INVITATION TO BID AND CONTRACT DOCUMENTS MADISON COUNTY DEPARTMENT OF JOB & FAMILY SERVICES (MCDJFS) MADISON COUNTY CHILDREN SERVICES (MCCS)

Size: px
Start display at page:

Download "INVITATION TO BID AND CONTRACT DOCUMENTS MADISON COUNTY DEPARTMENT OF JOB & FAMILY SERVICES (MCDJFS) MADISON COUNTY CHILDREN SERVICES (MCCS)"

Transcription

1 INVITATION TO BID AND CONTRACT DOCUMENTS MADISON COUNTY DEPARTMENT OF JOB & FAMILY SERVICES (MCDJFS) MADISON COUNTY CHILDREN SERVICES (MCCS) INVITATION TO BID NUMBER: DATE AND TIME OF BID OPENING: July 5, :00 P.M. LOCAL TIME PROJECT NAME: AUDIO INPUT SECURED TRANSCRIPTION SERVICES This Invitation to Bid (ITB) is issued under the provisions of the Ohio Revised Code (ORC) Sections to All bids submitted in response to this ITB shall comply with Ohio law. The laws of the State of Ohio will govern any disputes rising under this ITB and subsequent contract. SUMMARY OF PROJECT/BID Madison County Department of Job & Family Services (MCDJFS) / Madison County Children Services (MCCS) is seeking bids for the Provision of Audio Input Secured Transcribing (via land line and cellular phone, tape, MP3) including legal, general and multi person transcription. Transcription dictated and transcribed into Madison County Children Services forms as well as free form transcription (such as meeting notes). High security (facility, hardware, software, processes and procedures) dictation service administered via phones, and Internet required. Transcription completion in one (1) to three (3) hours preferred. The term of this contract is for a 23 month period with the option to extend for two additional 1 year periods. NAME OF COMPANY NAME OF AUTHORIZED SIGNATORY OFFICIAL SIGNATURE ADDRESS CITY, STATE, & ZIP TELEPHONE NUMBER FAX NUMBER ADDRESS All contract terms, conditions, and specifications set forth in this bid document shall become part of the contract documents. Bidders are to return the entire Invitation to Bid with their submission to Madison County Commissioners, P. O. Box 618, 1 N. Main St., Courthouse, London, Ohio Page 1 of 38

2 TABLE OF CONTENTS 1. INVITATION TO BID # LETTER OF INTENT TO SUBMIT BID CALENDAR OF EVENTS GENERAL INSTRUCTIONS BID INSTRUCTIONS ENTIRE AGREEMENT; PARTIES TO THE CONTRACT EXCLUSIONS FROM BIDDING CONTRACT AGREEMENT CONTRACT COMPONENTS SPECIFICATIONS INQUIRY PROCESS/ADDITIONAL INFORMATION ORAL EXPLANATIONS COMPLIANCE WITH SPECIFICATIONS AND TERMS AND CONDITIONS CONFLICT OF INTEREST REPRESENTATIONS BID REQUIREMENTS BID OPENING BID BOND REQUIREMENT SAMPLES BID PREPARATION COSTS BID SUBMISSIONS WHEN BIDS MAY BE DELIVERED WHERE BIDS MUST BE DELIVERED CLARIFICATIONS, AMENDMENTS, AND ADDENDUMS CORRECTIONS BEFORE BID OPENING CORRECTIONS AFTER BID OPENING BIDS ARE FIRM FOR 120 DAYS BID REJECTIONS PUBLIC RECORD AND TREATMENT OF CONFIDENTIAL AND PROPRIETARY INFORMATION EVALUATION PROCESS INITIAL REVIEW OF BIDS FOR TECHNICAL COMPLIANCE EVALUATION STANDARD: LOWEST AND BEST EVALUATION OF BID DOCUMENTS Communication during Evaluation References Pricing Contract Award CONTRACT TERMS AND CONDITIONS STANDARD OF CARE TIME OF PERFORMANCE ETHICS COMPLIANCE WITH EXECUTIVE ORDER CONFIDENTIALITY ACCESS TO AND RELEASE OF DEPOSITS (TRANSCRIBED MATERIALS) LEGAL PROCESS NO GUARANTEE INDEMNIFICATION BIDDER S WARRANTY AGAINST AN UNRESOLVED FINDING FOR RECOVERY Page 2 of 38

3 7.11 RECORD KEEPING RECORD RETENTION AND REVIEW: INVOICING, PAYMENT, AND TAXES Invoicing Payment Taxes SUBCONTRACTING CONSENT TO ASSIGN INDEPENDENT CONTRACTOR INSURANCE Comprehensive General Liability Automobile Liability Insurance Excess Annual Aggregate Limit CONTRACT EXTENSION PRICE CHANGES CONTRACT EXTENSION AT THE END OF ANY CONTRACT PERIOD MINIMUM ORDERS ESTIMATED USAGE CONTRACT ADMINISTRATION AND REPORTS Contract Administration Usage Reports Quality Assurance CONTRACT CANCELLATION Day Notice Termination Non Appropriation of Funds Cancellation for Failure to Retain Certification Cancellation for Financial Instability Termination for Default Actual Liabilities SUSPENSION AND DEBARMENTS LEGAL COMPLIANCE WORKERS COMPENSATION PROVISION NON COLLUSION CERTIFICATION NON DISCRIMINATION / EQUAL OPPORTUNITY PROVISIONS DELINQUENT PERSONAL PROPERTY TAXES DECLARATION REGARDING MATERIAL ASSISTANCE/NON ASSISTANCE TO A TERRORIST ORGANIZATION CONFLICT OF INTEREST PUBLICATIONS, COPYRIGHTS, RIGHTS IN DATA AND PATENTS Publications Patents Trade Secrets AMENDMENTS NON WAIVER OF RIGHTS REMEDIES: SEVERABILITY INTEGRATION INTERPRETATION APPLICABLE LAW NOTICE CERTIFICATIONS AND AFFIDAVITS Additional Contractor Assurances: Exhibit 1 Non Collusion Affidavit Exhibit 2 Non Discrimination / Equal Opportunity Provisions Exhibit 3 Delinquent Personal Property Tax Exhibit 4 Declaration Regarding Material Assistance/Non assistance to a Terrorist Organization Exhibit 5 Declaration Compliance with Code of Conduct Exhibit 6 Declaration Compliance with of ORC Page 3 of 38

