2.0 Digital Copier Services Pricing REVISED

Size: px
Start display at page:

Download "2.0 Digital Copier Services Pricing REVISED"

Transcription

1

2

3 2.0 Digital Copier Services Pricing REVISED Pricing is based on a per copy solution with a firm, fixed price for the term of the contract (5 years in total). Including machine maintenance/services, excluding paper and staples, with a firm, fixed price guaranteed for the full term of the contract. All costs for equipment shall include: delivery to the equipment s intended location, pick-up of equipment upon termination of the contract, set-up and training, and any associated transportation costs to and from the GPA s specified locations. Vendors are allowed to submit an alternate or a piggyback response based on a competitively awarded contract that a vendor currently holds. The GPA reserves the right to consider for award to a vendor submitting a response that contains pricing and terms piggybacked from vendors existing contract with another entity. Any alternate RFB s must be noted on submitted documentation as a separate and alternative RFB. Provide annual total cost for all areas listed in Attachment A: 5. Specify Manufacturer s name: Delivery and installation specified may be a major factor in the evaluation process. 6. Specify number of calendar days for delivery of all equipment after award /days 7. Specify number of calendar days for installation of all equipment after award /days It is the vendor s responsibility to state all costs associated with the vendor s offer that are necessary to complete this contract. Prices to be Firm: The vendor warrants that prices offered will remain firm for the term of the contract, unless otherwise specified in this document. Payment Terms: Prompt payment discounts will be considered in determining cost, unless otherwise stated. Specify payment terms: Warranty: All warranty issues must be dealt with in a timely manner by the contractor and not by the GPA. Contract Commencement: Due to TWIC card compliance requirements, the vendor must specify number of calendar days to prepare for the commencement of the contract if awarded. Commencement time may be a major factor in the evaluation process. Specify Page 1 of 3

4 EXCEPTION SHEET If the commodity (ies) and/or service proposed in the response to this bid/quote is in any way different from that contained in this bid/quote, the vendor is responsible to clearly identify by specification section number, all such differences in the space below. Otherwise, it will be assumed that vendor s offer is in total compliance with all aspects of the bid/quote. Below are the exceptions to the stated specifications: Name of Vendor: Printed Name of Authorized Person: Signature of Authorized Person: Date: Copier Service Contract Page 2 of 3 19-BM REVISED 10/19/2018

5 VENDOR CERTIFICATION By responding to this Request, the Offeror understands and agrees to the following: 1. That the submitted Request constitutes an offer, which when accepted in writing by the GPA, and subject to the specifications of this document, and GPA terms and conditions, will constitute a valid and binding contract between the undersigned and the GPA; and 2. That the Offeror has read the specifications and requirements shown or referenced in this Request and that the Offeror s Request is made in accordance with the provisions of such specifications and requirements; and 3. That the Offeror guarantees and certifies that all items included in the Offeror s Request meet or exceed any and all such stated Request specifications and requirements; and 4. That, if awarded a contract, the Offeror will deliver goods and/or services that meet or exceed the Request specifications and requirements; and 5. That the Request submitted by the Offeror shall be valid and held open for a period of ninety (90) days from the final Request due date, and that the Request may be held open for an additional period of time subject to the Offeror s consent; and 6. That this Request is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a Request for the same materials, supplies, equipment, or services and is in all respects fair and without collusion or fraud. The Offeror understands and agrees that collusive bidding is a violation of state and federal law and can result in fines, prison sentences, and civil damage awards; and 7. That the provisions of the Official Code of Georgia Annotated, Sections et. Seq. have not been violated and will not be violated in any respect; and 8. That this Request must be complete, signed in all spaces provided, and submitted with all required information, attachments, documentation, and forms to receive consideration for award. GPA Terms and Conditions: By signing this document, the contractor further agrees to abide by all terms and conditions contained in this Request. Any exceptions to the requirements of this Request or the GPA Terms and Conditions of this Request shall be noted in writing, with detailed explanation on the attached Exception Sheet, and included with this Request. The contractor acknowledges that taking exceptions may subject this Request to rejection. Vendors shall read and agree to the GPA Terms and Conditions which can be found on the GPA Purchasing website at by clicking on GPA Terms and Conditions. Company Name: Address: Contact Name/Title: Contact Phone & Cell: Fax / Authorized Signature: Printed Name of Signature: Title: Emergency Contact: Emergency Phone: Copier Service Contract 19- Page 3 of 3 BM REVISED 10/19/2018

6 10/19/2018 Minimum Equipment Specifications Attachment "A" REVISED 19-BM-7181 All copiers must have at minimum, a dual paper source, legal/letter size paper, 100 sheet bypass tray, document feeder, scan/print capability, stand/cabinet, automatic duplexing, fax capability, 500 sheet drawer capacity, finisher, and sort capability. Item Location Estimated Monthly Copies Minimum Equipment Specificiations Per Copy Cost 1. COPS Gen. 30 CPM 5,000 Mgr. Office CPM Dock Office 3, CPM Gate Ops. 2, bw 25 CPM Information Technology 1300 color CPM OT Clerk 3, CPM Storeroom 2,000 Large Capacity Tray Yes No Mfr./Model Standard Features Included/ tray size Specify Other Optional Features with additional cost per copy Attachment A - Page 1 of 4

