Richardson ISD RFP# Armored Car & Bank Courier Services. RISD Where all students learn, grow, and succeed.

Size: px
Start display at page:

Download "Richardson ISD RFP# Armored Car & Bank Courier Services. RISD Where all students learn, grow, and succeed."

Transcription

1 RISD Where all students learn, grow, and succeed. Richardson Independent School District 400 S. Greenville Ave. Richardson, TX ARMORED CAR AND BANK COURIER SERVICES RFP # 1211 The Richardson Independent School District (RISD) is soliciting sealed proposals for ARMORED CAR AND BANK COURIER SERVICES as per specifications stated in this solicitation document. Sealed proposals shall be submitted in an envelope marked on the outside with the proposer s name, address, and RFP number (RFP#1211) to: Richardson Independent School District ARMORED CAR AND BANK COURIER SERVICES RFP# 1211 Attention: Jeanne Miller 970 Security Row Richardson, TX Receipt Deadline: RISD must receive all proposals no later than 1:30 PM CST, March 26, Proposals must be submitted in sufficient time to be received and time-stamped at the above location on or before the published bid date and time shown on the RFP. RISD will not be responsible for delayed mail delivery from the post office. Proposals received after the published time and date will be considered untimely and will not be considered. Proposals will be publicly opened at 2:30 PM CST the same day. Delivery Method: Responders may submit their proposals via U.S. Mail or common receipted carrier (e.g., Federal Express, UPS, US Postal Service, and Hand Delivery.) Fax proposals will not be accepted. The RFP name and number must be identified on the outside envelope being delivered. Request for Proposal Number and Format: Responders must submit one (1) original proposal and (4) copies of the proposal. All items must be submitted in a sealed envelope. RISD s contact for this solicitation is Jeanne Miller (Jeanne.miller@risd.org) Contact between responders or potential responders and user departments during the request for proposal process or evaluation process is prohibited. Any attempt by a responder or potential responder to contact the departments will result in disqualification. All addenda will be issued via the district website at: 1

2 Contents Overview General Information Addenda... 5 Bidder Instructions Confidential/Proprietary Information Obligation of Owner Negotiation of Contract Awarding of Contract Background Checks RFP Questions Vendor References Compliance with EEO General Conditions Indemnity Hold Harmless Response Submission Costs Associated with Preparation of the Proposal RFP Binding Period Omissions Minimum Insurance Coverage Right to Terminate Payment Terms and Retainage Electronic Invoicing Disclosures Transfer of Contract Amendments and Modifications Venue Execution of Contracts Vendor s Standard of Care Fairness of Pricing Compliance with Applicable Laws and Regulations Nondisclosure of Relationship with Owner

3 3.19 Timeliness of Contract Obligations Authority of Owner Specifications Overview Project Overview Scope of Work Value-Added Services Proposal for Services Response Format Incurred Costs Evaluation Signature General Terms and Conditions 3

4 Overview 1.1 General Information The Richardson Independent School District (RISD) is seeking proposals to furnish armored car and bank courier service for approximately fifty-five schools and four offices all located within the RISD boundaries. The length of this contract will be two (2) years with the option to extend for two (2) one (1) year periods if pricing remains firm and both parties agree. Pick-ups will be made daily between the hours of 9:00 A.M. and 3:00 P.M. Schools are open 213 days (including summer school) with some offices open 230 days. Vendor(s) selected will be required to submit a pickup schedule by each pick-up location for approval by the Financial Services Office prior to the beginning of service. Vendor(s) will be furnished a school calendar which details days which schools will be open. RISD Financial Services must approve any deviations from approved schedule. The monthly rate charged by the successful proposer will be based on service provided for each school day as indicated in the school calendar. All school campus locations are on the same school calendar. The rate may be adjusted if the proposer does not perform all of the services agreed upon. Three failures to pick-up may be grounds for contract termination. The successful proposer agrees in the case of delay or inability to provide services to notify the Financial Services Office immediately (Please contact Kimberly Pickens, Executive Director of Financial Services ). Failure to notify could result in cancellation of contract. The Richardson Independent School District reserves the right to meet with the successful proposer at any time to discuss any proposal service requirements and the level of such service being provided. All proposals must be submitted on the proposal form included in this Request for Proposal. Any deviations must be clearly marked on the proposal form. After evaluation of all proposals received RISD reserves the right to enter into negotiations with the Vendor or Vendors whom RISD considers best qualified to meet its requirements. RISD reserves the right to reject any and all proposals and to waive any non-conformity, whenever such actions are in its best interest as determined solely by RISD.. 4

5 1.2 Addenda Addenda to the RFP must be authorized and issued in writing by RISD to be valid. Any addenda that modify the RFP document by adding, deleting, clarifying, or correcting its contents will be issued prior to the Proposal receipt deadline. Bidder Instructions 2.1 Confidential/Proprietary Information RISD is a governmental entity subject to the Texas Public Information Act. Unless subject to a specific statutory exception, information in the District s possession is considered public information that is subject to be released upon request. Any information in your Proposal that is of a confidential or proprietary nature must be clearly and specifically identified. Such identification shall not limit the District s right to use such information in the review of the Proposal. 2.2 Obligation of Owner Issuance of this RFP does not create any obligation on the part of RISD to enter into any contract or undertake any financial obligations with respect to the services referred to herein. There will be no discussions with Vendors except for the purpose of clarification of a Proposal until the evaluation of the Proposals has been completed. Any subsequent discussion shall be at the discretion of RISD. 2.3 Negotiation of Contract After evaluation of all Proposals received, RISD reserves the right to enter into negotiations with the Vendor or Vendors that RISD considers best qualified to meet its requirements. RISD reserves the right to reject any and all proposals and to waive any non-conformity, whenever such actions are in its best interest, as determined solely by RISD. 2.4 Awarding of Contract A contract, if any awarded, will be awarded to the responsible Vendor(s) submitting the best and final Proposal for the service, plus any acceptable alternatives complying with the conditions and requirements of the contract that RISD determines provides the best value to the District. Relevant factors other than cost alone will be considered in determining the successful Vendor(s), including, but not limited to, outstanding references, prior relevant experience both in RISD and in other K-12 environments. 2.5 Background Checks All employees of the successful Vendor will be required to undergo a background check through RISD, and where applicable, must comply with the requirements of Chapter 22 of the Texas Education Code prior to any work commencing on any RISD campus. Any employee of the Vendor who does not clear the background check will not be allowed to participate in any activities on RISD property. 5