4 8. APPENDIX A AFFIDAVITS AND DECLARATIONS APPENDIX A EXHIBIT 1 NON COLLUSION AFFIDAVIT APPENDIX A EXHIBIT 2 NON DISCRIMINATION AND EQUAL EMPLOYMENT OPPORTUNITY AFFIDAVIT APPENDIX A EXHIBIT 3 DELINQUENT PERSONAL PROPERTY TAX AFFIDAVIT APPENDIX A EXHIBIT 4 TERRORIST AFFIDAVIT/ HOMELAND SECURITY LETTER APPENDIX A EXHIBIT 5 CODE OF CONDUCT AFFIDAVIT APPENDIX A EXHIBIT 6 SECTION OF THE ORC 34 APPENDIX B REFERENCES ITB # APPENDIX C PRICING RESPONSE ITB # APPENDIX D SPECIFICATIONS AND SCOPE OF SERVICE CONTRACT TERM APPENDIX E BIDDER QUALIFICATIONS INVITATION TO BID # All Articles and Appendices listed below are hereby incorporated into and made a part of this Contract. Sealed Bids (original and three copies) will be accepted at the Madison County Commissioners, P. O. Box 618, 1 N. Main St., Courthouse, London, Ohio 43140, until 2:00 p.m. local time on Tuesday July 5, 2011, at which time they will be opened, notated, and reviewed thereafter at MCDJFS / MCCS, for the provision of audio input secured transcribing (via land line and cellular phone, tape, MP3) including legal, general and multi person transcription. Transcription dictated and transcribed into Madison County Children Services forms as well as free form transcription (such as meeting notes). High security (facility, hardware, software, processes and procedures) dictation service administered via phones, and Internet required. Transcription completion in one (1) to three (3) hours is preferred. The terms of the contract shall be 23 months, effective August 1, 2011 through June 30, 2013, with options to renew for two (2) additional 1 year periods. Madison County Commissioners promote open and free competition, reserve the right to accept or reject any and all bids, and to waive any informalities or irregularities in the best interest of the County. Interested parties may review or obtain copies of bid documents at the Madison County, Ohio website main page: under Bid Openings, Legal, and Public Notices / Commissioners or in person at MCDJFS, 200 Midway St., London, Ohio weekdays, except holidays and closed agency days due to furloughs, between the hours of 9:00 a.m. and 3:30 p.m. Page 4 of 38

5 Date: 2. LETTER OF INTENT TO SUBMIT BID Madison County Department of Job & Family Services / Madison County Children Services Finance Department 200 Midway St. London, OH Telephone (740) Fax (740) RE: ITB # Please confirm your intent to respond to this invitation to bid by sending this letter via e mail or fax to the following: Finance Director FAX: E Mail: kaifas@odjfs.state.oh.us Organization Name Note: All communications regarding this ITB will be done via e mail. To insure that no important communications are missed, we suggest that you provide the names and e mail addresses of at least two persons in your organization to receive communications regarding this ITB. Children Services is not responsible for missed communications due to incorrect e mail addresses, mailboxes that have exceeded their limit, or other e mail or Internet service provider problems. CONTACT PERSON and TITLE E MAIL ADDRESS FAX # The Letter of Intent Does not commit the bidder to submit a bid. By submitting a Letter of Intent, you are assured of receiving all correspondence relating to the Bid including the publication of all Bid related questions and answers. Page 5 of 38

6 3. CALENDAR OF EVENTS The calendar of events is detailed below. MCDJFS / MCCS reserve the right to modify or revise this schedule. Any amendments and/or clarifications to this bid will be distributed via e mail to those submitting a letter of intent to respond to the bid. Amendments/Clarifications become a part of the bid and any subsequent awarded contract. Date June 10, 2011 June 17, 2011 Event Invitation to Bid (ITB) first public notice and release to bid list; inquiry period begins Second public notice June 21, 2011 Interested bidders are asked to submit a Letter of Intent to Bid. The Letter of Intent may be E Mailed to kaifas@odjfs.state.oh.us. Although E Mail is preferred, forms may also be faxed to the Finance Director at June 24, :00 p.m. The deadline to submit questions or requests for clarifications. Questions must be submitted via E Mail to kaifas@odjfs.state.oh.us no later than 4:00 p.m. local time. Also see Section 5.9 Clarifications, Amendments, and Addendums June 29, 2011 Written responses to ITB Questions Issued (estimate) July 5, :00 p.m. Sealed bids are due in the Madison County Commissioners, 1 N. Main St., Courthouse, London, Ohio no later than 2:00 p.m. local time at which time they will be opened, notated, and reviewed thereafter at MCDJFS. Any bid received after this date/time will be rejected as non compliant. July 21, 2011 Evaluation of bids is complete (estimated) July 25, 2011 August 1, 2011 Notification to Bidders (estimated) Effective Date of Contract (estimated) Page 6 of 38

7 4. GENERAL INSTRUCTIONS 4.1 Bid Instructions Bidders should respond concisely and clearly to all of the inquiries contained in the bid. All pricing shall be provided on the cost proposal form included in the ITB. Bidder must clearly explain any additional costs. Each bid must respond to every question or request for information, whether the request requires a simple yes or no or requires the submission of product data sheets or other information. 4.2 Entire Agreement; Parties to the Contract This Contract is the entire agreement between the ( Bidder ) and Madison County Department of Job & Family Services ( MCDJFS ) / Madison County Children Services ( MCCS ). 4.3 Exclusions From Bidding Consultants who are under a current contract with MCDJFS / MCCS or individuals or organizations that have a relationship or affiliation with MCDJFS / MCCS or could potentially pose a conflict of interest, shall be excluded from the bid process. Any outside party or entity, who has participated with MCDJFS / MCCS in the development of the bid, shall be excluded from the bid process. 4.4 Contract Agreement The final contract shall be a firm fixed price agreement between MCDJFS / MCCS and the Contractor. 4.5 Contract Components The Contract consists of the signed contract, the original Invitation to Bid including the Contract Terms and Conditions, the Bid Specifications, the Pricing Form, all documents requiring Bidder s signatures, any written amendments/addendums to the original Invitation to Bid, and the Bidder s complete competitive sealed Bid, including proper modifications, clarifications, and samples. Any inconsistency in this solicitation or contract shall be resolved by giving precedence in the following order: a) The signed contract document and all attached documents. b) MCDJFS / MCCS original Invitation to Bid. c) The contractor s original submitted Bid document 4.6 Specifications MCDJFS / MCCS may use any form of specification it determines to be in the best interest of MCDJFS / MCCS and that best describes the goods or services to be purchased. Specification may be in the form of a design specification, a performance specification, or a combination thereof. If MCDJFS / MCCS determine that a design, performance, or combination specification is not in the best interest of MCDJFS / MCCS, it may use brand name or equal specification. Unless otherwise stated, where a brand name or equal specification is used, use of the brand name is for the purpose of describing the base standard of quality, performance, and characteristics, and is not intended to limit or restrict competition. Equivalent goods or services to those designated will be considered for award. 4.7 Inquiry Process/Additional Information The deadline to submit questions regarding the content of this ITB is shown in the Calendar of Events. Questions or requests for clarification received after the deadline will not receive a response unless MCDJFS / MCCS determines that the answer to the question or clarification could result in a material change to the specifications that could affect all bids. Page 7 of 38

8 Questions are to be submitted via e mail to kaifas@odjfs.state.oh.us. Contact with any MCDJFS / MCCS employees concerning this ITB, except through the inquiry method with questions specific to the contents of this ITB, is prohibited. This does not apply to communication during the evaluation process if MCDJFS / MCCS initiate the communication. See also Section , "Communication During Evaluation. 4.8 Oral Explanations MCDJFS / MCCS will not be bound by oral explanations or instructions given at any time during the competitive process or after the selection of the successful bid. 4.9 Compliance with Specifications and Terms and Conditions MCDJFS / MCCS cannot accept any changes to the ITB terms and conditions nor is MCDJFS / MCCS allowed to accept any additional agreements that were not part of the final ITB documents. MCDJFS / MCCS will make any changes to the ITB terms and conditions or specification through the issuance of amendments or clarifications. If a bid is submitted with changes or mark ups, that bid will be determined to be non responsive and will not receive further consideration or evaluation Conflict of Interest Each Bidder must answer the question in Appendix E, Bidder Qualifications Item A, indicating whether the Bidder or any employees or agents that may work through the Bidder have a possible conflict of interest (e.g., current contract with MCDJFS / MCCS, participated in the development of the bid, employed by MCDJFS / MCCS, and, if so, the nature of the conflict. MCDJFS / MCCS has the right to reject a bid in which a conflict is disclosed or to reject the bid or cancel the Contract if any interest is later discovered that could give the appearance of a conflict Representations The Bidder warrants the accuracy of information submitted and acknowledges that MCDJFS / MCCS will rely on the Bidder s information in making its selection and contracting with the successful organization. 5.1 Bid Opening 5. BID REQUIREMENTS Refer to Section 3; Calendar of Events for the date and time that sealed bids are due. The clock in the County Commissioners office will serve as the official record of the date and time that sealed bids are received and will be the sole factor in determining if bids are received in time to be considered. All sealed bids received after the stated time and date, for any reason, will be rejected. The opening of the sealed bids will take place at the Madison County Commissioner s Office, 1 N. Main St., Courthouse, London, Ohio The Bid opening will be public; however it is not necessary for a bidder to be present. Page 8 of 38