7 10/19/2018 Minimum Equipment Specifications Attachment "A" 19-BM-7181 Item Location Estimated Monthly Copies Minimum Equipment Specificiations bw 45 CPM Break Bulk Office 1500 color COLOR BW CPM Maintenance 2,000 BW CPM Port Police 6,000 BW Yes No $ $ $ Per Copy Cost Mfr./Model Standard Features Included/ tray size Specify Other Optional Features with additional cost per copy CPM Collections 14, Container 60 CPM 38,000 Operations BW BW $ $ bw 50 CPM Admin. Wing 3100 color Attachment A - Page 2 of 4

8 10/19/2018 Minimum Equipment Specifications Attachment "A" 19-BM-7181 Item Location Estimated Monthly Copies Minimum Equipment Specificiations Yes No Per Copy Cost Mfr./Model Standard Features Included/ tray size Specify Other Optional Features with additional cost per copy bw 45 CPM Purchasing 1000 color bw 45 CPM Executive 1000 color 65 lb. Paper Capability bw 65 CPM Container Operations color bw 55 CPM Finance 3000 color bw 65 CPM Human Resources color Attachment A - Page 3 of 4

9 10/19/2018 Minimum Equipment Specifications Attachment "A"REVISED 19-BM-7181 Item Location Estimated Monthly Copies Minimum Equipment Specificiations Per Copy Cost bw 45 CPM OT Admin color Yes No Mfr./Model Standard Features Included/ tray size Specify Other Optional Features with additional cost per copy bw 60 CPM Corporate PLUS Comm color 11x17 Paper Capability 100 lb. Paper Capability Gloss Coated Paper Capability Print Post Script Fonts Booklet Finisher Capability Capacity to duplex up to 80lb paper Brochure fold (trifold) Duplex Corner Stapler and Double Stapler Air print from ipad bw 75 CPM Trade PLUS Development 2200 color 11x17 Paper Capability 100 lb. Paper Capability Gloss Coated Paper Capability Print Post Script Fonts Booklet Finisher Capability Corner Stapler and Double Stapler Air print from ipad Attachment A - Page 4 of 4

10 GEORGIA PORTS AUTHORITY INSURANCE REQUIREMENTS Page of Req. No. The contractor shall provide certificates of insurance in a form acceptable to the Georgia Ports Authority affirming the contractor has purchased insurance as required below. All such insurance shall be issued by an insurer or insurers licensed or authorized to transact insurance in the State of Georgia. (1) Workers Compensation and Employer s Liability insurance covering all employees of the contractor and all of the employees of any subcontractor working under contract with the contractor. Such insurance shall be provided in accordance with all applicable federal and state laws, including United States Longshore and Harborworkers Act coverage where applicable. Employers Liability insurance limits shall not be less than $500,000 for each accident and $500,000 in aggregate for disease claims. If the contractor is not required to carry such insurance under the laws of the State of Georgia, and for that reason elects not to obtain such coverage, the contractor must sign an indemnity/hold harmless agreement. (2) Automobile Liability insurance covering any automobile used by the contractor or any subcontractor. The policy limit for automobile insurance shall be at least $1,000,000 for all bodily injury and property damage arising from one occurrence, or, if the policy provides separate limits for bodily injury and property damage, at least $1,000,000 for bodily injury and $1,000,000 for property damage. The required limits may be provided by a single policy or by a combination of primary and excess policies. The policy or policies shall provide coverage at least as broad as that provided by the Business Automobile Insurance Policy promulgated by the Insurance Services Office. (3) General Liability insurance, including contractual liability coverage, covering the contractor or any subcontractor for bodily injury, personal and advertising injury and property damage claims which may result from operations under the contract. The policy limit under the general liability coverages shall be at least $1,000,000 for all bodily injury, personal and advertising injury and property damage arising from one occurrence, or, if separate limits are provided, at least $1,000,000 for bodily injury, $1,000,000 for personal and advertising injury, and $1,000,000 for property damage. The required limits may be provided by a single policy or by a combination of primary and excess policies. The policies shall provide protection at least as broad as that provided by the Commercial General Liability Policy promulgated by the Insurance Services Office, and shall be written on an occurrence basis only. The policy or policies must include contractual liability coverage, and this coverage must be evidenced on the insurance certificate. The policy or policies shall be endorsed to name the Georgia Ports Authority as an additional insured. All coverages shall be maintained continuously from the commencement of work under this contract until the date of final payment and acceptance of completed operation as defined in such contract. (4) If any boats, barges, ships or other watercraft are used in connection with the work to be performed under this contract, the contractor shall provide (a) Protection and Indemnity Insurance and (b) Hull Coverage with the running down clause covering such watercraft. The policy limit for the Protection and Indemnity Coverage shall be $1,000,000 for each accident, and shall include coverage for Jones Act/crew and for wreck removal. The Protection and Indemnity policy shall be endorsed to name the Georgia Ports Authority as an additional insured. (5) Property or Inland Marine Insurance shall be carried by and be the responsibility of the contractor as the contractor may deem advisable on any personal property, cargo, equipment, machinery, or any other property on Georgia Ports Authority property. Except as caused by its own negligence, Rev. 11/11 1 SR#1 JGS_6/12/2018_ Copier Contract

