Guilford County Schools INVITATION FOR BIDS NO Purchasing Dept

Size: px
Start display at page:

Download "Guilford County Schools INVITATION FOR BIDS NO Purchasing Dept"

Transcription

1 Guilford County Schools INVITATION FOR BIDS NO Purchasing Dept Bids Due: 501 W. Washington St. Monday, March 10, :00 p.m. Greensboro NC Contract Type: ERATE Refer ALL Inquiries to: Velicia Moore Telephone No. (336) (See page 12 for mailing instructions.) Service: Web Hosting Using Agency Name: Guilford County Schools Agency Requisition No. NOTICE TO BIDDERS Sealed Bids, subject to the conditions made a part hereof, will be received at this office 501 W. Washington St., Greensboro NC 27401, until 2:00pm on the day of opening for furnishing and delivering the commodity as described herein. Refer to page 12 for proper mailing instructions. Bids submitted via facsimile (FAX) machine in response to this Invitation for Bids will not be accepted. EXECUTION In compliance with this Invitation for Bids, and subject to all the conditions herein, the undersigned offers and agrees to furnish and deliver any or all items upon which prices are bid, at the prices set opposite each item within the time specified herein. By executing this bid, I certify that this bid is submitted competitively and without collusion (G.S ). Failure to execute/sign bid prior to submittal shall render bid invalid. Late bids are not acceptable. BIDDER: FEDERAL ID OR SOCIAL SECURITY NO. STREET ADDRESS: P.O. BOX: ZIP: CITY & STATE & ZIP: TELEPHONE NUMBER: TOLL FREE TEL. NO (800) TYPE OR PRINT NAME & TITLE OF PERSON SIGNING: FAX NUMBER: AUTHORIZED SIGNATURE: DATE: Offer valid for 45 days from date of bid opening unless otherwise stated here: December 31, ACCEPTANCE OF BID If any or all parts of this bid are accepted, an authorized representative of Guilford County Schools (GCS) shall affix their signature hereto and this document and the provisions of the Instructions to Bidders, special terms and conditions specific to this Invitation for Bids, the specifications, and the North Carolina General Contract Terms and Conditions shall then constitute the written agreement between the parties. A copy of this acceptance will be forwarded to the successful bidder(s). FOR GUILFORD COUNTY SCHOOLS USE ONLY Offer accepted and contract awarded this day of, 20, as indicated on attached certification or purchase order,, by (Authorized representative of Guilford County Schools). 02/2014

2 Page: 2 GUILFORD COUNTY SCHOOLS BID# TECHNOLOGY SERVICES Request for Proposal Web Hosting Services

3 Page: 3 SECTION 01 INTRODUCTION Part 1 District Information 1.1. Guilford County Schools (GCS) is the third largest district in North Carolina serving more than 72,300 students across 126 schools in urban, suburban and rural areas. Located in Guilford County in central North Carolina, GCS employs over 9,000 full time personnel, including 249 principals and assistant principals, 2,540 elementary teachers, and 1,158 secondary teachers. Part 2 Purpose of RFP 2.1. GCS is seeking to partner with a Web Hosting Services Provider to obtain web site hosting, web site design, and web site content management services This RFP is designed to provide a detailed description of services required and the ability of each responding provider to provide those services Responses to this RFP should include all services above and beyond the listed requirements that the provider believes would enhance the service to GCS. Part 3 General Provisions 3.1. Issuance of this RFP does not commit GCS to issue an award. Providers are responsible for all expenses incurred by the Provider in the preparation of a response to this RFP. This includes attendance at interview, presentations, or other meetings and demonstrations, where applicable All proposals shall adhere to the instructions and format requirements outlined in this RFP and all written supplements and amendments issued by GCS. Proposals are to follow the format and respond to all questions and instructions specified in SECTION 04 RESPONSE GCS will consider materials provided in the proposal, information obtained through interviews/presentations (if any), and internal GCS information of previous contract history with the Provider (if any) in consideration of proposal scoring. GCS also reserves the right to consider other reliable references and publicly available information in evaluating a Provider s experience and capabilities The proposal must be signed by a person authorized to legally bind the Provider and shall contain a statement that the proposal and the pricing contained therein will remain valid for a period of 1 year from the date and time of the proposal submission The RFP and the Provider s proposal, including all appendices and attachments, may be incorporated in the final contract, if awarded Following announcement of an award decision, all submissions in response to this RFP will be considered public records for public inspection pursuant to the State of North Carolina General Statutes, Chapter 132. In the event a request is made to produce a proposal, GCS will provide the proposal to the requester. GCS will not undertake to determine where any proposal or part of proposal is confidential or otherwise protected from disclosure GCS, at its sole discretion, reserves the right to recognize and waive minor informalities and irregularities found in proposals If a Provider cannot provide something as described in this RFP, that Provider may propose something that is functionally equivalent. Provider must provide an explanation of the equivalency All applicable laws, whether or not herein contained, shall be included by this reference. It shall be the Provider s responsibility to determine the applicability and requirements of any such laws and to abide by them For purposes of contract, arbitration, and other legal matters, GCS shall be the binding legal entity and authority. No state laws or statutes other than those of North Carolina are considered binding. Part 4 Number of Awards and Contract