9 5.2 Bid Bond Requirement An original bid bond in the amount of $500.00, made payable to Madison County Department of Job and Family Services or identifying Madison County Department of Job and Family Services as the payee or obligee, must be included with each bid. The bond is to be in the form of: A Surety Bond A Certified Check, Official Check or Cashier's Check from a solvent bank or savings and loan association A Money Order from a solvent bank, savings and loan or the United States Post Office. Money Orders from other sources are not acceptable. Any other form of bond, including Company or Personal checks shall be rejected and the bid will not receive further consideration. Failure to provide the bond in the proper form, in the correct amount, and identifying the proper obligee will automatically result in your bid being classified as non responsive and your bid will not receive further consideration. Bid Bonds will be returned to all successful and unsuccessful Bidders by U.S. Postal Service, certified mail, return receipt requested, within 30 days of contract award. 5.3 Samples If a bidder offers an alternate solution or product, then a sample must be provided at the time the bid is submitted. Bidder is solely responsible for any cost incurred in submitting alternate solutions or products. Failure to provide the required sample will result in the bid being found non responsive and the bid will not receive further consideration. The only exception is when a vendor offers the stipulated product and an alternate product but does not provide a sample of the alternate product, then MCDJFS / MCCS will not consider the alternate product and only evaluate the bid based on the stipulated product. 5.4 Bid Preparation Costs Costs incurred in the preparation of a bid response are the responsibility of the Bidder. MCDJFS / MCCS will not contribute in any way to the costs associated with responding to an Invitation to Bid or entering into contract negotiations; additionally, any costs associated with interviews and/or negotiations related to the bid response are the responsibility of the Bidder. The total liability of MCDJFS / MCCS is limited to the terms and conditions of a resulting contract. 5.5 Bid Submissions All bid submissions require that the Bidders name and the Bid Number be clearly marked on the exterior envelope/package. Bidders are not to staple, bind or place document hardcopies in 3 ring binders or GBC type binders. Documents, including any amendments/clarifications applicable to the bid, may be secured by using paper clips, binder clips or rubber bands to keep them orderly. All hardcopy documents must be on 8.5 inch x 11 inch paper, brochures should be copied to the same format. Bidders are to submit the original bid packet, and a copy of the entire bid. Bidders are to submit (3) paper copies of Appendixes B, C, D, and E. If a bidder uses an express mail or courier service, the bid number must be clearly marked on the express mail or courier envelope or must be enclosed in a sealed envelope inside the express mail or courier service envelope. A Page 9 of 38

10 bid that is not properly and clearly marked and is inadvertently opened before the scheduled bid opening time may be disqualified without additional consideration. Faxed or ed bid submissions are not acceptable. By submitting a bid, the bidder will be held accountable to know the specifications and conditions under which the resulting contract will be accomplished. This includes the contents of all bid documents, regulations, and applicable laws. 5.6 When Bids May Be Delivered Madison County Commissioners must receive bids prior to and no later than the date and time the bids are scheduled for opening. (Refer to Section 3, Calendar of Events for the date and time this ITB is due.) Sealed bids received after the specified date and time will be considered late and will not be opened. Sealed bids received through the mail after the specified bid opening date and time will be returned to the Bidder unopened. Madison County Commissioners do not accept bids with postage due. Madison County Commissioners receive bids during the hours of 8:30 a.m. through 3:30 p.m. Monday through Friday, except observed holidays. Note: Refer to Section 3, Calendar of Events for the date and time this particular bid is due. The clock in the Madison County Commissioner s office will serve as the official record of the time and date that sealed bids are received and will be the sole factor in determining if bids are received in time to be considered. 5.7 Where Bids Must Be Delivered For your bid to be considered, it must be received no later than the bid submission deadline shown in Section 3, Calendar of Events. Hand deliver, courier, or mail proposals to: Madison County Commissioners P. O. Box N. Main St., Courthouse London, OH Bidders assume the risk of the method of dispatch chosen. Madison County Commissioners will not assume responsibility for delays caused by any delivery service. Postmarking by the due date will not substitute for actual proposal receipt. Proposals may NOT be delivered by facsimile transmission or other telecommunication or electronic means. Proof of delivery includes either of the following: Dated receipt from the Madison County Commissioners Office or Dated invoice/receipt from a commercial carrier Madison County Commissioners are not responsible for bid submissions incorrectly addressed or for bids delivered to any location other than the address specified above. No confirmation of mailed proposals can be provided. Proposals must be complete at the time of submission. All proposals and accompanying documents will become the property of the Madison County Commissioners / MCDJFS / MCCS and will not be returned. 5.8 Clarifications, Amendments, and Addendums If a Bidder discovers any inconsistencies, errors, or omissions in the Invitation to Bid, the Bidder should request clarification from the Finance Director at MCDJFS, via e mail at kaifas@odjfs.state.oh.us. Page 10 of 38

11 Requests for clarifications must be made no later than the date shown in Section 3, Calendar of Events. Requests for clarifications received after the above timeframe will not be considered unless MCDJFS / MCCS ascertains that the answer to the clarification could result in a material change to the specifications which could affect all bids. During the bid process, all Bidders, who have submitted a Letter of Intent to Submit Bid, may be furnished certain Amendments/Clarifications covering additions and/or deletions to the ITB documents. Amendments/Clarifications will be included in the Bid documents and will become a part of Contract. Amendments/Clarifications may be issued at anytime preceding the Bid opening date. When it is necessary to modify an Invitation to Bid, MCDJFS / MCCS does so by written amendment or addendum only. Oral instructions, given before the opening of a bid or the award of a contract, will not be binding. 5.9 Corrections before Bid Opening Prior to the bid opening, if a Bidder withdraws a bid and resubmits the bid with revisions, the revisions should be clearly identified and signed or initialed by the Bidder. The omission of a Bidder s signature or initials on a modification may result in the bid being determined non responsive. It is the responsibility of the Bidder to resubmit a corrected bid within the time constraints of the established bid opening time and date. Failure to resubmit a corrected bid within the established time and date will result in the bid being considered late and the bid will not be accepted. Corrected bids received through the mail after the specified bid opening date and time will be returned to the Bidder unopened. Bidders may withdraw their bids any time before the bid opening date. Notice of withdrawal must be sent in writing prior to the bid opening to the MCDJFS / MCCS Finance Director Corrections after Bid Opening After the bid opening, Bidders may only withdraw their bids as provided in Ohio Revised Code Withdrawal of a bid after a bid opening exposes a Bidder to legal liability for sanctions, including costs for re bid, or may result in a bid being awarded to the next lowest Bidder. Notice of a claim of right to withdraw a bid submitted in error, after the bid opening, must be made in writing and filed with MCDJFS Director within two (2) business days after the conclusion of the bid opening procedure. When there are errors in multiplication or addition in a bid, the unit price quoted will be used for calculating the correct total bid. If the error is in the unit price, the bid will automatically be disqualified. Notice of a claim of right to withdraw such bid must be made in writing filed with the contracting authority within two (2) business days after the conclusion of the bid opening procedure Bids are Firm for 120 Days Unless stated otherwise, once opened all bids are irrevocable for one hundred twenty days (120) days. Beyond one hundred twenty (120) days, Bidder will have the option to honor their Bid or make a written request to withdraw their bid from consideration Bid Rejections Ohio Revised Code and permits Madison County Commissioners / MCDJFS to reject all bids and advertise for new bids on the required items, products, or services. MCDJFS / MCCS may reject any bid, in whole or in part, if any of the following circumstances are true: Page 11 of 38