11 Page of Req. No. GEORGIA PORTS AUTHORITY INSURANCE REQUIREMENTS (continued) the Georgia Ports Authority is not responsible for personal property, cargo, equipment, machinery, or any other property which is owned or leased by contractor or in the contractor s care, custody or control. (6) The insurance required herein shall be endorsed to provide that it is primary with respect to any insurance carried by the Georgia Ports Authority and no insurance coverage of the Georgia Ports Authority shall be called upon to contribute to the payment of any losses that would otherwise be paid by the contractor or covered or paid by the contractor's insurer. (7) Certificates of insurance shall be furnished to Georgia Ports Authority before the commencement of work or provision of products or services under the contract. Such certificates of insurance shall be in a form acceptable to Georgia Ports Authority and shall show the policies include all coverages and endorsements required herein. Updated certificates of insurance must be provided to the Georgia Ports Authority at every policy renewal. (8) The certificate of insurance should contain a provision whereby the insurer(s) issuing coverage is required to notify the Georgia Ports Authority Risk Management Department at least 30 days in advance of any cancellation or non-renewal of insurance noted on the certificate. Rev. 11/11 2 SR#1 JGS_6/12/2018_ Copier Contract

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S Page 11 of 17 G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S The contractor shall provide certificates of insurance in a form acceptable to the Georgia Ports Authority

More information

August 15, Solicitation for STATEMENT OF QUALIFICATIONS (SOQ) To Provide Cafeteria Services

August 15, Solicitation for STATEMENT OF QUALIFICATIONS (SOQ) To Provide Cafeteria Services August 15, 2014 Solicitation for STATEMENT OF QUALIFICATIONS (SOQ) To Provide Cafeteria Services PROJECT: Provide Food and All Services to Operate the Georgia Ports Authority Cafeteria Located at the Garden

More information

REQUEST FOR PROPOSALS FOR DIGITAL PRODUCTION COPIER. City of Goleta City Clerk s Office 130 Cremona Drive, Suite B Goleta, CA 93117

REQUEST FOR PROPOSALS FOR DIGITAL PRODUCTION COPIER. City of Goleta City Clerk s Office 130 Cremona Drive, Suite B Goleta, CA 93117 April 19, 2017 CITY COUNCIL Paula Perotte Mayor Stuart Kasdin Mayor Pro Tempore Roger S. Aceves Councilmember Michael T. Bennett Councilmember Kyle Richards Councilmember CITY MANAGER Michelle Greene REQUEST

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

Color Copier/Printer Lease

Color Copier/Printer Lease ILLINOIS VALLEY COMMUNITY COLLEGE 815 North Orlando Smith Ave. Oglesby, IL 61348 REQUEST FOR PROPOSAL PR10-P06 COLOR COPIER/PRINTER LEASE October 23, 2009 Illinois Valley Community College is accepting

More information

Description Cost PRE-BID CONFERENCE

Description Cost PRE-BID CONFERENCE IMPORTANT This is NOT an order but a request for sealed bid. PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 10 (Plus Attachment A ) REQUEST FOR SEALED BID REQ. NO. 10082841 DATE: 5/31/06 Bids

More information

Request for Proposal Public Warning Siren System April 8, 2014

Request for Proposal Public Warning Siren System April 8, 2014 Request for Proposal Public Warning Siren System April 8, 2014 THE CITY OF MARTINSVILLE wishes to extend an invitation to all qualified contractors to submit a proposal/s for providing a complete siren

More information

Alabama State Port Authority SPECIAL PROVISIONS DIVISION III INDEX

Alabama State Port Authority SPECIAL PROVISIONS DIVISION III INDEX Alabama State Port Authority Specification Booklet Project Name Marine Liquid Bulk Terminal 2018 Rehabilitation Location Theodore, AL Project # 10461 TASK# 1 August 2018 1 Page SPECIAL PROVISIONS DIVISION

More information

Ohio Public Employees Retirement System. Request for Proposal

Ohio Public Employees Retirement System. Request for Proposal Ohio Public Employees Retirement System For: Multi-Functional Copier Replacement Date: April 14, 2015 Project Name: Black & White and Color Copiers 277 East Town Street Columbus, Ohio 43215 1-800-222-PERS

More information

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader.

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader. IMPORTANT This is NOT an order but a request for quotation. PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 13 REQUEST FOR QUOTATION REQ. NO. 3000000582 DATE: 11/10/2006 Quotes must be returned

More information

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS THE FOLLOWING TERMS AND CONDITIONS APPLY TO ALL PURCHASES OF SERVICES BY OR ON BEHALF OF THE CITY OF NAPERVILLE UNLESS SPECIFICALLY PROVIDED OTHERWISE

More information

Lane County Health & Human Services Youth Services Division Motivational Interviewing REQUEST FOR QUOTES

Lane County Health & Human Services Youth Services Division Motivational Interviewing REQUEST FOR QUOTES Lane County Health & Human Services Youth Services Division Motivational Interviewing REQUEST FOR QUOTES Introduction Lane County Health & Human Services, Division of Youth Services (DYS) is interested