4 Page: GCS anticipates making a single award as a result of this RFP process. This award will take the form of a contract between the qualified Provider and GCS. Part 5 Contract Term 5.1. GCS is seeking a cost-efficient proposal to provide services, as defined in this RFP, for the contract period of July 1, 2014 June 30, Pricing for the proposal shall be based on a one year term Following the initial one year term of the contract, GCS may opt to renew the contract for up to five (5) additional one year period(s), subject to satisfactory performance. There is no guarantee that an extension will be exercised and Providers should have no expectation of this occurring. Part 6 Minority and Woman Owned Business (MWBE) 6.1. The Guilford County Board of Education promotes full and equal access to business opportunities with GCS. Minority and woman owned businesses as well as other responsible vendors shall have a fair and reasonable opportunity to participate in GCS business opportunities Prime suppliers (i.e., those who deal directly with GCS) should support the GCS MWBE Program by making an effort to engage minority and woman owned businesses as subcontractors for good and services to the extent available. GCS has a goal of 10% participation. The proposal shall address efforts to meet the goal. Questions about this process should be submitted to Tammie Hall at or hallt6@gcsnc.com. End of Section 01 SECTION 02 PROVIDER REQUIREMENTS Part 1 General 1.1. Public agencies, private for-profit companies, and non-profit companies and institutions are invited to submit proposals in response to this RFP. Partnerships and consortia of entities may work together to respond to this RFP. However, each proposal must clearly identify a prime Provider. The prime Provider will be responsible for providing all deliverables as defined by any resulting contract according to the terms and conditions as set forth in any resulting contract. Part 2 E-Rate Compliance 2.1. This RFP is prepared for participation in the Universal Service E-Rate Program. Awarded contracts will be submitted to The Schools and Libraries Corporation for supplemental funding. Provider will be required to provide a SPIN number (Service Provider Identification Number) for participation Providers should familiarize themselves with E-Rate program requirements before submitting a proposal. End of Section 02 SECTION 03 SERVICE REQUIREMENTS Part 1 General 1.1. The following general requirements shall be considered mandatory for all qualified responses: 1.2. Complete and Cost Effective A. The Provider must provide a solution that is both functionally complete and cost effective. The Provider must demonstrate the ability, capacity, and flexibility to collaborate successfully and actively with GCS. B. Response shall include a summary description of the service being proposed and fully disclosed and inclusive cost Ongoing Improvements A. GCS is vitally interested in investing in solutions which have long-life and upgradeability to provide continuing and enhanced capabilities over time, including migration to evolving standards. Provider must describe its solution s ability to adapt to or incorporate improved technology. B. Response shall include a description of how the Provider s service fulfills this requirement Hosted Service