6 2.6 RFP Questions Any questions about this RFP must be raised prior to submission of the proposal. All questions must be submitted in writing either by or fax no later than 10:00 AM CST. March 19, 2012 to: or fax# (please include in the subject line: RFP # 1211-Armored Car and Bank Courier Services). All questions and answers will be published in an addendum no later than close of business Tuesday, March 20, Vendor References Vendor must submit with the Proposal a list of at least three (3) references with current contact names and telephone numbers. 2.8 Compliance with EEO Any Vendor who responds to the RFP must demonstrate, through word and deed that they comply with all applicable laws, regulations, and executive orders to insure they provide equal employment opportunities without regard to the race, color, sex, national origin, religion, age, or disability status of any qualified employee or applicant. 3 General Conditions 3.1 Indemnity Hold Harmless Vendor shall indemnify, save and hold RISD, its trustees, employees, agents, architects, consultants, contractors, attorneys, and guests, harmless from and against any and all claims, damages, liabilities, penalties, costs, charges, and expenses (including reasonable legal fees) which may be imposed upon or incurred or asserted against them in connection with the services provided. 3.2 Response Submission One (1) original, and (4) copies of the Vendor s Proposal, and any other documents must be received by 1:30 PM CST, March 26, 2012 and are to be submitted to: Richardson Independent School District Armored Car & Bank Courier Services RFP# 1211 Attention: Jeanne Miller 970 Security Row Richardson, TX Each response must be received in a sealed envelope and clearly labeled as follows on the front lower right corner: Your Company Name Proposal to Richardson Independent School District RFP# 1211 Armored Car & Bank Courier Services 6

7 3.3 Costs Associated with Preparation of the Proposal Any costs associated with a Vendor s response to the RFP will be borne by the Vendor. RISD will not be liable for any cost incurred by the respondents in preparing proposals to this RFP or negotiations associated with award of a contract. 3.4 RFP Binding Period In no event shall pricing be allowed to increase above the stated contract prices throughout the term of the agreement as noted in this solicitation document. 3.5 Omissions Omission in the Proposal of any provision herein described shall not be construed as to relieve the Vendor of any responsibility or obligation to complete and satisfactorily perform services. 3.6 Minimum Insurance Coverage The vendor will be responsible to carry the following minimum insurance coverage: A. Workers Compensation: A copy of a certificate of insurance, a certificate of authority of self-insure issued by the commission, or a coverage agreement (TWCC81, TWCC82, TWCC83, or TWCC-84) showing statutory workers compensation insurance coverage for the person s or entity s employees providing services on a project is required for the duration of the project. Duration of the project includes the time from the beginning of the work on the project until the vendor s work on the project has been completed and accepted by RISD. Persons providing services on the project ( subcontractor in Texas Labor code ) include all persons or entities performing all or part of the services the vendor has undertaken to perform on the project, regardless of whether that person contracted directly with the vendor and regardless of whether that person has employees. This category includes, without limitation, independent contractors, subcontractors, easing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity that furnishes persons to provide services on the project. Services include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to this project. The Vendor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor code agreements, Texas Labor Code (44) for all employees of the vendor providing services on the project for its duration. The Vendor must provide a certificate of coverage to RISD prior to being awarded the contract. 7

8 If the coverage period shown on the Vendor s current certificate of coverage ends during the duration of the project, the Vendor must, prior to the end of the coverage period, file a new certificate of coverage with RISD showing that coverage has been extended. The Vendor shall obtain from each person providing services on a project, and provide to RISD: (1) A certificate of coverage, prior to that person beginning work on the project, so RISD will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) No later than seven (7) days after receipt by the vendor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the period. The Vendor shall retain all required certificates of coverage for the duration of the project and for one (1) year thereafter. The Vendor shall post on each project site a notice, in the text form and manner prescribed by the Texas Workers Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. The Vendor shall contractually require each person with whom it contracts to provide services on a project to: (1) Provide coverage based on a proper reporting of classification codes and payroll amounts and filing any coverage agreements which meets the statutory requirements of Texas Labor code (44) for all of its employees providing services on the project for the duration of the project; (2) Provide to the Vendor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project for the duration of the project; (3) Provide the Vendor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) Obtain from each other person with whom it contracts, and provide to the vendor: (a) (b) A certificate of coverage, prior to the other person beginning work on the project; and A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 8

9 (5) Retain all required certificates of coverage on file for the duration of the project and for one (1) year thereafter; (6) Notify RISD in writing by certified mail or personal delivery, within the ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) Contractually require each person with whom it contracts to perform as required by items 1-7, with the certificates of coverage to be provided to the person for whom they are providing services. By signing the contract, which will be issued upon award, or providing or causing to be provided a certificate of coverage, the Vendor is representing to the governmental entity that all employees of the Vendor who will provide services on the project will be covered by workers compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission s Division of Self-insurance Regulation. Providing false or misleading information may subject the vendor to administrative penalties, criminal penalties, civil penalties, or other civil actions. The Vendor s failure to comply with any of these provisions is a breach of contract by the Vendor that entitles RISD to declare that contract void if the Vendor does not remedy the breach within ten (10) days after receipt of notice of breach from the governmental entity. B. Comprehensive General Liability Insurance General Aggregate Limit (other than Products/Completed Ops) $ 1,000, Products/Completed Operations Aggregate Limit $ 1,000, Personal and Advertising Injury Limit $ 1,000, Each Occurrence Limit $ 1,000, Professional errors & omissions $ 1,000, Fire Damage Limit - Any one fire $ 50, Medical Expense Limit - Any One Person $ 5, Liability Insurance shall cover premises operations and vendor s liability, as stated above, with the following endorsements: (1) The school district as an additional insured under all coverage s except Workers compensation. 9

10 (2) Thirty (30) days Notice of Cancellation or material change. C. Automobile Liability Insurance Automobile liability insurance shall cover all owned, non-owned, and hired vehicles in the amount of $ 1,000, combined single liability limit for bodily injury and property damage with the following endorsements: (1) Thirty (30) day Notice of Cancellation or material change. (2) Certificates of Insurance shall be delivered to the Owner before Commencement of the Work 3.7 Right to Terminate RISD, by written notice to the Vendor, may terminate the Contract, in whole or in part, for its convenience at any time prior to completion. Upon receipt of such notice, the Vendor shall take all necessary steps to avoid incurring any additional costs. In the event of such termination by RISD, it is agreed that the termination charges shall be negotiated but shall not exceed 100% of the total costs, both direct and indirect, incurred by the Vendor in the performance of the Contract, including reasonable costs incurred with respect to termination and settlement with vendors and subcontractors as a result of termination, up to the date of termination. The Vendor agrees to notify RISD of all proposed settlements with vendors and subcontractors in the event of termination, not for cause, and the Vendor further agrees not to enter into any binding settlement until RISD has approved the proposed settlement or thirty (30) days have elapsed from the date when such advice was furnished to RISD, which approval shall not be unreasonably withheld Direct and indirect costs shall be determined in accordance with standard accounting practices and verified by an independent Certified Public Accountant. Final payment shall be in the amount of the total termination charges within sixty (60) days following submission of such total costs certified by the independent Certified Public Accountant In the event of termination not for cause, final payment shall be in the amount of the total termination charges up to the date of termination, less the following: Amounts previously paid by RISD to the Vendor RISD may terminate Contract for cause immediately on notice to Vendor. 10