More information

COVINA-VALLEY UNIFIED SCHOOL DISTRICT

COVINA-VALLEY UNIFIED SCHOOL DISTRICT COVINA-VALLEY UNIFIED SCHOOL DISTRICT Request for Proposal - RFP 16-17-106 of Multi-function Digital Copier Equipment and Service RESPONSE DUE: Friday, March 24, 2017 at 10:00 a.m. PST Covina-Valley Unified

More information

Colusa Veterans Hall Bathrooms and Kitchen Remodel Contract

Colusa Veterans Hall Bathrooms and Kitchen Remodel Contract This services contract to remodel the Colusa Veterans Hall bathrooms and kitchen ( Contract ) is between the County of Colusa ( County ), a political subdivision of the State of California and ( Contractor

More information

JEKYLL ISLAND STATE PARK AUTHORITY Request For A Sealed Quotation. Date Released June 30, 2016 Bid Opening: Tuesday July 26, :00PM ET

JEKYLL ISLAND STATE PARK AUTHORITY Request For A Sealed Quotation. Date Released June 30, 2016 Bid Opening: Tuesday July 26, :00PM ET JEKYLL ISLAND STATE PARK AUTHORITY Request For A Sealed Quotation Date Released June 30, 2016 Bid Opening: Tuesday July 26, 2016 3:00PM ET Request for Quotation RFQ #328 For the Project: Golf Carts & Utility

More information

Santa Cruz Port District REQUEST FOR PROPOSALS FOR GARBAGE HAULING SERVICES

Santa Cruz Port District REQUEST FOR PROPOSALS FOR GARBAGE HAULING SERVICES Santa Cruz Port District REQUEST FOR PROPOSALS FOR GARBAGE HAULING SERVICES The Santa Cruz Port District is seeking proposals from qualified independent contractors for: GARBAGE HAULING SERVICES BACKGROUND

More information

Request for Proposal High Volume Copier

Request for Proposal High Volume Copier VAN BUREN INTERMEDIATE SCHOOL DISTRICT Van Buren Technology Center Request for Proposal High Volume Copier Van Buren Intermediate School District 490 S. Paw Paw Street Lawrence, Michigan 49064 Van Buren

More information

PORT OF BROWNSVILLE Tariff 6 FMC-T6

PORT OF BROWNSVILLE Tariff 6 FMC-T6 SECTION FOUR ITEM PAGE RULES, REGULATIONS AND CHARGES PERTAINING TO LICENSES AND PERMITS Licenses And Permits Are Not Personal Property 400 400 Harbor Tug Operators License 401 400-407 Steamship Agents

More information

CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000

CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000 PROJECT NAME: AGREEMENT TERM: AUTHORIZED RENEWALS: DEPARTMENT: DIVISION: CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000 THIS AGREEMENT is made at Sacramento, California, as of,

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

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL Alabama State Port Authority Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL INVITATION TO BID The Alabama State Port Authority is accepting Sealed Bids on approximately two (2) 27 deep

More information

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL LIQUID CALCIUM CHLORIDE Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the removal of wood waste for the Forestry Division Instructions to Bidders 1. An advertisement

More information

INVITATION TO BID Install Spray Foam Polyurethane Roof

INVITATION TO BID Install Spray Foam Polyurethane Roof November 7, 2016 RFP-1617-404 INVITATION TO BID Install Spray Foam Polyurethane Roof The Danville Public Schools Maintenance Department is requesting sealed bids for furnish and install Polyurethane Seamless

More information

REQUEST FOR PROPOSAL. Village of Lemont Two Multi Functional Copiers. May 7, Deadline for submission: 12:00 p.m. (noon) on May 24, 2012

REQUEST FOR PROPOSAL. Village of Lemont Two Multi Functional Copiers. May 7, Deadline for submission: 12:00 p.m. (noon) on May 24, 2012 REQUEST FOR PROPOSAL Village of Lemont Two Multi Functional Copiers May 7, 2013 Deadline for submission: 12:00 p.m. (noon) on May 24, 2012 Responses should be emailed to: George J. Schafer Assistant Village

More information

CITY OF SAINT CHARLES, MISSOURI INVITATION FOR BID BID NUMBER 4126 FOUR (4) NEW DIGITAL COLOR COPY MACHINES MAY 1, 2015

CITY OF SAINT CHARLES, MISSOURI INVITATION FOR BID BID NUMBER 4126 FOUR (4) NEW DIGITAL COLOR COPY MACHINES MAY 1, 2015 CITY OF SAINT CHARLES, MISSOURI INVITATION FOR BID BID NUMBER 4126 FOUR (4) NEW DIGITAL COLOR COPY MACHINES MAY 1, 2015 INCLUDED ARE: Bid Instructions Terms and Conditions Specifications Bid Form CITY

More information

Request for Proposal. RFP # Recreation T-Shirts

Request for Proposal. RFP # Recreation T-Shirts County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-1212-1 This procurement is governed

More information

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More information

GEORGE MASON UNIVERSITY Student Services Entertainment and Event Agreement

GEORGE MASON UNIVERSITY Student Services Entertainment and Event Agreement GEORGE MASON UNIVERSITY Student Services Entertainment and Event Agreement George Mason University ( University ) and ( Performer ), in consideration of the mutual promises and conditions found in this

More information

Appomattox River Water Authority

Appomattox River Water Authority Appomattox River Water Authority 21300 Chesdin Rd. - S. Chesterfield, VA 23803 - Phone (804) 590-1145 - Fax (804) 590-9285 ADVERTISEMENT FOR BIDS APPOMATTOX RIVER WATER AUTHORITY BID INVITATION NO: 19-0207

More information

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Contractor Address Address City, Zip Work Phone Number: Cell Phone Number:

More information

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES GENERAL INFORMATION 1. Issuing Office: This Request for Proposals (RFP) is issued by the Town of Farmington, Finance Office.