12 a) Bids offer supplies or services that are not in compliance with the requirements, specifications, terms, or conditions stated in the Invitation to Bid. b) MCDJFS / MCCS determines that awarding a bid for any item or service is not in the best interest of MCDJFS / MCCS. MCDJFS / MCCS reserves the right to reject any or all of the bids on any basis without disclosure of a reason up until the time the contract is signed by MCDJFS / MCCS. The failure to make such a disclosure will not result in the accrual of any right, claim, or cause of action by any unsuccessful contractor against MCDJFS / MCCS Public Record and Treatment of Confidential and Proprietary Information After the bids are opened, they are public record as defined in ORC and are subject to all laws appurtenant thereto. All materials in the bid will become the property of MCDJFS / MCCS and may be returned only at MCDJFS / MCCS discretion. Materials received constitute public information as a matter of statutory law and will be made available for public inspection and copying upon request by members of the public pursuant to ORC Any portion of the bid to be held confidential should be marked to that effect and will not be considered public record if it clearly falls within an exemption enumerated in ORC Pricing pages of the bid document shall be considered public information. 6.1 Initial Review of Bids for Technical Compliance 6. EVALUATION PROCESS MCDJFS / MCCS will review all bids for compliance with the technical bid requirements. Bids found to be non responsive will not receive further evaluation. 6.2 Evaluation Standard: Lowest and Best A bid is lowest and best if the bid offers the best cost and supply or service in comparison to all other bids as set forth in the evaluation sections of the bid. See Exhibits B, C, D and E. MCDJFS / MCCS reserves the right to award the contract to the Bidder that may have a higher price and by evaluation best meets MCDJFS / MCCS requirements. MCDJFS / MCCS determination of lowest and best includes, but is not limited to, the following factors (not ranked in any relative order of importance.) a) Price of goods or service b) Capability of the Bidder to perform the services c) Quality of product/services in relation to specifications d) Experience/references of the Bidder e) Bidder s conduct and performance on previous contracts f) Warranty Information (if applicable) g) Product Stewardship Information (if applicable) 6.3 Evaluation of Bid Documents Bids are typically evaluated within 60 days. MCDJFS / MCCS will evaluate each bid against the criteria and requirements of this Bid. MCDJFS / MCCS may ask a Bidder to clarify any portions of its bid. This is intended to be an all or none bid; however, if it is in the best interest of MCDJFS / MCCS, MCDJFS / MCCS reserves the right to award to multiple vendors, to reject all bids and re bid, or not to make any award on an ALL or NONE basis. Page 12 of 38

13 6.3.1 Communication during Evaluation During the evaluation process, unless requested by MCDJFS / MCCS as part of the evaluation process, any attempt on the part of the Bidder, the Bidder s agent(s), or any party representing the Bidder, to communicate with any staff member of MCDJFS / MCCS regarding the evaluation process may be grounds for immediate disqualification of the Bidder. Any submission of correspondence by the Bidder, the Bidder s agent(s), or any party representing the Bidder, that is determined by MCDJFS / MCCS to be an attempt to compromise the impartiality of the evaluation, may be grounds for immediate disqualification of the Bidder. A determination to cease the evaluation of a bid or reverse an award determination will be at the sole discretion of MCDJFS / MCCS. MCDJFS / MCCS may request additional information to evaluate a Bidder s responsiveness to the ITB or to evaluate a Bidder s ability to provide the requested product or services. If a Bidder does not provide the requested information, it may adversely impact MCDJFS / MCCS evaluation of the Bidder s responsiveness or responsibility References Utilizing Appendix B, Bidder must provide three (3) complete business references for services completed within the past 2 years, including at least one reference from a public agency that conducts case management work. All references must include company names, addresses, telephone number(s), and names of person(s) to contact, and the approximate number of times bidder has delivered secure audio transcription services within the last 2 years. References should be from organizations of similar scope and size to MCDJFS / MCCS who are using the goods or services requested by MCDJFS / MCCS in a similar manner. Bidders may not use any current or past employee of MCDJFS / MCCS as a reference for this Bid Pricing A pricing form has been provided as Appendix C. Bidder is to complete all sections of the pricing form following the instructions given on the pricing form. Failure to complete Appendix C in its entirety will result in the Bid being found non responsive Contract Award When the bid evaluation process is completed, MCDJFS / MCCS will make a recommendation to the Madison County Commissioners for the award of a contract. A contract is not deemed awarded until the Madison County Commissioners have approved the contract and it is fully executed by both the successful bidder and the Director of MCDJFS / MCCS. 7. CONTRACT TERMS AND CONDITIONS 7.1 Standard of Care Contractor will discharge its obligations under the Services Agreement with that level of reasonable care, which a similarly situated business would exercise under similar circumstances. Page 13 of 38

14 7.2 Time of Performance The Contract is subject to the approval of the Madison County Commissioners. MCDJFS / MCCS will determine the Contract term and the Contract will remain in effect until the end date as noted in the Contract or until the Contract is fully performed by both parties or until it terminates in accordance with the termination language of the Contract. 7.3 Ethics All contractors and employees of MCDJFS / MCCS are bound by the Ethics Laws of Ohio. Any contractor or employee who violates any of these laws will be subject to penalties set forth by law. 7.4 Compliance with Executive Order MCDJFS / MCCS complies with Executive Order S Banning the Expenditure of Public Funds for Offshore Services ; NO work products or services related to this contract shall be completed in whole or in part by any individual person(s) and or organization(s) outside of the United States. Failure of the contractor to comply with the terms of Section 7.4 will result in the immediate termination of the contract by MCDJFS / MCCS. 7.5 Confidentiality Contractor agrees not to use any information, systems, or records made available to it for any purpose other than to fulfill the contractual duties specified herein. In the performance of this contract, the Transcription Provider may learn of information, documents, data, records, or other material that is confidential. The Transcription provider must assume all client information, documents, records, or other materials are confidential and must hold in same confidence. The provider agrees to comply with federal and state laws applicable to MCDJFS / MCCS concerning the confidentiality of information related to the children and families we serve. The terms of this Confidentiality Section will be included in any subcontracts executed by Contractor for work under this Contract. Contractor agrees that any data made available to Contractor by MCDJFS / MCCS will be returned to MCDJFS / MCCS no later than ninety (90) days following the termination of this Contract, and Contractor certifies that it will not retain copies of source data, or any product of source data. 7.6 Access To and Release Of Deposits (Transcribed Materials) Due to the confidential nature of the deposits (transcribed materials) of MCDJFS / MCCS and other customers of the Company (bidder), Company shall restrict access to MCDJFS / MCCS deposits to authorized representatives of MCDJFS / MCCS, who may examine such deposits in designated manner ( , web site access, etc.). With the exception of circumstances described in paragraph 7.7 Legal Process of this bid document, Company shall not disclose or deliver deposits to any person or other entity unless specifically directed to do so in writing by MCDJFS / MCCS. Company shall not be liable for any delay in granting access or delivery of deposits caused by Company s verification of the authorized status of a person or entity requesting access to same. 7.7 Legal Process Company (bidder) shall not be liable to MCDJFS / MCCS or any third party for the disclosure of or the seizure, attachment, garnishment or subpoena of MCDJFS / MCCS deposits pursuant to civil or criminal legal process issued against MCDJFS / MCCS, its employees, or its agents, which directs Company to hold, disclose, turn over, or surrender such deposits pursuant to such legal process. Page 14 of 38