11 3.8 Payment Terms and Retainage The preferred payment plan will be on a monthly basis (Net 30 days) throughout the duration of the service period. 3.9 Electronic Invoicing Itemized invoicing with purchase order assignment should be available to be processed through electronic data interchange (EDI). EDI enables our Enterprise Business Processing System (EBS System) to accept a data file from a vendor and convert it to an invoice for payment. Electronic payments will be processed via electronic funds transfer (EFT). Banking information will be required for the EFT process Disclosures By signing its Proposal, a Vendor affirms that he/she has not given, offered to give, nor intends to give at any time hereafter any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor or service to a public servant in connection with the proposal submitted By signing its Proposal, a Vendor affirms that, to the best of his/her knowledge, the Proposal has been arrived at independently, and is submitted without collusion with anyone to obtain information or gain any favoritism that would in any way limit competition or give them an unfair advantage over other vendors in the award of this RFP Vendor shall note any and all relationships that might be construed as a conflict of interest and include such information with the Proposal. Vendor also shall submit with its Proposal a completed Conflict of Interest Questionnaire in compliance with chapter 176 of the Texas Local Government Code Transfer of Contract The contract, which will be issued upon award, shall not be assigned or transferred without the District s prior written consent Amendments and Modifications The contract, which will be issued upon award, shall be amended or modified only in writing signed by the parties. The modification, amendment, or waiver of part of this Contract shall not constitute a waiver of the whole Venue The contract, which will be issued upon award, shall be construed under the laws of the State of Texas, and venue arising out of this agreement is in Dallas County, Texas, regardless of the place of execution or performance. 11

12 3.14 Execution of Contracts Contracts for purchase will be put into effect by means of purchase order(s) executed by the RISD Purchasing Department after a Proposal has been awarded Vendor s Standard of Care All work shall be done in a thorough and conscientious manner according to the highest standards of care within the industry and shall be subject to inspection by RISD, its agents, architects, consultants and others and by the proper authorities. It is expressly understood and agreed that such observations and inspections by RISD, its other contractors and consultants shall not relieve the Vendor from any responsibility for the proper supervision and execution of the Work described in the RFP, or agreed to at a later date Fairness of Pricing RISD shall pay the contract price contained in the winning Vendor s proposal and the successful Vendor warrants that such price is no higher than Vendor s current prices on orders by others for products of the kind and specification covered by this agreement for similar quantities under similar or like conditions and method of purchase. In the event Vendor breaches this warranty, the prices of the items shall be reduced to the Vendor s current prices on orders by others and overpricing refunded to the District within 30 days or, in the alternative, RISD may cancel the contract, which will be issued upon award, without liability to Vendor for breach or Vendor s actual expense Compliance with Applicable Laws and Regulations The Vendor shall give notices to authorities and shall comply with all federal, state, local laws, ordinances, rules, regulations, and orders of any public authority bearing on the performance of the Work. Where such laws, ordinances, rules and orders are in conflict, the more stringent standards shall apply Nondisclosure of Relationship with Owner The Vendor will not, in any manner disclose, advertise or publish the fact that Vendor has contracted with RISD to provide the work as specified without the express written consent of RISD. Nor shall vendor disclose any other information concerning its contract with RISD to third parties without RISD s written consent Timeliness of Contract Obligations Time is of the essence for work referenced in the contract. If Vendor fails to perform the services at the time agreed upon, or to perform the work there under such a manner as will endanger its ability to complete the Work or render timely performance of services, RISD reserves the right to cancel the Contract or purchase elsewhere the services called for hereunder and hold Vendor accountable for additional costs or damages incurred by RISD including but not limited to rent and holdover rent penalties, additional fees, and expenses to its Consultant. 12

13 3.20 Authority of Owner Notwithstanding any other provision of the Contract to the contrary, the Vendor, once its activities begin on the Site, shall comply with the site rules of RISD. The Vendor shall direct its personnel and subcontractors to respect and abide by the authority of the RISD and the Project Manager on all matters related to the Vendors operation at the Site, including but not limited to: Use of Site resources such as elevators and or loading docks, safety issues, site security and prohibition of any alcohol, tobacco and drugs. 4 Specifications Overview 4.1 Project Overview The Richardson Independent School District agrees that all property delivered to the successful proposer will be securely sealed or locked and clearly labeled with the cosigner s and consignee s name and address, and that the RISD will not conceal or misrepresent any material fact or circumstance concerning the property delivered to the successful proposer pursuant to this agreement. Money, currency, checks and other valuables are to be picked up by successful proposer in sealed containers. Proposer, upon receipt of containers, are required to sign for the deposits and then assume responsibility for the actual cash value of all items transferred for their safe delivery, together with contents received, to cosigner. The only exceptions to the foregoing are the loss or damage caused by or resulting from: The successful proposer shall not be liable for nonperformance or delay occasioned by any of the causes listed above, nor for non-performance or delay caused by acts of God, strikes or means beyond its control; however, proposer agrees to be liable for the safety of any monies, checks, securities or other valuables in its possession at any time, in the amount of the actual cash value. The RISD agrees to arrange for the pickup of containers in good condition, with seals unbroken, to the proposer. It is understood and agreed that all liability and responsibility of proposer, as to each transfer so handled, shall upon proposer receiving a receipt from said consignee (District depository bank), transfer to the consignee. In the event of non-delivery by proposer to consignee, all liability and responsibility remains with proposer as evidenced by receipt signed by cosigner (RISD). The Richardson ISD reserves the right to accept or reject any or all proposals and to waive any formalities in the RFP process. 4.2 Scope of Work The following procedures are the minimum requirements the RISD requests and expects from this service agreement: 1. Furnish schedule of proposed pick-up days and times for each location in the Richardson Independent School District for approval by Financial Services. 13

14 2. Provide pick-ups and deliveries of bank deposits from mutually agreed schedule. 3. Maintain record of signed receipts from each school and delivery recipient. 4. Pick-ups and deliveries will be for August 6, 2012 through August 2, 2013 for the 1st year. 4.3 Value-Added Services Respondents are encouraged to include services in addition to the requirements of this RFP to provide the best possible value to the district. Proposals will clearly identify such services in their response and also provide a detailed explanation of the merits of such services. 4.4 Proposal for Services The services requested for RISD include but are not limited to the following. Please provide your organization s proposed pricing per the minimum requirements, terms and conditions noted within this solicitation document: ESTIMATED SERVICE QUANTITY UNIT PRICE ANNUAL COST Daily Stops 9,845 stops/year $ /stop $ Campuses (55 locations/day, 179 days/year) Daily Stops 230 stops/year $ /stop $ Security Row (1 location/day, 230 days/year) Weekly Stops 138 stops/year $ /stop $ Admin, Annex. PDC (3 locations/week, 46 weeks/year) Summer Stops 8 stops/year $ /stop $ Summer School & PACE Additional Special Stops As May Be Requested $ / stop 14