More information

REQUEST FOR PROPOSALS EMPLOYEE ASSISTANCE PROGRAM (EAP) 08/09-20

REQUEST FOR PROPOSALS EMPLOYEE ASSISTANCE PROGRAM (EAP) 08/09-20 REQUEST FOR PROPOSALS EMPLOYEE ASSISTANCE PROGRAM (EAP) 08/09-20 I. GENERAL INFORMATION 1.1 Issuing Office: This Request for Proposals (RFP) is issued by the Town of Avon, Connecticut. 1.2 Purpose: The

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) Annual Contract for Letterhead, Envelopes and Business Cards BIDDER INSTRUCTIONS Montrose County is seeking sealed bids from qualified vendors to supply and print letterhead, envelopes,

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

CITY OF SACRAMENTO PROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000

CITY OF SACRAMENTO PROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000 PROJECT NAME: AGREEMENT TERM: AUTHORIZED RENEWALS: DEPARTMENT: DIVISION: CITY OF SACRAMENTO PROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000 THIS AGREEMENT is made at Sacramento, California, as of ( Effective

More information

Invitation To Bid. for

Invitation To Bid. for Charter Township of Canton Invitation To Bid for DISCOVER PRINTING AND SORTING/DISTRIBUTION Contact: Peg Stevens Phone: 734 394-5469 E-mail: pstevens@canton-mi.org Date Issued: 10/18/2018 Due Date & Time:

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

CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT INVITATION TO BID

CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT INVITATION TO BID CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT INVITATION TO BID The City of Charlotte ( City ) hereby invites informal bids for the following project (the Project ) at Charlotte Douglas International Airport

More information

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA

More information

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR MANALAPAN TOWNSHIP MONMOUTH COUNTY, NEW JERSEY Notice is hereby given that sealed proposals addressed to Rose LaFergola, RPPO/QPA, will be received on or before Friday, August 3, 2012 at 11:00 am at which

More information

Quote- RFQ Keldric Owens. Technology Manager.

Quote- RFQ Keldric Owens. Technology Manager. Solicitation Type & Number Quote- RFQ2017-005 Date of Quote Announcement/Request August 30, 2017 Solicitation Title Request for Qualifications/Questions Deadline Quote Due Date Time Housing Authority of

More information

Request for Proposal: Copier Fleet Minooka Elementary School

Request for Proposal: Copier Fleet Minooka Elementary School 1 Minooka 201 CCSD Aaron Souza Director of I.T. 305 W. Church St Minooka, IL 60447 Office: 815 467 5740 asouza@min201.org Request for Proposal: Copier Fleet Minooka Elementary School 2 Table of Contents

More information

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

More information

CONTRACT. Owner and Contractor agree as follows: 1. Scope of Work.

CONTRACT. Owner and Contractor agree as follows: 1. Scope of Work. CONTRACT This agreement (the "Contract") is made this day of, by and between (the "Contractor") and (name of parish corporation, ABN or high school corporation) (the "Owner"), for the purpose of stating

More information

INFORMATION FOR BID. Tee Shirts (School Nutrition)

INFORMATION FOR BID. Tee Shirts (School Nutrition) BIBB COUNTY SCHOOL DISTRICT Procurement Services 4580 CAVALIER DRIVE Macon Georgia 31211 INFORMATION FOR BID For Tee Shirts (School Nutrition) April 14, 2016 IFB Number: 16-34 Due Date: 04/20/2016 Time

More information

CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT INVITATION TO BID. Revised bid per addendum # 1

CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT INVITATION TO BID. Revised bid per addendum # 1 CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT INVITATION TO BID Revised bid per addendum # 1 The City of Charlotte ( City ) hereby invites informal bids for the following project (the Project ) at Charlotte

More information

Page of 5 PURCHASE AGREEMENT

Page of 5 PURCHASE AGREEMENT Page - 1 - of 5 (the Effective Date ) PURCHASE AGREEMENT THIS PURCHASE AGREEMENT (this Purchase Agreement ), dated the date specified above, is by and between (the "Contractor") and (the "Subcontractor").