15 7.8 No Guarantee Nothing in this Contract shall be construed to guarantee Contractor either a minimum or maximum payment amount during the term of this Contract. Approximately ten (10) MCCS staff will be set up with accounts for secured audio transcription. 7.9 Indemnification The contractor shall assume the defense of, indemnify, and save harmless Madison County Children Services and all Madison County Agencies, including public officials, and employees acting in the course of their employment, but not as members, from any and all claims, damages, lawsuits, costs, judgments, expenses, and any other liabilities that may arise from the related Contractor s performance of the work required under this Contract and including Contractor s employees and agents Bidder s Warranty Against an Unresolved Finding for Recovery Ohio Revised Code (ORC) 9.24 prohibits MCDJFS/MCCS from awarding a contract to any bidder against whom the Auditor of State has issued a finding for recovery if the finding for recovery is unresolved at the time of the award. By submitting a bid, Bidder warrants that it is not now, and will not become subject to an unresolved finding for recovery under ORC 9.24, prior to the award of any contract arising out of the ITB, without notifying MCDJFS / MCCS of such finding Record Keeping During the period covered by this contract, Contractor will keep all financial records consistent with Generally Accepted Accounting Principles (GAAP). Contractor is required to provide MCDJFS / MCCS or their designated representative, authorized representatives (for the Contractor), and any person or agency instrumentally involved in providing financial support for the contract work access and right to examine any books, documents, papers, or records related to this contract. Claims documentation may be reviewed through a formal audit and are not subject to the work access requirements set forth in this paragraph Record Retention and Review: All books, documents, papers, and records of Contractor that relate to program costs, work performed and supporting documentation for invoices submitted to MCDJFS / MCCS by Contractor, along with copies of all deliverables submitted to MCCS pursuant to this Contract, will be retained and made available by the Contractor for inspection and audit, at reasonable times and upon reasonable request, by MCDJFS / MCCS, or other relevant governmental entities including, but not limited to, the Ohio Department of Jobs and Family Services (ODJFS), the county family services agency and workforce development agency, the Auditor of the State of Ohio, any duly appointed law enforcement official, the federal grantor agency, the comptroller general of the United States, or any of their duly authorized representatives, for a minimum of three (3) years after reimbursement for services rendered under this Contract. If an audit, litigation, or other action is initiated during the time period of the Contract, Contractor shall retain such records until the action is concluded and all issues resolved or the three (3) years have expired, whichever is later Invoicing, Payment, and Taxes Invoicing Page 15 of 38

16 Contractor agrees to submit a proper invoice within thirty (30) days of the service month. An IRS W 9 form must accompany the first invoice. A proper invoice is defined as being free of defects, discrepancies, errors, or other improprieties. Improper invoices will be returned to the Contractor noting the areas of discrepancy. Invoices shall include, at a minimum, the following: Name and address of the Contractor, MCCS Staff member s name, Date(s) of service, Number of units of service (word count), Unit cost and total cost for each service, and Invoice number. Contractor will submit invoices to: Madison County Children Services Attention: Robin Bruno 200 Midway Street London, Ohio Payment Upon approval by the designated MCDJFS/MCCS Supervisor, the invoices will be submitted to the MCDJFS / MCCS Fiscal Department for payment. MCDJFS / MCCS normally makes payment within 30 days of receipt by the Fiscal Department. MCDJFS / MCCS may only process an invoice for payment after delivery and acceptance of the ordered supplies or after services have been completed or transpired. MCDJFS / MCCS will not pay late fees, interest, or other penalties for late payment, unless otherwise stated. Any entity authorized to utilize this Contract, outside the responsibility of MCDJFS / MCCS, is responsible for all orders, invoices, payment, and/or tracking. All invoices are subject to audit and adjustment by MCDJFS / MCCS before and/or after payment is made Taxes MCDJFS / MCCS are exempt from all federal, state, and local taxes. MCDJFS / MCCS will not pay any taxes on supplies or services purchased from a Contractor. A tax exempt certificate will be provided on request of the Contractor receiving the bid award Subcontracting The performance of any duty, responsibility, or function which is the obligation of the Contractor under this Contract may be delegated or subcontracted to any agent or subcontractor of Contractor if Contractor has obtained the prior written consent of MCDJFS / MCCS for that delegation or subcontract. Contractor shall remain responsible for ensuring that the duties, responsibilities or functions so delegated or subcontracted are performed in accordance with the provisions and standards of this Contract, and the actions and omissions of any such agent or subcontractor shall be deemed to be the actions and omissions of Contractor for purposes of this Contract. All restrictions, obligations and responsibilities, which apply to Contractor under this Contract, shall also apply to any agent or subcontractor. Changes to any such delegation or subcontract will not be effective to bind MCDJFS / MCCS unless MCDJFS / MCCS approves such changes in writing. Contractor shall not use any subcontractor who has been subject to action that limits the subcontractor s right to do business with the local, state, or federal government Consent to Assign Contractor will not assign any of its rights under this Contract unless MCDJFS / MCCS consents to the assignment in writing, including any assignment through a merger or other corporate reorganization. Any purported assignment made without MCDJFS / MCCS written consent is void and may be subject to termination of the contract. MCDJFS / MCCS may assert against an assignee any claim or defense MCDJFS / MCCS may have against the assignor. Page 16 of 38

17 The Company shall notify MCDJFS / MCCS as soon as possible, but no later than sixty (60) days, prior to the Company converting into, merging or consolidating with or selling or transferring substantially all of its assets or business to another corporation, person, or entity Independent Contractor The parties agree that Contractor is an independent contractor and that nothing in this Contract shall be construed to create any other relationship between the parties, including but not limited to, that of employee, partner, agent or representative. Contractor agrees that as an independent contractor, Contractor assumes sole responsibility for the payment of any federal, state, municipal, or other tax liabilities along with Workers Compensation, Unemployment Compensation, and insurance premiums that may accrue as a result of compensation received for services or deliverables rendered hereunder. Contractor agrees that it is an independent contractor for all purposes including, but not limited to, the application of the Fair Labor Standards Act, the Social Security Act, the Federal Unemployment Tax Act, the Federal Insurance Contribution Act, provisions of the Internal Revenue Code, Ohio tax law, Workers Compensation Law, and Unemployment Insurance Law Insurance ALL INSURANCE COMPANIES PROVIDING COVERAGE SHALL BE LICENSED TO DO BUSINESS IN THE STATE OF OHIO. Throughout the contract period, the Contractor must maintain a comprehensive insurance program affording at a minimum the coverage shown below. A Certificate of Insurance reflecting the required coverage and amount must be submitted with the Bidder s response to the ITB. MCDJFS / MCCS must be identified as additional insured, and the bid number must be included on the Certificate of Insurance. If there is any change in the Contractor s insurance, insurance carrier, or liability amounts, a new certificate must be provided to MCDJFS / MCCS Finance Department within seven (7) calendar days of the change Comprehensive General Liability Up to $1,000,000 single limit occurrence including coverage for: a) Personal Injury Liability: all sums, which the company shall become legally obligated to pay as damages because of bodily injury, sickness, or disease including death at any time resulting there from, sustained by any person other than its employees; b) Broad Form Property Damage Liability; c) products and completed operations; d) premises and completed operations; and e) contractual liability insuring the obligations assumed by the Contractor under the Contract. This insurance does not apply or shall not be construed as being applicable to liability for damages arising out of bodily injury to any person or damage to any property of others resulting from the negligence of MCDJFS / MCCS, its officers, employees, or agents Automobile Liability Insurance All sums, which the company shall become legally obligated to pay as damages because of injury to or destruction caused by occurrence rising out of ownership, maintenance or use of any automobile Excess Annual Aggregate Limit During the term of this Contract and any extension thereto, the Contractor, and any agent of the Contractor, at its sole cost and expense, shall maintain the required insurance coverage as described in the Contract. MCDJFS / MCCS may require the Contractor to provide respective certificate(s) of insurance in order to verify coverage. Failure to provide a requested certificate within a seven (7) calendar day period may be considered as default. Page 17 of 38