5 Page: 5 A. Service shall be fully hosted on cloud servers. There shall be no server expense for GCS. B. Response shall include a description of the hosting cloud. Part 2 Web Sites 2.1. District Site A. Provider shall host the district web site, including but not limited to, web pages, audio, video, forms, dynamic content, and all other web accessible information Department Sites A. Provider shall host department sites for all departments within GCS. Department sites shall include, but not limited to, web pages, audio, video, forms, dynamic content, and all other web accessible information. B. Department sites shall be built on templates to insure a uniform look and feel to the entire GCS web site School Sites A. Provider shall host school sites for all schools within GCS. School sites shall include, but not limited to, web pages, audio, video, forms, dynamic content, and all other web accessible information. B. School sites shall be built on templates to insure a uniform look and feel to the entire GCS web site Teacher Sites A. Provider shall host teacher sites for all teachers within GCS. Teacher sites shall include, but not limited to, web pages, audio, video, forms, dynamic content, and all other web accessible information. B. Teacher sites shall be built on templates to insure a uniform look and feel to the entire GCS web site. C. Teacher sites should be easy to create, edit, and maintain with limited technical skill Class Pages A. Provider shall host class pages for all classes within GCS. Class sites shall include, but not limited to, general information, assignments, grading information, and other class specific information. B. Class sites shall be organized and accessed according to class rosters, with roster information coming from PowerSchool. C. Class sites shall be built on templates to insure a uniform look and feel to the entire GCS web site. D. Class sites should be easy to create, edit, and maintain with limited technical skill Video Site A. Provider shall host video sites for GCS and GCS-TV. B. Site shall enable streaming of live and recorded content. C. Site shall be organized to provide a clean, consistent, and easy to use interface for news, instructional, and other video content. Part 3 Design 3.1. District Site Design A. Provider shall provide design assistance in creating the overall district theme. B. Assistance shall include functionality, look and feel, and other design issues regarded as important to the overall web site experience Template Design A. Provider shall provide design assistance in creating templates for the district, schools, and departments. B. Templates will be created as unique and specific templates for GCS. Templates may be based on premade templates, however it is expected that the template be customized to GCS branding, colors, fonts, navigation, and functionality.

6 Page: 6 C. Assistance shall include functionality, look and feel, and other design issues regarded as important to the overall web site experience. Part 4 Mobile 4.1. Service shall provide a mobile compatible website experience Website look and feel, information, and functional aspects shall be reproduced as closely as practical to the full desktop website No additional apps shall be required for basic website functionality If a mobile app is used to provide a more robust mobile experience, the app must be free for download and use, and available from the Apple App Store and Google Play. Part 5 Server-Side Applications 5.1. Service shall provide the ability to include server-side scripting Scripting shall be available in Javascript as well as other mainstream web application scripting Scripts shall be able to be loaded onto the server by GCS staff. Part 6 Compliance 6.1. Web Standards Compliance A. Web sites must be W3C compliant and function properly with all major operating systems and browsers including, but not limited to, Microsoft Windows, Macintosh, Linux, ios, Android, Internet Explorer, Chrome, Firefox, and Safari Accessibility and Privacy Compliance A. Provider shall insure that their service complies with The Americans with Disabilities Act (ADA), Children s Online Privacy Protection Act (COPPA), Children s Internet Protection Act (CIPA), and other applicable laws Security Compliance A. Service shall provide 128-bit encryption and secure socket layer (SSL) for all secure transactions. B. Service shall be hosted behind a leading firewall, and include real-time threat protection. C. Hosting facility shall be manned by 24 hour security. Part 7 Reliability 7.1. Provider shall describe its service in terms of bandwidth, storage, and up-time Bandwidth is expected to be sufficient to provide a good user experience both for employees and the public. Site access and response time shall be maintained at a continuous level of service of no more than a 5 second page load time Storage space shall be adequate for all reasonable needs of the district for web pages, calendars, classroom pages, and other general information including, but not limited to, documents, audio files, video files, etc Up-time shall be maintained at 99.9% or above Hosting service shall have redundant servers, redundant networks, and geographically diverse locations. Part 8 Lightweight Directory Access Protocol (LDAP) 8.1. Service shall be compatible with the Microsoft Active Directory implementation of LDAP User accounts for all employee and student users shall be implemented through Active Directory integration. Part 9 PowerSchool Compatibility 9.1. All aspects of the service including, but not limited to, teacher and staff rosters, student rosters, and class rosters shall be compatible with and receive data from the NC-DPI PowerSchool implementation Data transfer should be automatic and require no formatting, massaging, or other GCS personnel labor. Part 10 Public Directory Service shall provide for the creation of a public access directory to facilitate public usernames, passwords, and access.