15 STOPS MAY BE ADDED OR DELETED AS PER THE NEEDS OF THE DISTRICT FUEL SURCHARGES (if applicable): COMMENTS: COMPANY: ADDRESS: PHONE: FAX: 5 Vendors Response to Request For Proposal 5.1 Response Format Vendors should organize their responses into the sections described below. Each section should be tabbed and clearly marked. Responses that do not substantially follow this format may be rejected. 1. Company Cover letter- Clearly state your Company s qualifications, number of personnel (i.e. management, drivers, and customer service representatives) 2. Proof of required insurance 3. Financial information Include financial information about your company. This information will be used to determine your Company s overall financial strength and will be treated as confidential by RISD. 15

16 4. Provide at least three (3) Texas references, preferably in the K-12 public school district environment for which your company has done similar work for in the past year. 5. Insert a complete copy of this RFP and all addenda if any. Incomplete responses may be grounds to eliminate the Vendor for consideration at the discretion of Richardson Independent School District. 6. Exceptions Exceptions to any requirement or provision of the RFP and a detailed explanation for each must be entered in this Tab. Unless specifically noted in this Exceptions section, it will be assumed that all sections/items are acceptable to the Vendor. This will be true even if the written response on the RFP copy in Tab 5 notes the exception. 5.2 Incurred Costs All costs associated with a Vendor s response to this RFP shall be borne by the Vendor. RISD will not be liable for any costs incurred by the Vendor in responding to this RFP. 5.3 Evaluation This RFP is not meant to favor any vendor. Instead, it is intended solely to meet the needs and requirements of RISD. The District will evaluate each proposal based on the vendor s ability to provide the required services. RISD will also consider the Vendor s ability to provide the required services in the allotted time, any previous work done for RISD, and references of similar projects. In addition, the Vendors clear understanding of the RFP requirements and his willingness to enter into an agreement with RISD to provide a quality service will be weighed. The inability of the Vendor to meet these qualifying factors may be cause for rejection of his proposal. RISD will evaluate all RFP responses using the following criteria to determine which proposal provides the best value to the District. Each line item will be scored with a weight as specified within this document and ranked on a scale from Zero (0) to Five (5) points. As provided in the Texas Education Code (b), proposals shall be evaluated on the basis of the following criteria: The purchase price The reputation of the vendor and of the vendor s goods or services The quality of the vendor s goods or services The extent to which the goods or services meet the district s needs The vendor s past relationship with the district The impact on the ability of the district to comply with laws and rules relating to historically underutilized businesses The total long term cost to the district to acquire the vendor s goods or services 16

17 For a contract for goods and services, other than goods and services related telecommunications and information services, building construction and maintenance, or instructional materials, whether the vendor or the vendor s ultimate parent company or majority owner: o Has its principal place in this state:or o Employs at least 500 persons in this state; and Any other relevant factor specifically in the request for proposal Evaluation Criteria Weights: Size of company 10% Previous experience 20% Cost of service 40% Liability coverage 15% References 10% Quality and completeness of proposal 5% 5.4 Signature The undersigned certifies he/she is authorized to obligate the represented firm and further agrees with all terms, conditions, and requirements of RISD s RFP. Firm Name Address Phone/Fax Numbers Signature Printed Title address Daily Contact Name/Phone Number: 17

18 RISD FINANCIAL INFORMATION: Bank of America 901 Main St., 11 th Floor Dallas, TX

19 RICHARDSON INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT Notice to Vendors: Conflict of Interest Questionnaire Required by Chapter 176 of the Texas Local Government Code Effective January 1, 2006, any person or entity who contracts or seeks to contract with RISD for the sale or purchase of property, goods, or services (as well as agents of such persons) (hereafter referred to as Vendors) are required to file a Conflict of Interest Questionnaire with the District. Each covered person or entity who seeks to or who contracts with RISD is responsible for complying with any applicable disclosure requirements. RISD will post the completed questionnaires on its website. The Conflict of Interest Questionnaire must be filed: No later than the seventh business day after the date that the Vendor begins contract discussions or negotiations with the government entity, or submits to the entity an application, response to a request for proposal or bid, correspondence, or other writing related to a potential agreement with the entity. The Vendor also shall file an updated questionnaire not later than September 1 of each year in which a covered transaction is pending, and the seventh business day after the date of an event that would make a statement in the questionnaire incomplete or inaccurate. Note: A Vendor is not required to file an updated questionnaire if the person had filed an updated statement on or after June 1, but before September 1 of the year. Please sign and return the following Conflict of Interest Questionnaire from the Texas Ethics Commission with your bid/proposal to the following address: Richardson Independent School District Attn: Purchasing Department 970 Security Row Richardson, Texas The Local Government Officers of the Richardson Independent School District are: Board of Trustees: Superintendent: Kim Quirk Luke Davis Karen Ellis Kim Caston Lanet Greenhaw Karen Holburn Kris Oliver Kay Waggoner, Ph.D. 19

20 Superintendent: Kay Waggoner, Ph.D. 20

21 21

22 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS I. DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION (a) In accordance with the provisions of Appendix A to 49 CFR (Code of Federal Regulations), Part 29, the offeror certifies to the best of the offeror s knowledge and belief, that it and its principals: (1) are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal, State or Local Government department or agency; (2) have not within a three (3) year period preceding this offer been convicted of or had a civil judgment rendered against them for the commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes, or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (3) are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local with commission of any of the offenses enumerated in (a)(2) above; and (4) have not within a three (3) year period preceding this offer had one or more public transactions (Federal, State, or local) terminated for cause or default. (b) Where the offeror is unable to certify to any of the statements above, the offeror shall attach a full explanation to this offer. (c) For any subcontract at any tier expected to equal or exceed $25,000: (1) In accordance with the provisions of Appendix B to 49 CFR, Part 29, the prospective lower tier subcontractor certifies, by submission of this offer, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. 22

23 (2) Where the prospective lower tier participant is unable to certify to the statement, above, an explanation shall be attached to the offer. (3) This certification (specified in paragraphs (c)(1) and (c) (2), above, shall be II. included in all applicable subcontracts and a copy kept on file by the prime contractor. The prime contractor shall be required to furnish copies of the certifications to the Authority upon request. FELONY CONVICTION NOTIFICATION AND CRIMINAL BACKGROUND CHECK (a) Offeror must give advance notice to the Owner if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony. The District may terminate any Agreement or if the Owner determines that the person or business entity failed to give notice as required by this paragraph or misrepresented the conduct resulting in the conviction. This paragraph requiring advance notice does not apply to a publicly held corporation. : (b) Offeror will obtain criminal history record information that relates to an employee, applicant for employment, or agent of the Offeror if the employee, applicant, or agent has or will have continuing duties related to the contracted services; and the duties are or will be performed on school property or at another location where students are regularly present. The Offeror certifies to the Owner before beginning work and at no less than an annual basis thereafter that criminal history record information has been obtained. Offeror shall assume all expenses associated with the background checks, and shall immediately remove any employee or agent who was convicted of a felony, or misdemeanor involving moral turpitude, as defined by Texas law, from Owner property or other location where students are regularly present. District shall be the final decider of what constitutes a location where students are regularly present. Offeror s violation of this section shall constitute a substantial failure. (c) If the Offeror is the person or owner or operator of the business entity, that individual may not self-certify regarding the criminal history record information and its review, and must submit original evidence acceptable to the District with this Agreement showing compliance. 23