18 7.18 Contract Extension Price Changes The Contractor, unless otherwise stated, must request any price or unit cost increases forty five (45) days before the extension date of the contract. Pricing under any Contract extension will be firm and fixed for the extension period. All price increase requests must have verifiable justification. MCDJFS / MCCS may request, based on economic conditions, a price decrease with certifiable justification prior to granting any Contract extension. MCDJFS / MCCS and the Madison County Commissioners must approve any justified price increases or decreases for the extension periods Contract Extension at the End of Any Contract Period The contract shall be automatically extended for ninety (90) days at the option of MCDJFS / MCCS, to allow for the issuance of a new ITB, award of a new contract, or completion of the contract extension Minimum Orders There is no minimum order limits authorized, unless otherwise stated. The Contractor will utilize the most economical and expeditious method for proper delivery of items. If authorized by the Contract, a delivery fee may be applied for expedited delivery (e.g., overnight, etc.) All fees will be noted in the ITB at the time of submittal Estimated Usage Unless otherwise stated, the usage indicated for each item(s) are to be considered as estimates only and should be considered as information relative to potential purchases that may be made from the Contract. MCDJFS / MCCS makes no representation or guarantee as to the actual amount of products or services to be purchased. All quantities shown are estimated quantities and are to be used for planning purposes only Contract Administration and Reports Contract Administration The MCDJFS / MCCS Finance Department and designated MCDJFS/MCCS Department Directors will be responsible for the administration of the Contract and will monitor the Contractors performance and compliance with the terms, conditions, and specifications of the Contract. If MCDJFS / MCCS observes any Contract infraction(s), such shall be documented and Contractor will be notified by the MCDJFS / MCCS Finance Department. Failure of the Contractor to rectify the infraction(s) may result in Contractor being deemed in default, whereas, MCDJFS / MCCS may apply the termination clauses of this Contract Usage Reports The management of MCDJFS / MCCS may request various reports regarding performance of this Contract. The Contractor will respond to such requests in a timely manner. All reports will be provided at no cost to MCDJFS / MCCS Quality Assurance The contractor is responsible for providing quality service to MCDJFS / MCCS throughout the contract and any extensions in the same manner that any similarly situated company providing similar work would provide. Page 18 of 38

19 7.23 Contract Cancellation If the Contractor fails to perform any of the obligations under this Contract, Contractor will be in default and MCDJFS / MCCS may cancel this Contract in accordance with this Section. The cancellation will be effective on the date delineated by MCDJFS / MCCS Day Notice Termination MCDJFS / MCCS reserves the right to terminate the resulting Contract immediately for its convenience by giving the Contractor 30 days written notice. If this Contract is terminated for convenience, MCDJFS / MCCS shall be liable only for payment under the payment provisions of the resulting contract for goods and services rendered before the effective date of termination Non Appropriation of Funds This Contract is contingent upon MCDJFS / MCCS budgeting and appropriating the funds on an annual basis necessary for the continuation of this Contract in any contract year. In the event that the funds necessary for the continuation of this Contract are not approved for expenditure in any year, this Contract shall terminate on the last day of the fiscal year in which funding was approved, without penalty to MCDJFS / MCCS. MCDJFS / MCCS will provide the Contractor with written notification ten (10) business days after being notified that the funding is no longer approved Cancellation for Failure to Retain Certification Pursuant to the requirements as stated in the Contract, all certifications and/or registrations must be maintained for the duration of the Contract. Failure to renew certifications or the de certification by the certifying entity may result in the immediate termination of this Contract Cancellation for Financial Instability MCDJFS / MCCS may cancel this Contract by written notice to the Contractor if a petition in bankruptcy or similar proceeding has been filed by or against the Contract Termination for Default MCDJFS / MCCS may, subject to the paragraphs below, by written notice of default to the Contractor, terminate this contract in whole or in part if the Contractor fails to: Deliver the supplies or to perform the services within the time specified in this Contract or any extension; Make progress, so as to endanger performance of this Contract. A. MCDJFS / MCCS may exercise its right to terminate this Contract if after receipt of a notice from MCDJFS / MCCS specifying the default, the Contractor does not offer a plan to cure such default within 10 days (or more if authorized in writing by MCDJFS / MCCS). This paragraph only requires that the Contractor present their plan and timeline in which they intend to cure the default. B. If MCDJFS / MCCS terminates this Contract in whole or in part for default, it may acquire, under the terms and in the manner MCDJFS / MCCS considers appropriate, supplies or services similar to those terminated, and the Contractor will be liable to MCDJFS / MCCS for any excess costs for those supplies or services. The maximum amount of liability of the Contractor shall not exceed the total amount of administrative service fees that have been paid to the Contractor as of the termination date of the Contract. However, the Contractor shall continue the work not terminated. C. Force Majeure: Except for defaults of subcontractors at any tier, the Contractor shall not be liable for any excess costs if the failure to perform the Contract arises from causes beyond the control and without the Page 19 of 38

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

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

More information

REQUEST FOR PROPOSAL. Information Technology Support Services

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

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library PINE MOUNTAIN REGIONAL LIBRARY SYSTEM Request for Quote Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library Submission Date/Time: March 22, 2019, 5:00 pm

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

More information

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation This is a form agreement for discussion purposes only. It does not constitute a binding offer or contract of Drexel University until all of the terms have been approved and this agreement is executed by

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

PURCHASING DEPARTMENT

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

More information

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 PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: Fayetteville School District Business Office ATTN: Lisa Morstad 1000 W, Stone Street Fayetteville, AR 72701 THIS IS NOT A COMPETITIVE BID. The request

More information

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST RFP14-1480 Request for Proposal RFP14-1480 SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST DATE OF ISSUE: September 08,, 2014 TO RESPOND BY RESPOND TO: September 22, 2014 3:00

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES Friendship is soliciting proposals and qualification statements from parties having specific interests

More information

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Issue Date: March 28, 2013 Responses due: April 18, 2013, 4:00 p.m. Pacific Local Time REQUEST FOR PROPOSAL I. PURPOSE OF REQUEST The

More information

Master Services Agreement

Master Services Agreement Contract # Master Services Agreement This Master Services Agreement ( Agreement ) is made between Novell Canada, Ltd. with offices at 340 King Street East, Suite 200, Toronto, ON M5A 1K8 ( Novell ), and