More information

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C) Request for Proposals t o provide Janitorial Services Residence Halls RFP-18111 Due Date Proposal Submissions March 8, 2018 by 3:00 p.m. MANDATORY Pre-Proposal Meeting March 1, 2018 @ 2:00 p.m. in New

More information

Exhibit. Owner Controlled Insurance Program. Insurance Requirements

Exhibit. Owner Controlled Insurance Program. Insurance Requirements Exhibit Owner Controlled Insurance Program Insurance Requirements 1. Owner Controlled Insurance Program. OWNER shall implement an Owner Controlled Insurance Program ( OCIP ) for the Project. The OCIP is

More information

WHEREAS, the City and Contractor desire to enter into an Agreement whereby Contractor shall provide the following Service:

WHEREAS, the City and Contractor desire to enter into an Agreement whereby Contractor shall provide the following Service: THIS INDEPENDENT CONTRACTOR AGREEMENT (hereinafter, this "Agreement"), entered into this of, 2013, by and between the CITY OF WINSTON-SALEM, a North Carolina municipal corporation (hereinafter, the "City")

More information

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS PROFESSIONAL SERVICE CONTRACT HYDROGRAPHIC & LAND SURVEYING ON-CALL SERVICES RFP Number: ASPA 43-017 AUGUST 2017 Professional Service Contract Request

More information

REQUEST FOR PROPOSAL COPIERS AND COPIER MAINTENANCE YOUR PROPOSAL MUST BE RECEIVED BEFORE June 28, :00PM

REQUEST FOR PROPOSAL COPIERS AND COPIER MAINTENANCE YOUR PROPOSAL MUST BE RECEIVED BEFORE June 28, :00PM REQUEST FOR PROPOSAL COPIERS AND COPIER MAINTENANCE YOUR PROPOSAL MUST BE RECEIVED BEFORE June 28, 2018 2:00PM PROPOSER S CERTIFICATION We offer to furnish Lewis-Palmer School District the materials, supplies,

More information

PENN-AMERICA GROUP, INC.

PENN-AMERICA GROUP, INC. PENN-AMERICA GROUP, INC. COMMERCIAL UMBRELLA APPLICATION ALL QUESTIONS MUST BE ANSWERED AND APPLICATION MUST BE SIGNED BY APPLICANT. THIS IS AN OCCURRENCE POLICY APPLICATION. CLAIMS MADE UNDERLYING POLICIES

More information

INVITATION TO BID Acoustical Ceiling Tile

INVITATION TO BID Acoustical Ceiling Tile October 10, 2016 REVISED 11/07/2016 RFP-1617-402 INVITATION TO BID Acoustical Ceiling Tile The Danville Public Schools Maintenance Department is requesting sealed bids for removal, furnish and install

More information

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For Iredell County BID AND PROJECT REQUIREMENTS AND CONTRACT For MISC. BUILDING IMPROVEMENTS Iredell County Solid Waste 354 Twin Oaks Road Statesville, NC 28625 I N F O R M A L B I D I N V I T A T I O N #16-750-IC-03

More information

LOWER CAPE MAY REGIONAL BOARD OF EDUCATION 687 Route 9 Cape May, NJ (609) REQUEST FOR PROPOSALS FOR VENDING MACHINE SERVICES

LOWER CAPE MAY REGIONAL BOARD OF EDUCATION 687 Route 9 Cape May, NJ (609) REQUEST FOR PROPOSALS FOR VENDING MACHINE SERVICES LOWER CAPE MAY REGIONAL BOARD OF EDUCATION 687 Route 9 Cape May, NJ 08204 (609) 884-3475 REQUEST FOR PROPOSALS FOR VENDING MACHINE SERVICES Submission Date: Tuesday, November 25, 2014 Time: 11:00 am Purpose:

More information

SUBCONTRACTOR INSURANCE REQUIREMENTS Version 3/1/2018

SUBCONTRACTOR INSURANCE REQUIREMENTS Version 3/1/2018 SUBCONTRACTOR INSURANCE REQUIREMENTS Version 3/1/2018 The cornerstone of a successful contractual risk transfer program is a consistent approach to Subcontractor Insurance Compliance. Structuring the Subcontractor

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

SAFETY FIRST GRANT CONTRACT

SAFETY FIRST GRANT CONTRACT SAFETY FIRST GRANT CONTRACT This agreement (the Contract ) is made this day of, by and between (the Contractor ) and (the Owner ), for the (Name of Parish Corporation, ABN or high school corporation) purpose

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

More information

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES Cecil County Government Purchasing Department Bid #13-13 SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE

More information

Environmental Management Dept. ph: U.S. Highway 421 North fax:

Environmental Management Dept. ph: U.S. Highway 421 North fax: NEW HANOVER COUNTY Kim Roane, Business Officer Environmental Management Dept. ph: 910-798-4402 3002 U.S. Highway 421 North fax: 910-798-4408 Wilmington, NC 28401 Email: kroane@nhcgov.com BID SPECIFICATIONS

More information

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

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE ) BID DOCUMENT CITY OF BEVERLY HILLS PUBLIC WORKS DEPARTMENT 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED Sealed bids are requested on the list of materials, supplies,

More information

Request for Proposal. RFP # Towing Services Inoperable Vehicles

Request for Proposal. RFP # Towing Services Inoperable Vehicles County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-0601-1 This procurement is governed

More information

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602 http://www.asdd.com/ WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602 WHEN: 10:00 A.M., CDT, March 16, 2016 INSPECTION: REQUIREMENTS: By appointment between the hours of 9:00 A.M. and 3:00

More information

REQUEST FOR PROPOSAL (RFP) TO PROVIDE A RECREATION MANAGEMENT SOFTWARE SOLUTION

REQUEST FOR PROPOSAL (RFP) TO PROVIDE A RECREATION MANAGEMENT SOFTWARE SOLUTION REQUEST FOR PROPOSAL (RFP) TO PROVIDE A RECREATION MANAGEMENT SOFTWARE SOLUTION Kraig Boynton, Purchasing Agent City of Galesburg 55 W. Tompkins St. Galesburg, IL 61402 RFP Circulation Date: February 17,