24 Signature below acknowledges compliance with Section I. DEBARMENT, SUSPENSION, INELIGILITY AND VOLUNTARY EXCLUSION and Section II. FELONY CONVICTION NOTIFICATION AND CRIMINAL BACKGROUND CHECK. SIGNATURE OF OFFEROR: DATE: PRINTED/TYPED NAME OF OFFEROR: COMPANY NAME: TEL#: 24

25 UPDATED DAILY ARMORED CAR SERVICES AUGUST 1, 2012 THROUGH AUGUST 2, 2013 LOCATIONS WEEKLY ON THURSDAYS DAILY WEEKLY WEEKLY POSSIBLE CHANGES JR HIGHS HIGH SECURITY ADMIN, ANNEX, PDC PICK UP THURSDAY GRAND BANK MONTH DAYS ELEM & CMLC SCHOOLS ROW DAYS ELEMENTARIES TOTALS TOTALS TOTALS HOLIDAYS AUG 1-3 (BILLED ON ) AUG AUG 10 JJPHS & TAX OFFICE ONLY AUG 13 JJPHS & TAX OFFICE ONLY AUG AUG 17 JJPHS & TAX OFFICE ONLY AUG AUG SCHOOL BEGINS AUGUST TOTALS SEPT 3 LABOR DAY /3/12 LABOR DAY SEPT SEPT SEPT SEPT SEPTEMBER TOTALS OCT OCT 8 FAIR DAY /8/12 OCT 9 STAFF DEV OCT OCT OCT OCT 29-NOV OCT TOTALS NOV NOV /12/12 VETERAN'S DAY NOV NOV NOV /22/12 NOV NOV TOTALS DEC DEC DEC DEC TAX CLOSED TENTATIVELY DEC /25/12 DEC DEC TOTALS

26 JAN 1 NEW YEAR /1/13 JAN JAN 7 STAFF DEV JAN JAN JAN 21 MARTIN L KING DAY /21/13 JAN JAN 28-Feb JAN TOTALS FEB FEB FEB 18 STAFF DEV /18/13 PRESIDENT'S DAY FEB FEB 25-MAR FEB - MAR 1 TOTALS MAR MAR SPRING BREAK MAR MAR MAR MAR TOTALS APR APR APR APR APR 29-MAY APR TOTALS MAY MAY MAY MAY 27 MEMORIAL DAY /27/13 MAY MAY-JUN 1 TOTALS JUN JUN JUN JUN JUN JUNE TOTAL JUL 1-3 (PACE ON WEDNESDAY) JUL 4 NO RISD PICKUPS /4/13 JUL JUL 8-12 (PACE ON THURSDAY)

27 JUL JUL JUL JUL 29-AUG JUL TOTALS GRAND TOTALS * LOCATION CLOSED SUMMER SCHOOL PICKUPS FOR JR HIGH & HIGH SCHOOL TO BE ANNOUNCED PACE DOUBLE CHECK THE EXECS LAST DAY JUNE 7-14 NO PICKUP FOR THE FOLLOWING SCHOOLS ON JUNE 7: Elementaries: TO BE ANNOUNCED Junior High: TO BE ANNOUNCED

Notice to Bidders. Request for Competitive Sealed Proposal Armored Car and Bank Courier Services # 1397

Notice to Bidders. Request for Competitive Sealed Proposal Armored Car and Bank Courier Services # 1397 RICHARDSON INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 970 Security Row Richardson, TX 75081 Notice to Bidders Request for Competitive Sealed Proposal Armored Car and Bank Courier Services # 1397

More information

Request for Qualifications Number 1470 General Construction Services

Request for Qualifications Number 1470 General Construction Services RICHARDSON INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 970 Security Row Richardson, TX 75081 Request for Qualifications Number 1470 General Construction Services Richardson Independent School District

More information

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081 RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081 REQUEST FOR BID FOR Cosmetology Supplies & Equipment Bid #1046 The Richardson Independent School District (RISD)

More information

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 SOUTH GREENVILLE AVENUE RICHARDSON, TEXAS 75081

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 SOUTH GREENVILLE AVENUE RICHARDSON, TEXAS 75081 RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 SOUTH GREENVILLE AVENUE RICHARDSON, TEXAS 75081 REQUEST FOR BID #1124 MECHANICAL PUMPS EQUIPMENT, PARTS AND SERVICE DISTRICT-WIDE The Richardson Independent School

More information

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081 RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081 REQUEST FOR SEALED BID NUMBER 1271 FLOORING PRODUCTS AND SERVICES The Richardson Independent School District (RISD)

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

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS REQUEST FOR PROPOSAL NO ARBORIST SERVICES DISTRICT-WIDE

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS REQUEST FOR PROPOSAL NO ARBORIST SERVICES DISTRICT-WIDE RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081 REQUEST FOR PROPOSAL NO. 1219 ARBORIST SERVICES DISTRICT-WIDE The Richardson Independent School District (RISD) is

More information

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

Notice to Bidders. No faxed or  ed bids will be accepted. Bids received after the closing time will not be accepted. KEN BASS DIRECTOR OF PURCHASING 214 NORTH 5 TH STREET WACO, TEXAS 76701 (254) 757-5016 FAX (254) 757-5068 Notice to Bidders Sealed bids will be received by the McLennan County Purchasing Department at

More information

REQUEST FOR PROPOSAL FOR Flexible Spending Account (FSA) Administration RFP #1389

REQUEST FOR PROPOSAL FOR Flexible Spending Account (FSA) Administration RFP #1389 RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081 REQUEST FOR PROPOSAL FOR Flexible Spending Account (FSA) Administration RFP #1389 The Richardson Independent School

More information

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081 RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081 REQUEST FOR BID FOR Cheerleading & Drill Team Uniforms & Related Items RFB # 1029 The Richardson Independent School

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

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081 RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081 REQUEST FOR BID FOR UNIFORMS RFB #1051 The Richardson Independent School District (RISD) is soliciting bids for UNIFORMS

More information

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 SOUTH GREENVILLE AVENUE RICHARDSON, TEXAS 75081

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 SOUTH GREENVILLE AVENUE RICHARDSON, TEXAS 75081 RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 SOUTH GREENVILLE AVENUE RICHARDSON, TEXAS 75081 REQUEST FOR BID #1118 AIR FILTERS DISTRICT-WIDE The Richardson Independent School District (RISD) is soliciting

More information

N O T I C E T O B I D D E R S

N O T I C E T O B I D D E R S N O T I C E T O B I D D E R S The Grand Prairie Independent School District will receive bids until: Date of Award until August 31, 2015 FOR: Teaching Aids, Instruction & Curriculum Materials & Supplies