7 Page: Public user passwords shall be able to be reset via a secure, online solution Service shall provide for the ability to subscribe to content and receive real-time updates via and mobile devices. Part 11 Communications Broadcast Service shall provide communications broadcast capabilities via and SMS text messaging Service shall use both PowerSchool staff and student rosters, as well as public directory rosters Communications shall be customized to GCS look and feel Communications shall be able to be sent to individuals, groups, classes, departments, or any other definable group. Part 12 Conversion Provider will provide all necessary time, labor, tools, etc. to move and convert the existing GCS websites to the new service. GCS shall only be required to provide minimal assistance with design, scheduling, etc Conversion shall be designed and planned to minimize disruption to current web services All current website content shall be converted to the new service Conversion shall incur no extra costs not included in the response. Part 13 Training Provider will supply training materials including print, web, and video explaining all functions of the web hosting service Provider will supply training materials for end users Provider will supply on-site training for train the trainer users. Training shall be scheduled once per year Provider will supply on-site training for technology system administrators as defined by GCS. Training shall be scheduled once per year. Part 14 Support Employee Support A. Provider will provide 24 hour, 7 day support. 1. Support shall be provided by and telephone. 2. Support shall be provided to all GCS employees. 3. Support personnel shall be able to perform any and all necessary tasks to provide a consistent user experience to the end user Public Support A. Provider will provide 24 hour, 7 day support. 1. Support shall be provided by and telephone. 2. Support shall be provided to all registered user of the GCS websites. 3. Support personnel shall be able to perform any and all necessary tasks to provide a consistent user experience to the end user Conversion Support A. Provider will provide full support for design and conversion from 8:00 AM to 5:00 PM Monday through Friday. B. Support personnel shall be able to perform any and all necessary tasks to provide a quick resolution to conversion tasks and issues. C. Support shall be provided by , telephone, and remote desktop. End of Section 03 SECTION 04 RESPONSE Part 1 General 1.1. This section contains instructions for Providers to use in preparing their proposals. The Provider s proposal must follow the outline in this RFP, including the Section and Numbering Headings.

8 Page: Failure to use the outline specified or to respond to all questions and instructions may result in the proposal being disqualified as non-responsive or receiving a reduced score GCS has sole discretion to determine whether a variance from the RFP requirements should result in either disqualification or reduction in scoring GCS seeks detailed, yet succinct, responses that demonstrate the Provider s experience and ability to perform the requirements of this RFP Providers may submit one (1) alternate proposal. The alternate shall be submitted separately and shall follow all requirements as listed in this RFP. Alternate proposals will be reviewed and scored according to the same requirements and guidelines as all other proposals. GCS is only interested in alternate proposals if the alternate is materially different than the main proposal. Alternate proposals shall be labeled clearly on the cover page ALTERNATE PROPOSAL. Part 2 Proposal 2.1. Quantity A. One (1) original and five (5) hard copies of the proposal shall be submitted. One (1) electronic copy is also required on either compact disk or USB drive Cover Page A. There must be a cover page as the first page of the proposal. B. Cover page shall match, as closely as possible, the sample cover page provided. C. Cover page shall be dated and signed by a person authorized to enter into contracts on behalf of the Provider Physical Format A. Proposal shall be bound or secured in a binder. B. Proposal shall be typed or printed. C. Proposal shall be single-spaced with 1 margins on white 8 ½ x 11 paper using a font no smaller than 12 point Times New Roman. D. All pages shall be numbered consecutively beginning with number 1 on the first page of the narrative (this does not include the cover page or table of contents pages) through to the end, including all forms and attachments. E. The Provider s name shall appear on every page, including attachments. F. Each attachment shall reference the Section and Number to which it corresponds Provider shall be concise and respond to each section and instruction. Number each response to correspond to the relevant section or instruction. Repeat the section or instruction (italics) prior to responding to the question or instruction Each section shall contain an answer. At a minimum the answer should be (Provider) agrees to this requirement Include any forms provided in the RFP package or reproduce those forms as closely as possible. All information shall be presented in the same order and format as described It is the responsibility of the Provider to include all information requested at the time of submission. Failure to provide information requested may, at the discretion of GCS, result in a lower scoring or the proposal being disqualified. End of Section 04 SECTION 05 EVALUATION Part 1 Review Team 1.1. A review team of qualified reviewers will judge the merits of the proposals in accordance with the criteria defined in the RFP, and in accordance with the most advantageous cost and effectiveness considerations for GCS.