More information

Township of North Dundas Request For Information RFI REQUEST FOR INFORMATION ROOFING CONTRACTOR PRE-QUALIFICATION RFI

Township of North Dundas Request For Information RFI REQUEST FOR INFORMATION ROOFING CONTRACTOR PRE-QUALIFICATION RFI REQUEST FOR INFORMATION ROOFING CONTRACTOR PRE-QUALIFICATION RFI 15-101 ISSUE DATE: Tuesday, April 21 st, 2015 CLOSING DATE: Friday May 1 st, 2015 TIME: LOCATION: 12:00 p.m. (local time) Township of North

More information

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520) REQUEST FOR PROPOSALS Energy Performance Contracting Services INTRODUCTION The City of Coolidge will accept competitive sealed proposals for energy performance contracting services at the address or physical

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

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/ Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR 72201 Phone 501/ 340-8390; Fax 501/ 340-8352 RFP #: RFP-17-005 REQUEST FOR PROPOSAL for FORENSIC AUDIT YORKWOOD IMPROVEMENT

More information

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL DOCUMENT SHREDDING February 26, 2015 The New York Liquidation Bureau ( NYLB ) carries out the responsibilities of the Superintendent of Financial Services

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

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street Indianapolis, IN 46221 ITQ Issue Date: November 29, 2017 Project Site: Contact:

More information

B. The Bid is made in compliance with the Bidding Documents.

B. The Bid is made in compliance with the Bidding Documents. SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are

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

REQUEST FOR PROPOSALS: DCSO Jail Inmate Video Visiting System. Davis County Government 28 South State Street Farmington, UT 84025

REQUEST FOR PROPOSALS: DCSO Jail Inmate Video Visiting System. Davis County Government 28 South State Street Farmington, UT 84025 REQUEST FOR PROPOSALS: 28 South State Street Farmington, UT 84025 Date of Issue: May 22, 2013 TABLE OF CONTENTS TITLE PAGE NO. I. INTRODUCTION 3 II. PURPOSE 3 III. LETTER OF INTENT 3 IV. PRE-PROPOSAL MEETING

More information

REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT. Section 1 Additional Administrative Information

REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT. Section 1 Additional Administrative Information REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT Section 1 Additional Administrative Information 1.1 Purchasing Agent The Purchasing Agent identified in the RFB cover sheet is the sole point of contact regarding

More information

TEMPORARY EMPLOYEE STAFFING. Request for Proposal

TEMPORARY EMPLOYEE STAFFING. Request for Proposal HOUSING AUTHORITY OF THE CITY OF WILMINGTON NORTH CAROLINA (WHA) REQUEST FOR PROPOSAL (RFP) SOLICITATION NO.: WHA17.14 TEMPORARY EMPLOYEE STAFFING Request for Proposal Issued: Friday, October 27, 2017

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

REQUEST FOR PROPOSAL RFP #14-03

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

More information

PURCHASING DEPARTMENT

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

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

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

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

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

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL West Virginia Board of Risk and Insurance Management RIM:09092013 TABLE OF CONTENTS Section 1: General Information Section 2: General Terms and Conditions Section 3: Project Specifications

More information

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE REQUEST FOR PROPOSAL CITY OF GAINESVILLE REQUEST FOR PROPOSAL RFP No. (14054) PROPERTY AND LIABILITY RISK MANAGEMENT AND INSURANCE BROKERAGE SERVICES Proposal Release: March 20, 2014 Proposal Questions Deadline: Proposal Due

More information

AIA Document A701 TM 1997

AIA Document A701 TM 1997 Instructions to Bidders AIA Document A701 TM 1997 for the following PROJECT: (Name and location or address) Implementation of Master Plan Projects Phase I Genesee Community College One College Road Batavia,

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

COURT REPORTING SERVICES FOR THE COURTS OF THE EIGHTEENTH JUDICIAL CIRCUIT IN BREVARD COUNTY FLORIDA

COURT REPORTING SERVICES FOR THE COURTS OF THE EIGHTEENTH JUDICIAL CIRCUIT IN BREVARD COUNTY FLORIDA COURT REPORTING SERVICES FOR THE COURTS OF THE EIGHTEENTH JUDICIAL CIRCUIT IN BREVARD COUNTY FLORIDA REQUEST FOR PROPOSAL ( RFP ) PROPOSAL #: CA19-0001 RFP for Court Reporting Services To: The Eighteenth

More information

FEDERAL RESOURCES SUPPLY COMPANY GENERAL TERMS AND CONDITIONS FOR THE PROVISION OF SERVICES

FEDERAL RESOURCES SUPPLY COMPANY GENERAL TERMS AND CONDITIONS FOR THE PROVISION OF SERVICES 1. Applicability. FEDERAL RESOURCES SUPPLY COMPANY GENERAL TERMS AND CONDITIONS FOR THE PROVISION OF SERVICES These terms and conditions for services (these Terms ) are the only terms and conditions which

More information

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP). MEMORANDUM DATE: March 1, 2015 TO: FROM: RE: All Interested Parties Municipal Employees Retirement System of Michigan Request For Proposal For Actuarial Audit Services The Municipal Employees Retirement

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

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

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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder

More information

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

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

More information

REQUEST FOR 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

EXHIBIT C - Contract for Residential Fire Sprinkler Demonstration Trailer

EXHIBIT C - Contract for Residential Fire Sprinkler Demonstration Trailer EXHIBIT C - Contract for Residential Fire Sprinkler Demonstration Trailer CONTRACTOR: 20 East Main Street Ashland, Oregon 97520 Telephone: 541/488-6002 Fax: 541/488-5311 DATE AGREEMENT PREPARED: BEGINNING

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

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Covington Point Lift Station Improvements CCE PROJECT NO. 812-100(C) February 21, 2013 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 I. REQUEST

More information

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

REQUEST FOR PROPOSALS TELEPHONE SYSTEM REQUEST FOR PROPOSALS TELEPHONE SYSTEM 360 Main St. Delta, Colorado 81416 Phone (970) 874-7903 Fax (970) 874-6931 www.cityofdelta.net Issue Date: November 30, 2018 Contact: Glen L. Black Submission Deadline:

More information

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

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

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS REVEREND PETER ATKINS PARK BATHROOM PROJECT CCE PROJECT NO. 117-106 NOVEMBER 2, 2017 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 1.0 INTRODUCTION

More information

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance. INVITATION TO BID Notice to Bidders: Bids will be received by the Port of Shelton, 21 W Sanderson Way, Shelton, WA 98584 for the following work order: Work Order: Enter # and Name Here Pre-Bid Showing:

More information

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING Friendship is soliciting proposals and qualification statements from parties having specific interests and qualifications

More information

General Purchase Order Terms and Conditions (Pro-buyer)

General Purchase Order Terms and Conditions (Pro-buyer) 1. Applicability. General Purchase Order Terms and Conditions (Pro-buyer) (a) This purchase order is an offer by GT Exhaust, Inc. (the "Buyer") for the purchase of the goods specified on the face of this

More information

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. (15036) (CGC Golf Cart Batteries) Bid Release: (1-28-2015) Bid Questions Deadline: Bid Due Date: (2-05-2015) @ 10:00 am (2-11-2015) @ 3:00 pm Postal Return

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

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

More information

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

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

More information

PLEASANTVILLE HOUSING AUTHORITY

PLEASANTVILLE HOUSING AUTHORITY PLEASANTVILLE HOUSING AUTHORITY REQUEST FOR PROPOSALS/QUOTES - PROFESSIONAL SERVICES FEE ACCOUNTANT SUBMISSION DATE: Insert Date PUBLIC NOTICE FOR REQUEST FOR PROPOSALS/QOUTE - PROFESSIONAL SERVICE CONTRACT