More information

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081 RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081 REQUEST FOR PROPOSAL CHARTER BUS SERVICES RFP #1125 The Richardson Independent School District (RISD) is soliciting

More information

EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES The intent of this Request for Qualifications (RFQ) is to solicit responses from Energy Service

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS Membrane Roof and Skylights Bid Due Date: April 27, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION BID REQUEST

More information

Hallsville Independent School District REQUEST FOR PROPOSALS. RFP# Waste Disposal and Cardboard Recycling Services

Hallsville Independent School District REQUEST FOR PROPOSALS. RFP# Waste Disposal and Cardboard Recycling Services Hallsville Independent School District REQUEST FOR PROPOSALS RFP# 2018-02 Waste Disposal and Cardboard Recycling Services Hallsville Independent School District is soliciting proposals for Waste Disposal

More information

Notice to Bidders. Request for Sealed Proposal Landscaping and Irrigation Installations Westwood Junior High and Berkner High School RFSP-1364

Notice to Bidders. Request for Sealed Proposal Landscaping and Irrigation Installations Westwood Junior High and Berkner High School RFSP-1364 RICHARDSON INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 970 Security Row Richardson, TX 75081 Notice to Bidders Request for Sealed Proposal Landscaping and Irrigation Installations Westwood Junior

More information

N O T I C E T O B I D D E R S

N O T I C E T O B I D D E R S N O T I C E T O B I D D E R S The Grand Prairie Independent School District will receive bids on a continual basis: Until 4:30 p.m. (CST) Tuesday, May 31, 2016 FOR: Fundraiser Services BID #15-01 Prospective

More information

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081 RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081 REQUEST FOR BID FOR PRODUCE RFB #1048 The Richardson Independent School District (RISD) is soliciting bids for Delivery

More information

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081 RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081 REQUEST FOR BID FOR Cheerleading, Dance & Drill Team Related Items RFB# 1200 The Richardson Independent School District

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

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS FLOORING PROJECT JAY FOOD DISTRIBUTION STORE AND WAREHOUSE JAY, OK Bid Due Date: August 31, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918)

More information

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

Housing Authority of the Cherokee Nation   REQUEST FOR BIDS Housing Authority of the Cherokee Nation www.cherokee.org REQUEST FOR BIDS Solicitation #2015-001-060 Auction Services Bid Due Date: Thursday May 7th, 2015 at 10:00 A.M. Housing Authority of the Cherokee

More information

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081 RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081 REQUEST FOR BID FOR FUNDRAISER ITEMS Bid# 1147 The Richardson Independent School District (RISD) is soliciting bids

More information

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM Invitation to Bid 20150224 RFP-VISITOR MANAGEMENT SYSTEM Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin,

More information

GENERAL PROVISIONS FOR STAND-ALONE PURCHASE ORDERS ALL PRODUCTS & SERVICES ~ Not for Use for Services of $2,500 or More ~ (January 2017)

GENERAL PROVISIONS FOR STAND-ALONE PURCHASE ORDERS ALL PRODUCTS & SERVICES ~ Not for Use for Services of $2,500 or More ~ (January 2017) APPLIES TO : 1. Legal Status (OCT 12) 2. Disputes (APR 12) 3. Representations (JAN 17) 4. Advertisements (OCT 12) 5. Audit (FEB 15) 6. Indemnify and Hold Harmless (MAY 15) 7. Authority to Bind (AUG 08)

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

Beaumont Independent School District

Beaumont Independent School District Vendor Application Form Instructions: 1. The application form should be completed and signed by an authorized representative of the vendor. 2. The application should be submitted (as noted below) with

More information

CAMERON INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS ENERGY SAVING PERFORMANCE CONTRACT TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

CAMERON INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS ENERGY SAVING PERFORMANCE CONTRACT TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES CAMERON INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS ENERGY SAVING PERFORMANCE CONTRACT TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES The intent of this Request for Qualifications (RFQ) is to solicit

More information

N O T I C E T O B I D D E R S

N O T I C E T O B I D D E R S N O T I C E T O B I D D E R S The Grand Prairie Independent School District will receive bids until: Tuesday, June 23, 2015 at 10:00 AM CST FOR: Fresh Apple Slices for Food Service RFP #15-02 Prospective

More information

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee PROPOSAL REQUEST Type I and Type II Ambulances For the Sumner County Emergency Medical Services Gallatin, Tennessee SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Bid # 34-130717 July, 2013 Introduction

More information

Housing Authority of the Cherokee Nation REQUEST FOR BIDS HANDICAP RENOVATION

Housing Authority of the Cherokee Nation  REQUEST FOR BIDS HANDICAP RENOVATION Housing Authority of the Cherokee Nation www.cherokee.org REQUEST FOR BIDS HANDICAP RENOVATION Kenneth Henson / Cherokee County Solicitation # 2015-001- 051 Bid Due Date: April 16th, 2015 at 10:00 A.M.

More information

Notice to Proposers. Request for Proposal Number 1360 Contractors Small Construction Projects

Notice to Proposers. Request for Proposal Number 1360 Contractors Small Construction Projects RICHARDSON INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 970 Security Row Richardson, TX 75081 Notice to Proposers Request for Proposal Number 1360 Contractors Small Construction Projects Richardson

More information

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS Acquisition Management On behalf of Health Services CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 REQUEST FOR PROPOSAL

More information

GENERAL SPECIFICIATIONS TABLE OF CONTENTS

GENERAL SPECIFICIATIONS TABLE OF CONTENTS GENERAL SPECIFICIATIONS TABLE OF CONTENTS GS.1 CONTROL OF WORK 2 GS.2 CONTRACT DRAWINGS AND SPECIFICATIONS 2 GS.3 BID SCHEDULE FORM 2 GS.4 AWARD OF CONTRACT 2 GS.5 PERMITS AND RIGHTS-OF-WAY 3 GS.6 PROSECUTION

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

[ ] an individual, [ ] a corporation (please mark appropriate box), duly organized under the

[ ] an individual, [ ] a corporation (please mark appropriate box), duly organized under the 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

REQUEST FOR BIDS MINOR REPAIRS

REQUEST FOR BIDS MINOR REPAIRS REQUEST FOR BIDS MINOR REPAIRS SOLICITATION #A10-01-17-3415 SEQUOYAH COUNTY Bids Due: February 16, 2017 @ 5:00 P.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 (918) 456-5482

More information

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# 2018-19 Issued By: Baker County Board of County Commissioners 55 North 3 rd Street

More information

PROPOSAL REQUEST. Sumner County Sheriff s Office

PROPOSAL REQUEST. Sumner County Sheriff s Office PROPOSAL REQUEST Mobile In-Car Camera Systems for use in Patrol Vehicles For the Sumner County Sheriff s Office Sumner County Government Gallatin, Tennessee SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE

More information

North Carolina Department of Health and Human Services Women's and Children's Health Nutrition Services Branch Special Nutrition Programs