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:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,

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

INVITATION TO BID Seal, Stripe and Paint Asphalt Parking Lots

INVITATION TO BID Seal, Stripe and Paint Asphalt Parking Lots February 27, 2017 RFP-1617-414 INVITATION TO BID Seal, Stripe and Paint Asphalt Parking Lots The Danville Public Schools Maintenance Department is requesting sealed bids for sealing, striping and painting

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

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424 INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424 INVITATION TO BID (This invitation is issued for the purpose of establishing a

More information

FirstService Residential Ontario ("FirstService Residential") Terms and Conditions for Certified Category A Vendors

FirstService Residential Ontario (FirstService Residential) Terms and Conditions for Certified Category A Vendors FirstService Residential Ontario ("FirstService Residential") Terms and Conditions for Certified Category A Vendors The Vendor is seeking to become a FirstService Residential Certified Vendor for the purpose

More information

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS FACILITIES COORDINATOR 800 Church Street, Suite B60, Waycross, GA 31501 Phone: 912 287 4480 Cell: 912 281 9964 Fax: 912 287 4482 Email: sbaxley@warecounty.com INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

More information

Insurance Requirements

Insurance Requirements SECTION A. ENGINEER shall procure, pay for and maintain the follow ing insurance w ritten by companies approved by the State of Texas and acceptable to CITY. The insurance shall be evidenced by delivery

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

BUILDING SERVICES AGREEMENT

BUILDING SERVICES AGREEMENT BUILDING SERVICES AGREEMENT THIS BUILDING SERVICES AGREEMENT (the Agreement ) is made this day of, 2015, by and between the City of Panama City, a municipality of the State of Florida (the City ) and E.

More information

FLOYD COUNTY BOARD OF COMMISSIONERS PURCHASING DEPARTMENT #12 East 4 th Ave. Ste. 106 ROME, GA (706) FAX (706)

FLOYD COUNTY BOARD OF COMMISSIONERS PURCHASING DEPARTMENT #12 East 4 th Ave. Ste. 106 ROME, GA (706) FAX (706) Revised Jan. 2015 FLOYD COUNTY BOARD OF COMMISSIONERS PURCHASING DEPARTMENT #12 East 4 th Ave. Ste. 106 ROME, GA 30161 (706) 291-5118 FAX (706) 290-6099 INVITATION TO BID Date Issued: May 5, 2016 Bid Number:

More information

Ship Repairers Legal Liability Application Supplement. 5. Fire Protection Public Fire Dept.: Paid or Volunteer Distance from yard

Ship Repairers Legal Liability Application Supplement. 5. Fire Protection Public Fire Dept.: Paid or Volunteer Distance from yard Ship Repairers Legal Liability Application Supplement WHEN FILLING OUT THIS APPLICATION, ALL QUESTIONS MUST BE ANSWERED COMPLETELY, IF A QUESTION IS NOT APPLICABLE TO THE OPERATIONS OF THE COMPANY, PLEASE

More information

UCIP COVERAGE SUMMARY

UCIP COVERAGE SUMMARY Save As UCIP COVERAGE SUMMARY EXHIBIT 1A THE REGENTS OF THE UNIVERSITY OF CALIFORNIA UNIVERSITY CONTROLLED INSURANCE PROGRAM (UCIP) This Exhibit summarizes the UCIP Commercial General Liability, Workers

More information

Rail Owner Controlled Insurance Program Manual

Rail Owner Controlled Insurance Program Manual Rail Owner Controlled Insurance Program Manual Addendum No. 4 to June 2013 Edition (Updated 08-21-17) Update to Section 5 Enrolled and Excluded Contractor Required Coverage for Package P Contract Section

More information

POST BID ADDENDUM. Project: LDS Eastview, Mesa, Iona 10 HVAC Project No.: Addendum No.: 2

POST BID ADDENDUM. Project: LDS Eastview, Mesa, Iona 10 HVAC Project No.: Addendum No.: 2 POST BID ADDENDUM Project: LDS Eastview, Mesa, Iona 10 HVAC Project No.: 504-6955 Addendum No.: 2 Project Address: 2349 Virlow St., Idaho Falls, Idaho 83401 Date: 8/29/2016 Owner: Corporation of the Presiding

More information

Van Dyke Public Schools Request for Proposal Copiers August 2, 2013

Van Dyke Public Schools Request for Proposal Copiers August 2, 2013 Page 1 of 11 Van Dyke Public Schools Request for Proposal Copiers August 2, 2013 Introduction Van Dyke Public Schools is seeking to replace approximately 16 multi-function, printer, scanner, copiers. The

More information

INDEMNITY AGREEMENT THE STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS COUNTY OF NUECES

INDEMNITY AGREEMENT THE STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS COUNTY OF NUECES INDEMNITY AGREEMENT THE STATE OF TEXAS COUNTY OF NUECES KNOW ALL MEN BY THESE PRESENTS WHEREAS, Section iii of said standards, entitled Procedure and Permit Requirements, requires a contractor for a permit

