSTABLE INVITATION FOR BID Barnstable School Department Hyannis, MA Refuse Collection and Disposal and Recycling May 30, 2013 IFB Due: 7/10/13, no later than 2 pm It is the responsibility of

More information

Request for Proposals

Request for Proposals RFP #G058 Request for Proposals A/E Design Consulting Services Issued by: Golden Empire Transit District 1830 Golden State Ave Bakersfield, CA 93301 Proposals must be submitted No later than 1:00 PM March

More information

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS Except as otherwise provided on the face of this Purchase Order or Supply Contract (the Order ) which is attached hereto, the parties agree

More information

STANDARD TERMS AND CONDITIONS

STANDARD TERMS AND CONDITIONS STANDARD TERMS AND CONDITIONS MODA LLC ( MODA LIGHT ) hereby gives notice of its exception to any revised or additional terms and conditions other than as stated herein and these Terms and Conditions supersede

More information

RFP Date: October 11, 2012 Response Deadline: November 1, 2012 at 4:00 PM PDT

RFP Date: October 11, 2012 Response Deadline: November 1, 2012 at 4:00 PM PDT SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY Request for Proposals for Critical Spare Parts for General Electric LM6000 PC Sprint Gas Turbines at the Canyon Power Plant, Anaheim, California RFP Date: October

More information

Request for Proposals: Purchase of Staff Computers

Request for Proposals: Purchase of Staff Computers 1 INTRODUCTION 1.1 Objective CAPITAL AREA DISTRICT LIBRARY 401 S. CAPITAL AVE., LANSING, MI 48933 (517) 367 6300 Request for Proposals: Purchase of Staff Computers The Capital Area District Library (hereinafter

More information

CITY OF CAMPBELL, CA REQUEST FOR PROPOSAL TO REPLACE LEFTHAND STORAGE AREA NETWORK (SAN) AND ASSOCIATED SWITCHING EQUIPMENT

CITY OF CAMPBELL, CA REQUEST FOR PROPOSAL TO REPLACE LEFTHAND STORAGE AREA NETWORK (SAN) AND ASSOCIATED SWITCHING EQUIPMENT CITY OF CAMPBELL, CA REQUEST FOR PROPOSAL TO REPLACE LEFTHAND STORAGE AREA NETWORK (SAN) AND ASSOCIATED SWITCHING EQUIPMENT GENERAL INFORMATION: The City of Campbell invites your submittal of a proposal

More information

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSAL. For PURCHASE OF PERIPHERALS FOR MAC MINI

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSAL. For PURCHASE OF PERIPHERALS FOR MAC MINI For PURCHASE OF PERIPHERALS FOR MAC MINI [FEDERAL RACE-TO-THE-TOP GRANT (RTTT-D)] RFP #761 S #761 PURCHASE OF PERIPHERALS FOR MAC MINI DEPLOYMENT FEDERAL RACE TO THE TOP GRANT (RTTT D) NOTICE TO BIDDERS

More information

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES October 2, 2015 HUMAN RESOURCES DEPARTMENT 200 AVERY AVENUE MORGANTON, NORTH CAROLINA REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES GENERAL INFORMATION Burke County is located in western

More information

WEST VALLEY SANITATION DISTRICT

WEST VALLEY SANITATION DISTRICT WEST VALLEY SANITATION DISTRICT Request for Proposal (RFP) for Independent External Audit Services RFP #: FIN 2015 1 Schedule of Key Events: RFP Release Date: April 14, 2015 Written Questions Due: 4:00

More information

CITY OF DES PLAINES INVITATION TO BID AND CONTRACT IT NETWORK FIREWALLS & SUPPORT ISSUED: JULY 2015

CITY OF DES PLAINES INVITATION TO BID AND CONTRACT IT NETWORK FIREWALLS & SUPPORT ISSUED: JULY 2015 CITY OF DES PLAINES INVITATION TO BID AND CONTRACT IT NETWORK FIREWALLS & SUPPORT ISSUED: JULY 2015 OWNER: City of Des Plaines 1420 Miner Street Des Plaines, Illinois 60016 Owner will receive sealed proposals

More information

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018 County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)

More information

Customer means the end user party to which Rubrik provides Support Service(s).

Customer means the end user party to which Rubrik provides Support Service(s). RUBRIK PRODUCT WARRANTY AND SUPPORT SERVICES POLICY This Product Warranty and Support Services Policy ("Policy") contains the exclusive terms and conditions of the Product Warranty, and the terms applicable

More information

7/14/16. Hendry County Purchase Order Terms and Conditions

7/14/16. Hendry County Purchase Order Terms and Conditions Hendry County Purchase Order Terms and Conditions 1. Offer The order set forth in the Purchase Order is subject to cancellation by HENDRY COUNTY without notice if not accepted by VENDOR within fourteen

More information

Terms and Conditions. 2 The Products and Services The Products and Services for each Agreement shall be identified in the Offer.