9 Page: The review team reserves the right to communicate and/or schedule interviews/presentations with Providers, if needed to obtain clarification of information contained in the proposal. The review team may revise the scores assigned in the initial evaluation to reflect these communications and/or interviews/presentations. Changes to the proposal will not be permitted during any interview/presentation. Part 2 Acceptable Proposal 2.1. For any proposal to be considered acceptable it must meet all of the requirements listed in this RFP. Part 3 Scoring Weights 3.1. The total proposal score will be based on 100 points and will measure the degree to which each proposal meets the RFP requirements. A Price B Provider Qualifications and References C Web Sites D. 15 Design Services E. 15 Conversion Services F. 15 Training and Support Part 4 Scoring Process 4.1. The review team will use a consensus approach to evaluate the proposals. Members of the review team will score the proposals individually. The individual scores will be discussed by the entire team and final scores will come from a team consensus If a contract is awarded, the Provider will be chosen by having the proposal with the highest score, if all other requirements are met Cost Scoring A. The score for cost will be obtained through the following formula: 1. Lowest cost proposal will receive 25 points. 2. (lowest cost / cost) x 25 = prorated score. Part 5 Negotiation 5.1. The review team reserves the right to negotiate with the highest scoring Provider. Such negotiations may not significantly vary the content, nature, or requirements of the proposal In the event that an acceptable contract cannot be negotiated with the highest scoring Provider, the review team may withdraw its recommendation and negotiate with the next highest scoring Provider. Part 6 Selection and Award 6.1. The final recommendation regarding the award of a contract will be made by the review team to the GCS Board of Education Notification of the contract awards will be made in writing after approval by the GCS Board of Education Issuance of this RFP in no way constitutes a commitment by GCS to award a contract GCS Board of Education reserves the right to reject any and all proposals or to make multiple awards, whichever is most advantageous to GCS. End of Section 05

10 Page: 10 APPENDIX A Cover Page Request for Proposal Web Hosting Services Provider Address City, State Zip Phone Proposal Contact Address City, State Zip Phone Fax

11 Page: 11 APPENDIX B Pricing Page Request for Proposal Web Hosting Services Provider Address City, State Zip Phone Total Proposal Price (includes all costs associated with the proposal response.) $ per year Additional Options (Options may be listed if they are not requirements of the RFP. Only the Total Proposal Price shall be used in evaluation of the RFP Proposal. $ $ $ $ $ $ $ $ End of RFP End of Appendix B