North Carolina Department of Health and Human Services Women's and Children's Health Nutrition Services Branch Special Nutrition Programs North Carolina Department of Health and Human Services Women's and Children's Health Branch Special Nutrition Programs AGREEMENT BETWEEN SPONSORING ORGANIZATION AND DAY CARE HOME (DCH) PROVIDER Instructions:

More information

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES PROPOSALS MUST BE SUBMITTED BY 4:00 PM DECEMBER 29, 2016 TO: MR. TONY LENTYCH EXECUTIVE DIRECTOR TRAVERSE CITY

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

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

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS REQUEST FOR BID Electrical Supplies BID #

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS REQUEST FOR BID Electrical Supplies BID # RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081 REQUEST FOR BID Electrical Supplies BID #07050805 The Richardson Independent School District (RISD) is currently

More information

TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT

TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT This CONSULTING SERVICES AGREEMENT (this Agreement ) is entered into effective as of, by and between Trinity University, an agency and institution of higher

More information

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County REQUEST FOR BIDS RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County Bid Solicitation: #2018-001-063 Bids Due: July 2, 2018 at 5:00 P.M. Housing

More information

PROPOSAL REQUEST. Sumner County Emergency Medical Service

PROPOSAL REQUEST. Sumner County Emergency Medical Service PROPOSAL REQUEST Mechanical CPR Device For the Sumner County Emergency Medical Service SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Bid # 20180801-CO July 2018-June 2019 Introduction Sumner County

More information

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed

More information

REQUEST FOR BIDS RENOVATION

REQUEST FOR BIDS RENOVATION REQUEST FOR BIDS RENOVATION NATASHA KIRK UNIT ADAIR COUNTY Bids Due: November 7th, 2017 @ 10:00 a.m. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 1 (918) 456-5482 Housing

More information

N O T I C E T O B I D D E R S

N O T I C E T O B I D D E R S N O T I C E T O B I D D E R S The Grand Prairie Independent School District will receive bids on a continual basis: Until 4:30 p.m. (CST) Wednesday, May 31, 2017 FOR: Fundraiser Services RFP #16-01 Prospective

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

REQUEST FOR BIDS MINOR REPAIRS

REQUEST FOR BIDS MINOR REPAIRS REQUEST FOR BIDS MINOR REPAIRS SOLICITATION #A10-10-17-3755 ROGERS COUNTY Bids Due: November 7, 2017 @ 5:00 P.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 (918) 456-5482

More information

REQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039

REQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039 REQUEST FOR PROPOSAL FOR American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039 BY SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100

More information

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3. REQUEST FOR PROPOSALS To Provide Armored Car Services Notice is hereby given that sealed proposals will be received at the Finance Department, until May 9, 2013 at 2:00 p.m., local time to provide Armored

More information

REQUEST FOR PROPOSAL #18-27 RETIREMENT 457 PLAN PROVIDER

REQUEST FOR PROPOSAL #18-27 RETIREMENT 457 PLAN PROVIDER Fiscal Services Department Purchasing Phone 616-738-4855 12220 Fillmore Street - Room 331 - West Olive, Michigan 49460 Fax 616-738-48?? E-mail: purchasing.rfp@miottawa.org REQUEST FOR PROPOSAL #18-27 RETIREMENT

More information

LOCKHEED MARTIN CORPORATION CORPDOC 2B

LOCKHEED MARTIN CORPORATION CORPDOC 2B LOCKHEED MARTIN CORPORATION CORPDOC 2B FEDERAL ACQUISITION REGULATION (FAR) AND NATIONAL AERONAUTICS AND SPACE ADMINISTRATION FAR SUPPLEMENT (NASA FARS) FLOWDOWN PROVISIONS FOR SUBCONTRACTS/PURCHASE ORDERS

More information

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above.

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above. AGREEMENT BETWEEN DEPARTMENT AND CONTRACTOR STATE PROJECT NO.: STATE MINORITY VENDOR DESIGNATION DRAWINGS: FDACS PROJECT NAME AND LOCATION: SPECIFICATIONS: THIS AGREEMENT made this day of in the year.

More information

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES The following are MANDATORY TERMS to which the Contractor MUST agree without word modification.

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS Kitchen Remodel Tahlequah, Ok Bid Due Date: June 25, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION BID REQUEST

More information

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services City of Jeffersontown Request for Qualifications ON-CALL Electrical Services Table of Contents Request of Qualifications I. Invitation and Instructions to Interested Firms II. III. IV. General Provisions

More information

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1 CAO Contract Log # COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2015 - Edition 1 THIS CONTRACT is made and entered into this day of, 20, by and between the COUNTY OF MARIN, hereinafter referred to as

More information

Request for Quotation For Lawn Care Treatment

Request for Quotation For Lawn Care Treatment PAGE 1 OF 11 Request for Quotation For Lawn Care Treatment Head Start of Greater Dallas, Inc. is requesting quotes on Lawn Care Treatment which is designed to deliver positive results for weed control

More information

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

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

More information

SPECIFICATIONS, INVITATION TO BID ONE OR MORE NEW AND UNUSED 4 DOOR SEDAN(S) PARKER COUNTY COMMUNITY SUPERVISION AND CORRECTIONS DEPARTMENT

SPECIFICATIONS, INVITATION TO BID ONE OR MORE NEW AND UNUSED 4 DOOR SEDAN(S) PARKER COUNTY COMMUNITY SUPERVISION AND CORRECTIONS DEPARTMENT SPECIFICATIONS, INVITATION TO BID ONE OR MORE NEW AND UNUSED 4 DOOR SEDAN(S) PARKER COUNTY COMMUNITY SUPERVISION AND CORRECTIONS DEPARTMENT FORMAL BID # 1. SCOPE/ SPECIAL TERMS, CONDITIONS: No public official

More information

Invitation to Bid IN-CAR CAMERA S

Invitation to Bid IN-CAR CAMERA S Invitation to Bid 121515 IN-CAR CAMERA S Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066 for 121515

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

REPRESENTATIONS AND CERTIFICATIONS

REPRESENTATIONS AND CERTIFICATIONS REPRESENTATIONS AND CERTIFICATIONS The Offeror identified below certifies to the following facts. The full text of the representations and certifications made below (and referenced to the right of each

More information

CONSTRUCTION AGREEMENT

CONSTRUCTION AGREEMENT CONSTRUCTION AGREEMENT THIS AGREEMENT, made and entered into this First (1 st ) day of January, 2017 until December 31, 2017 by and between HABITAT FOR HUMANITY OF PINELLAS COUNTY, INC., hereinafter called

More information

PROPOSAL REQUEST For Scanners and Printers. For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE

PROPOSAL REQUEST For Scanners and Printers. For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE PROPOSAL REQUEST For Scanners and Printers For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Gallatin, Tennessee Bid# 16-150223 February, 2015 Introduction Sumner