Terms and Conditions. 2 The Products and Services The Products and Services for each Agreement shall be identified in the Offer. Terms and Conditions The following presents Nuvolat Cloud Group, Inc. s ( Nuvolat") standard terms and conditions ( Terms and Conditions ) applicable to the sale of its products and services ( Products

More information

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals

More information

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES 1. All prospective Contractors must; be State of Connecticut licensed for this work; demonstrate a minimum of 5 years

More information

a. Article(s) Goods and/or services described on the face of the Purchase Order

a. Article(s) Goods and/or services described on the face of the Purchase Order TERMS AND CONDITIONS LIBERTY MUTUAL STANDARD TERMS AND CONDITIONS V. 5.0 1. DEFINITIONS a. Article(s) Goods and/or services described on the face of the Purchase Order b. Customer Liberty Mutual Insurance

More information

Document A133 TM. AGREEMENT made as of the day of in the year 20 (In words, indicate day, month and year.)

Document A133 TM. AGREEMENT made as of the day of in the year 20 (In words, indicate day, month and year.) Document A133 TM 2009 Standard Form of Agreement Between Owner and Construction Manager as Constructor where the basis of payment is the Cost of the Work Plus a Fee with a Guaranteed Maximum Price AGREEMENT

More information

NEBBIOLO STANDARD TERMS & CONDITIONS OF SALE

NEBBIOLO STANDARD TERMS & CONDITIONS OF SALE NEBBIOLO STANDARD TERMS & CONDITIONS OF SALE 1. GENERAL These Terms and Conditions of Sale ("Terms and Conditions") and any attached exhibits [together with those terms and conditions appearing on the

More information

COMPONENT CONTROL.COM, INC KETTNER BLVD., SAN DIEGO, CA Software Maintenance Agreement ( SMA )

COMPONENT CONTROL.COM, INC KETTNER BLVD., SAN DIEGO, CA Software Maintenance Agreement ( SMA ) COMPONENT CONTROL.COM, INC. 1731 KETTNER BLVD., SAN DIEGO, CA 92101 Software Maintenance Agreement ( SMA ) THIS IS A LEGAL AGREEMENT ( AGREEMENT ) BETWEEN YOU, THE END USER (ON BEHALF OF YOURSELF AND ON

More information

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL RFP #14-03 Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM

More information

REQUEST FOR PROPOSAL. Fiber Optic Design and Installation Services. City of Alamosa Information Technology Department

REQUEST FOR PROPOSAL. Fiber Optic Design and Installation Services. City of Alamosa Information Technology Department REQUEST FOR PROPOSAL Fiber Optic Design and Installation Services City of Alamosa Information Technology Department Due Date: April 30, 2019 by 3:00 p.m. (local time) Issued By: City of Alamosa Information

More information

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements: Vendor Contract TERMS AND CONDITIONS OF PURCHASE 1. Acceptance. This Contract is conditional upon, and can be accepted only upon, the terms and conditions specified in this Contract. If Seller has previously

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: City of North Mankato 1 CITY OF NORTH MANKATO REQUEST FOR QUALIFICATIONS & PROPOSAL PLUMBING SERVICES JULY 1, 2015 THROUGH JUNE 30, 2016 DUE: APRIL 15, 2015 by 5:00 p.m. The City of North Mankato (City)

More information

PAN OSTON PURCHASE ORDER TERMS & CONDITIONS

PAN OSTON PURCHASE ORDER TERMS & CONDITIONS PAN OSTON PURCHASE ORDER TERMS & CONDITIONS 1. ACKNOWLEDGMENT AND ACCEPTANCE OF ORDER. This Order constitutes an offer that is expressly limited to the Terms and Conditions contained herein. The Terms

More information

REQUEST FOR TENDER No GENERAL INSURANCE BROKERAGE SERVICES FOR PROPERTY, BOILER & MACHINERY and CRIME

REQUEST FOR TENDER No GENERAL INSURANCE BROKERAGE SERVICES FOR PROPERTY, BOILER & MACHINERY and CRIME REQUEST FOR TENDER No. 1717 GENERAL INSURANCE BROKERAGE SERVICES FOR PROPERTY, BOILER & MACHINERY and CRIME Issue date: February 10, 2016 Closing location: Purchasing Department 2020 Labieux Road Nanaimo,

More information

MODIFICATIONS OR AMENDMENTS:

MODIFICATIONS OR AMENDMENTS: 1. GENERAL: These terms and conditions ("Terms") shall be applicable to any accompanying purchase order received by you ("Supplier") from Advanced Engineering, Inc. ("Purchaser"). The term "Goods and Services"

More information

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR Scott A. Smith Finance Director sasmith@somersworth.com (603) 692-9504 One Government Way Somersworth, New Hampshire 03878 (603) 692-4262 www.somersworth.com City of Somersworth, New Hampshire OFFICE OF

More information

Request for Proposal. For Financial and Accounting Services

Request for Proposal. For Financial and Accounting Services Request for Proposal For Financial and Accounting Services Issued: Tuesday, February 20, 2018 Submission Deadline: Wednesday, March 21, 2018, 4:00 PM South Bayside Waste Management Authority (SBWMA) Attention:

More information

Pittsburgh, PA 15213

Pittsburgh, PA 15213 The Board of Public Education of the School District of Pittsburgh Administration Building, 341 South Bellefield Avenue Pittsburgh, PA 15213 Inquiry Number 8796 Sealed bids for material listed herein will

More information

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga City of Forest Park Request for Proposals Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga. 30297 Mandatory Pre-Proposal Conference at August 19, 2014 at 10:00 am Proposal Deadline September

More information

West Ridge Park Ballfield Light Pole Structural Assessment

West Ridge Park Ballfield Light Pole Structural Assessment Request for Proposal Professional Services October 3, 2017 West Ridge Park Ballfield Light Pole Structural Assessment West Ridge Park 636 Ridge Rd. Highland Park, IL 60035 Submission Deadline: Tuesday,

More information

AUTOTOOL, INC. TERMS AND CONDITIONS OF SALE

AUTOTOOL, INC. TERMS AND CONDITIONS OF SALE AUTOTOOL, INC. TERMS AND CONDITIONS OF SALE The following terms and conditions of sale as they appear at www.autotoolinc.com at the time of sale (the Terms and Conditions ) govern the sale of all materials,

More information

NTT Electronics AMERICA, INC. GENERAL TERMS AND CONDITIONS OF SALE

NTT Electronics AMERICA, INC. GENERAL TERMS AND CONDITIONS OF SALE NTT Electronics AMERICA, INC. GENERAL TERMS AND CONDITIONS OF SALE The following terms and conditions (hereinafter Terms and Conditions ) apply to all quotations, purchase orders, order acknowledgements

More information

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation *** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is

More information

CA Master Agreement ( MA )

CA Master Agreement ( MA ) CA Master Agreement ( MA ) FINAL This MA is entered into by CA Canada Company ( CA ) and customer entity ( You ) identified on the relevant Order Form and shall be effective from the date specified on

More information

For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates

For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates PURCHASE ORDER TERMS AND CONDITIONS For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates 1. GENERAL 1.1 As used in this document, the term Purchase Order

More information

TERMS AND CONDITIONS OF PURCHASE

TERMS AND CONDITIONS OF PURCHASE TERMS AND CONDITIONS OF PURCHASE This Order (as defined below) is the Company s offer to purchase the Goods (as defined below). Unless otherwise expressly agreed in writing these are the only conditions

More information

GILEAD SCIENCES, INC. PURCHASE ORDER TERMS AND CONDITIONS

GILEAD SCIENCES, INC. PURCHASE ORDER TERMS AND CONDITIONS GILEAD SCIENCES, INC. PURCHASE ORDER TERMS AND CONDITIONS 1. ACCEPTANCE: Supplier has read and understands this purchase order (this order ) and agrees that Supplier s written acceptance, delivery of any

More information

ACA UNIFORM TERMS AND CONDITIONS

ACA UNIFORM TERMS AND CONDITIONS ACA UNIFORM TERMS AND CONDITIONS ARIZONA COMMERCE AUTHORITY (ACA) UNIFORM TERMS AND CONDITIONS 1. Definition of Terms As used in this Solicitation and any resulting Contract, the terms listed below are

More information

City of Loveland, Ohio

City of Loveland, Ohio City of Loveland, Ohio Request for Proposal (RFP) Information Technology (IT) Managed Services Provider Proposals are due by 4:30 PM, November 1, 2017 The City of Loveland is inviting qualified Information

More information

GENERAL CONDITIONS. 6. BID PRICES are to remain firm for one (1) year from date of award, unless otherwise specified.

GENERAL CONDITIONS. 6. BID PRICES are to remain firm for one (1) year from date of award, unless otherwise specified. GENERAL CONDITIONS THE WORDS BIDS, PROPOSALS, QUOTES AND THEIR DERIVATIVES MAY BE USED INTERCHANGEABLY IN THESE TERMS AND CONDITIONS. THESE TERMS AND CONDITIONS ARE APPLICABLE ON ALL BIDS, PROPOSALS, QUOTES,

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B12-01 Hand Soap & Sanitizer Date: June 22, 2011 To: All

More information

PURCHASE LENOVO N23 CHROMEBOOKS

PURCHASE LENOVO N23 CHROMEBOOKS DUBLIN UNIFIED SCHOOL DISTRICT S For PURCHASE LENOVO N23 CHROMEBOOKS RFP #IT-2017-1 DUBLIN UNIFIED SCHOOL DISTRICT S #IT-2017-1 PURCHASE OF LENOVO N23 CHROMEBOOKS NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

More information

Procurement of Licences of Business Objects BI Platform

Procurement of Licences of Business Objects BI Platform RESERVE BANK OF INDIA Request For Proposal (RFP) For Procurement of Licences of Business Objects BI Platform Date of Issue: January 25, 2016 Department of Statistics and Information Management Reserve

More information