More information

SECTION NOTICE TO BIDDERS

SECTION NOTICE TO BIDDERS SECTION 00 0030 NOTICE TO BIDDERS MAQUOKETA COMMUNITY SCHOOL AG LEARNING CENTER MAQUOKETA, IA NOTICE IS HEREBY GIVEN: Sealed bids for a Lump Sum Bid under a Single Construction Contract for the Maquoketa

More information

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH: PROFESSIONAL SERVICES AGREEMENT For On-Call Services THIS AGREEMENT is made and entered into this ENTER DAY of ENTER MONTH, ENTER YEAR, in the City of Pleasanton, County of Alameda, State of California,

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

June 2017 BIDDING PROCEDURES No. 90

June 2017 BIDDING PROCEDURES No. 90 June 2017 BIDDING PROCEDURES No. 90 TABLE OF CONTENTS SECTION 1 DEFINITIONS AND INTERPRETATION Page 90. 1.1 Definitions... 3 90. 1.2 Interpretation... 3 SECTION 2 GENERAL TENDER INFORMATION 90. 2.1 Examination

More information

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA 52803 REQUEST FOR PROPOSAL Proposal # 680 The Davenport Community School District invites written sealed proposal for Replacement

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

Workforce Management Consulting Services

Workforce Management Consulting Services Request for Proposal #40604 Workforce Management Consulting Services For Grand River Dam Authority PROPOSALS TO BE SUBMITTED TO: Grand River Dam Authority Central Purchasing Unit 226 West Dwain Willis

More information

VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS

VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS These Standard Purchase Order Terms & Conditions, as set forth herein, are applicable to Purchase Orders issued by Valdosta State

More information

REQUEST FOR PROPOSALS FOR INSURANCE CONSUL TANT SERVICES HUMAN RESOURCES

REQUEST FOR PROPOSALS FOR INSURANCE CONSUL TANT SERVICES HUMAN RESOURCES REQUEST FOR PROPOSALS FOR INSURANCE CONSUL TANT SERVICES HUMAN RESOURCES You are hereby invited to submit proposals for Insurance Consultant Services, as specified in the attachments of this Request for

More information

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

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

More information

(a) Master Agreement issued by Company and executed between the parties. (b) The terms of the Supplier Agreement issued by Company

(a) Master Agreement issued by Company and executed between the parties. (b) The terms of the Supplier Agreement issued by Company This Purchase Order is between Anthem, Inc., on behalf of itself and its affiliates (individually and collectively, "Anthem"), and Supplier. The parties agree as follows: 1. Deliverables and Price. All

More information

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No.

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No. Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE REQUEST FOR PROPOSALS - Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES Regional School

More information

NEBBIOLO STANDARD TERMS & CONDITIONS OF SALE

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

More information

Attachment A GENERAL TERMS AND CONDITIONS

Attachment A GENERAL TERMS AND CONDITIONS Attachment A GENERAL TERMS AND CONDITIONS DEFINITIONS -- As used throughout this contract, the following terms shall have the meaning set forth below: A. "Commission" shall mean the Washington State Parks

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1.0 DOCUMENTS.1 Carefully examine the following information. Failure to follow these instructions may result in bid disqualification..2 Project information:.1 Project / Contract

More information

Document A701 TM. Instructions to Bidders

Document A701 TM. Instructions to Bidders Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address) St. Croix Regional Education District Technology Bid Package St. Croix River Educational District

More information

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

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

More information

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. 12057 FY 2012 Full Depth Reclamation Project Bid Release: May 23, 2012 Contract Document Available Date: May 23, 2012 Mandatory Pre-Bid: June 19, 2012 Bid

More information

Standard Form of Agreement Between Contractor and Subcontractor

Standard Form of Agreement Between Contractor and Subcontractor Standard Form of Agreement Between Contractor and Subcontractor GENERAL TERMS AND CONDITIONS ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) these General Terms and Conditions,

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL Actuarial Audit Services Request for Proposal No. 2016-01 San Joaquin County Employees' Retirement Association 6 So. El Dorado Street, Suite 400 Stockton, California 95202 Phone: (209)

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

The City of Moore Moore, Oklahoma

The City of Moore Moore, Oklahoma The City of Moore Moore, Oklahoma BID #1516-007 Construction Services Asbestos Removal for Royal Park Development Tract City of Moore Office of City Clerk, Purchasing Division 301 N. Broadway Avenue, Suite

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

PURCHASING DEPARTMENT

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

More information

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

Request for Proposal RFP # SUBJECT: Ergotron LX

Request for Proposal RFP # SUBJECT: Ergotron LX Request for Proposal RFP #13-1422 SUBJECT: Ergotron LX DATE OF ISSUE: July 3, 2013 TO RESPOND BY: RESPOND TO: July 19, 2013 @ 1500 Hours (3:00 PM Pacific Time) Leslie Burke, Purchasing Agent Purchasing

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

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES May 10, 2011 GENERAL INFORMATION Introduction The City of Salinas (City) seeks qualification submittals from firms or individuals

More information

INSTRUCTIONS TO BIDDERS ARTICLE IB

INSTRUCTIONS TO BIDDERS ARTICLE IB INSTRUCTIONS TO BIDDERS WPU05 ARTICLE IB IB 1 Bid Proposals IB 1.1 Sealed proposals for the work described herein must be received and timestamped at the University prior to the closing date and time for

More information

AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION COST PLUS FEE) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE

AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION COST PLUS FEE) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION COST PLUS FEE) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE THIS AGREEMENT, entered into this day of, by and between the Arkansas State Highway

More information

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT INDEPENDENT CONTRACTOR AGREEMENT WHEREAS Dixie Electric Membership Corporation (hereinafter DEMCO ) is a nonprofit electric membership cooperative authorized to do and doing business in the State of Louisiana;

More information

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Promotional Tee Shirts, Long Sleeve Shirts, Zip Hoodies, and Pullover Hoodies RFP NUMBER: 16877 DATED: 3/15/2018 TABLE OF

More information

Request for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis

Request for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis Request Proposals ( RFP ) 2018-01 On An As Needed Basis City of Coachella Engineering Division 1515 Sixth Street Coachella, Calinia 92236 Deadline Submissions: November 1, 2017 by 3:00 p.m. Request Proposals

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

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

More information

3. Authorized Exceptions to Appendix A, Standard Terms and Conditions for Product and Related Services Contracts, version 09/24/2015.

3. Authorized Exceptions to Appendix A, Standard Terms and Conditions for Product and Related Services Contracts, version 09/24/2015. Amendment Number 3 to Contract Number DIR-TSO-2542 between State of Texas, acting by and through the Department of Information Resources and Cisco Systems, Inc. This Amendment Number 3 to Contract Number

More information

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM PALM BEACH COUNTY DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM NOTICE TO GENERAL CONTRACTORS Sealed bids will be received until 3:00 P.M on May 2, 2019,

More information

SAN DIEGO CONVENTION CENTER CORPORATION

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

More information

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois REFURBISHED LAPTOP COMPUTER UNITS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School District No. 4, Champaign

More information

Transurban Standard Terms and Conditions

Transurban Standard Terms and Conditions Transurban Standard Terms and Conditions 1. General. 1.1 In the absence of an existing written contract between the parties in effect as of the Purchase Order date for the particular goods or services

More information