More information

EXHIBIT G. Insurance Requirements. [with CCIP]

EXHIBIT G. Insurance Requirements. [with CCIP] SECTION 1 GENERAL INSURANCE REQUIREMENTS EXHIBIT G Insurance Requirements [with CCIP] A. CCIP. Contractor has implemented a Contractor Controlled Insurance Program ( CCIP ) to furnish certain insurance

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

Request for Proposal (RFP) For Plat book Printing

Request for Proposal (RFP) For Plat book Printing Request for Proposal (RFP) For Plat book Printing Posting Date: May 23, 2012 Response Deadline: June 8, 2012 4:00 p.m. Central Standard Time (CST) To: John Lefebvre Marinette County Land Information Director

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the complete removal and replacement of existing roof at 659 Knox Rd 1440 North for

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)

More information

SUBCONTRACT. by and between. to perform the Work identified in Article 2 in accordance with the Projects Contract documents.

SUBCONTRACT. by and between. to perform the Work identified in Article 2 in accordance with the Projects Contract documents. Phone 800 555-5555 Fax 999 555-5551 TO: 4320 Eucalyptus Way Santa Rosa CA 95401 SUBCONTRACT PROJECT: 186 Williams Post Office 19420 Williams Rd. Monte Rio CA 95462 This agreement entered into this day

More information

PORT OF OAKLAND STANDARD CONTRACT PROVISIONS

PORT OF OAKLAND STANDARD CONTRACT PROVISIONS PORT OF OAKLAND STANDARD CONTRACT PROVISIONS FEBRUARY 2015 PORT OF OAKLAND THE BOARD OF PORT COMMISSIONERS ROOM 629 530 WATER STREET OAKLAND, CA 94607 Preface Pursuant to the Port of Oakland Purchasing

More information

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax: PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA 30269 Phone: 770-487-7657 Fax: 770-631-2505 www.peachtree-city.org September 11, 2012 Ladies and Gentlemen: The City of Peachtree City will

More information

ALABAMA STATE PORT AUTHORITY REQUEST FOR PROPOSAL

ALABAMA STATE PORT AUTHORITY REQUEST FOR PROPOSAL ALABAMA STATE PORT AUTHORITY REQUEST FOR PROPOSAL July 12, 2010 ALABAMA STATE PORT AUTHORITY FACILITIES MOBILE, ALABAMA The Alabama State Port Authority ( ASPA or Port Authority ) is seeking a private

More information

OCIP Contract Language

OCIP Contract Language Page 1 of 12 7. Insurance Requirements OCIP Contract Language 7.1 COUNTY Provided Insurance. COUNTY will provide an Owner Controlled Insurance Program ( OCIP ) for the Project. The OCIP will be administered

More information

RFP # City Of Hammond Purchasing Department. CONCRETE SLAB FOR BASKETBALL COURT FOR JACKSON PARK Recreation Department.

RFP # City Of Hammond Purchasing Department. CONCRETE SLAB FOR BASKETBALL COURT FOR JACKSON PARK Recreation Department. 1 RFP # 16-04 City Of Hammond Purchasing Department CONCRETE SLAB FOR BASKETBALL COURT FOR JACKSON PARK Recreation Department. Proposals Shall Be Received by the Purchasing Department, City of Hammond

More information

Invitation To Bid. for

Invitation To Bid. for PLYMOUTH TOWNSHIP POLICE DEPARTMENT Thomas J. Tiderington, Chief of Police 9955 N Haggerty Rd Plymouth, MI 48170 (734) 354-3232 Invitation To Bid for TOWING SERVICES Contact: Lieutenant Daniel Kudra Phone:

More information

Barrington Community Unit School District E. James Street Barrington, IL 60010

Barrington Community Unit School District E. James Street Barrington, IL 60010 Barrington Community Unit School District 220 310 E. James Street REQUEST FOR BID Apple ipad Air 2 Case BID DUE MARCH 30, 2017 Points of Contact: LeeAnn Taylor (847) 842-3550 or ltaylor@barrington220.org

More information

If Applicable Bidder acknowledges, by initialing, receipt of the following Addendums:

If Applicable Bidder acknowledges, by initialing, receipt of the following Addendums: ATTACHMENT A COVER SHEET FOR PROPOSAL Proposals must include this cover sheet (or this sheet reproduced on company letterhead) or PAGE 1 of the proposal. This attachment is provided as a fillable form.pdf

More information

County of Rockwall State of Texas

County of Rockwall State of Texas County of Rockwall State of Texas 1111 E. Yellowjacket Lane, Ste 202 Phone: 972-204-6050 Rockwall, Texas 75087 Fax: 972-204-6059 REQUEST FOR BID (RFB) RFB#18-07-016: Request for Bid for Asphalts and Emulsions

More information

REQUEST FOR FORMAL BID

REQUEST FOR FORMAL BID REQUEST FOR FORMAL BID THE UNIVERSITY OF ALABAMA IN HUNTSVILLE PROCUREMENT SERVICES 301 SPARKMAN DRIVE HUNTSVILLE, ALABAMA 35899 PHONE (256) 824-6484 ALL BIDS WILL BE PUBLICLY OPENED ON THE OPENING DATE

More information