More information

PROPOSAL REQUEST NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office

PROPOSAL REQUEST NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office PROPOSAL REQUEST 20160621-01 NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office SUMNER COUNTY BOARD OF EDUCATION SUMNER COUNTY, TENNESSEE Purchasing Staff Contact:

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

Notice to Bidders. Request for Competitive Sealed Proposal Language Lab Solution #1433

Notice to Bidders. Request for Competitive Sealed Proposal Language Lab Solution #1433 RICHARDSON INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 970 Security Row Richardson, TX 75081 Notice to Bidders Request for Competitive Sealed Proposal Language Lab Solution #1433 Richardson Independent

More information

REQUEST FOR PROPOSAL. No. FY Facilitation Consulting Services. October American Association of Motor Vehicle Administrators

REQUEST FOR PROPOSAL. No. FY Facilitation Consulting Services. October American Association of Motor Vehicle Administrators REQUEST FOR PROPOSAL No. FY19-17075 Facilitation Consulting Services October 2018 American Association of Motor Vehicle Administrators Table of Contents 1. INTRODUCTION...1 1.1. PURPOSE AND BACKGROUND...1

More information

REQUEST FOR BIDS MODERNIZATION

REQUEST FOR BIDS MODERNIZATION REQUEST FOR BIDS MODERNIZATION 3 MODERNIZATION UNITS LOCATED IN SEQUOYAH COUNTY Bids Due: January 15th, 2019 @ 10:00 a.m. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 1 (918)

More information

BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID # Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803

BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID # Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803 BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID #16-3702 Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803 The undersigned hereby agrees to all terms and conditions set forth in the Invitation

More information

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS CLOSING TIME: RFP S ARE DUE NOT LATER THAN 10:00 A.M. ON January 30, 2017 200 N. 12 th STREET CORSICANA,

More information

SECTION IV CONTRACT BID NUMBER

SECTION IV CONTRACT BID NUMBER SECTION IV CONTRACT BID NUMBER 171006 THIS AGREEMENT made and entered into this day of, 2017, between PUBLIC UTILITY DISTRICT NO. 1 OF CLALLAM COUNTY (hereinafter called the "District") and, located at

More information

REQUEST FOR BIDS. Installation of 6 Chain Link Fence & Gates. Bids Due: December 12th, 2016 at 10:00 A.M.

REQUEST FOR BIDS. Installation of 6 Chain Link Fence & Gates. Bids Due: December 12th, 2016 at 10:00 A.M. REQUEST FOR BIDS Installation of 6 Chain Link Fence & Gates Bids Due: December 12th, 2016 at 10:00 A.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 (918) 456-5482 Housing

More information

Notice to Bidders. Request for Competitive Sealed Proposal Special Education/504/RTI Management System #1398

Notice to Bidders. Request for Competitive Sealed Proposal Special Education/504/RTI Management System #1398 RICHARDSON INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 970 Security Row Richardson, TX 75081 Notice to Bidders Request for Competitive Sealed Proposal Special Education/504/RTI Management System

More information

SUU Contract for Workshops and Entertainment

SUU Contract for Workshops and Entertainment SUU Contract for Workshops and Entertainment 1. PARTIES: This contract is between Southern Utah University, an institution of higher education of the State of Utah located at 351 West University Boulevard,

More information

Invitation to Bid ROBOTIC CAMERA SYSTEM

Invitation to Bid ROBOTIC CAMERA SYSTEM Invitation to Bid 012716 ROBOTIC CAMERA SYSTEM Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066 for

More information

Notice to Bidders. Request for Proposal Depository Services Proposal # 1355

Notice to Bidders. Request for Proposal Depository Services Proposal # 1355 RICHARDSON INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 970 Security Row Richardson, TX 75081 Notice to Bidders Request for Proposal Depository Services Proposal # 1355 Richardson Independent School

More information

THE SUMNER COUNTY REGISTER OF DEEDS

THE SUMNER COUNTY REGISTER OF DEEDS PROPOSAL REQUEST Maintenance for Server Hardware & Software FOR THE SUMNER COUNTY REGISTER OF DEEDS SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Gallatin, Tennessee Bid # 26-140519 May, 2014 Introduction

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

Cooper Heat Treating LLC Terms and Conditions of Order Effective April 2, 2013

Cooper Heat Treating LLC Terms and Conditions of Order Effective April 2, 2013 1. DEFINITIONS - The terms defined in this paragraph shall have the meanings set forth below: 1.1. Customer means Cooper Heat Treating LLC. 1.2. Order means this written Purchase Order between Customer

More information

SERVICE CONTRACT BETWEEN KIPP, Inc. AND <<Service Provider s Legal Name>>

SERVICE CONTRACT BETWEEN KIPP, Inc. AND <<Service Provider s Legal Name>> SERVICE CONTRACT BETWEEN KIPP, Inc. AND This Services Contract ( Contract ) is made and entered into by and between the KIPP, Inc. ( KIPP ), 10711 KIPP Way, Houston, Texas

More information

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC SRR-PPS-2009-00012, Rev 2 SECTION A, APPLICABLE TO ALL OFFERS... 2 1. Certification and Agreement... 2 2. Authorized Negotiators... 2 3.

More information

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent 6550 Walden Rd., Beaumont, Texas 77707 Phone: 409-842-1818 Fax: 409-842-2729 Legal Notice Advertisement

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

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081 RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081 REQUEST FOR BID FOR ICE CREAM NOVELTIES W/FREEZERS RFB # 1263 The Richardson Independent School District (RISD) is

More information

Notice to Bidders. Request for Competitive Sealed Proposal Professional Development Integrated Software Solution #1414

Notice to Bidders. Request for Competitive Sealed Proposal Professional Development Integrated Software Solution #1414 RICHARDSON INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 970 Security Row Richardson, TX 75081 Notice to Bidders Request for Competitive Sealed Proposal Professional Development Integrated Software

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID The City of Fernandina Beach, Florida is accepting competitive sealed bids for 2500 PSI & 3000 PSI CONCRETE The City will receive sealed bids at the

More information

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS 1. Notice to Bidders 2. Bid Form 3. Instructions, Project Scope and Specifications 4. Patriot Park Concession Operation Agreement between Park Board and

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San

More information

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR]

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR] APSU Contract Number C-18-0000 AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR] This Agreement is made this [date] day of [month], 20, by and between Austin Peay State University, hereinafter

More information

CHEROKEE NATION REQUEST FOR SEALED PROPOSAL DATA BASE SOFTWARE, TRAINING & CONSULTATION

CHEROKEE NATION REQUEST FOR SEALED PROPOSAL DATA BASE SOFTWARE, TRAINING & CONSULTATION CHEROKEE NATION REQUEST FOR SEALED PROPOSAL DATA BASE SOFTWARE, TRAINING & CONSULTATION Acquisition Management On behalf of Career Services CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000

More information

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS The offeror represents and certifies as part of the offer that: (Check or complete all applicable boxes or blocks.) 1. TYPE

More information