12 Page: 12 BID REVIEW AND AWARD: Guilford County Schools reserves the right to reject any or all bids presented and to waive any informalities and irregularities. Award of this bid may be in whole or in part as deemed to be in the owner's best interest. All projects are awarded contingent upon funding. No bid may be withdrawn after the scheduled closing time for the receipt of bids for a period of 60 days. MAILING INSTRUCTIONS: Mail only one fully executed bid document, unless otherwise instructed, and only one bid per envelope. Address envelope and insert bid number as shown below: It is the responsibility of the bidder to have the bid in this office by the specified time and date of opening. DELIVERED BY US POSTAL SERVICE DELIVERED BY ANY OTHER MEANS BID NO BID NO Guilford County Schools Guilford County Schools Purchasing Dept. 501 W. Washington St. Purchasing Dept. 501 W. Washington St. Greensboro NC Greensboro NC ATTN: Velicia Moore ATTN: Velicia Moore TABULATIONS: The Division has implemented an Interactive Purchasing System (IPS) that allows the public to retrieve bid tabulations electronically from our Internet web site: < >. Click on the IPS BIDS icon, click on Search for Bid, enter the bid number, and then search. Tabulations will normally be available at this web site not later than one working day after opening. Lengthy tabulations may not be available on the Internet, and requests for these verbally or in writing cannot be honored. VENDOR REGISTRATION AND SOLICITATION NOTIFICATION SYSTEM: Vendor Link NC allows vendors to electronically register free with the State to receive electronic notification of current procurement opportunities for goods and services available on the Interactive Purchasing System. Online registration and other purchasing information are available on our Internet web site: < >. TRANSPORTATION CHARGES: FOB TO DESIGNATED SITE IN GUILFORD COUNTY, NC, WITH ALL TRANSPORTATION CHARGES PREPAID AND INCLUDED IN THE BID PRICE. DESCRIPTIVE LITERATURE: All proposals must be accompanied by complete, descriptive literature, specifications and other pertinent data necessary for their complete evaluation. INFORMATION REQUIRED WITH BID: Indicate manufacturers model numbers and prices of items offered in the spaces provided. Submit complete descriptive literature and specifications on all items offered. Bids which fail to comply may be subject to rejection DELIVERY: Substantial completion date is N/A. Final Completion date is N/A. REFERENCES: The Guilford County Schools reserves the right to require upon its request a list of users of the exact model of equipment bid. The Guilford County Schools may contact these users to determine quality level of the offered equipment. Such information may be considered in the evaluation of the bid. WARRANTY: The contractor warrants to the owner that all equipment furnished under this specification will be new, of good material and workmanship, and agrees to replace promptly any part or parts which by reason of defective material or workmanship shall fail under normal use, free of negligence or accident, for a minimum period of twelve (12) months from date put in operation. Such replacement shall include all parts, labor, and transportation cost to the location where equipment is down, free of any charge to the owner or his representative. SCOPE: If specified, all items called for in the Invitation to Bids shall be furnished, delivered, off-loaded, completely installed and left ready for use. Any item not specifically requested, but necessary for a complete installation, shall be included. The successful bidder shall assume complete responsibility for the proper fitting of his equipment. BRAND NAME: Unless otherwise indicated, manufacturer names and model numbers specified are used for purposes of identifying and establishing general quality level desired. Such references are not intended to be restrictive and comparable products of other manufacturers will be considered. The specifications following are the minimum acceptable

13 Page: 13 by the Guilford County Schools. Any deviations from the specifications shall be so stated in writing in the bidder s response. INSURANCE The following insurance requirements supersede the N C. General Contract Terms and Conditions (Item No. 18, Page 15 -Insurance). THE GUILFORD COUNTY SCHOOLS REQUIRE THE FOLLOWING INSURANCE COVERAGES: a. Workmen's Compensation Insurance The Contractor shall maintain during the life of his contract all such workmen's compensation insurance as is or may be required by the laws of North Carolina. b. Public Liability Insurance The Contractor shall maintain public liability insurance covering his liability for bodily injury and property damage which may arise from his operations, contractual obligations, products and completed operations, as well as operations performed by independent contractors, in not less than the following amounts: 1. A combined single limit (CSL) of $1,000,000 each occurrence, or 2. A $1,000,000 limit for Bodily Injury Liability, and $1,000,000 limit for Property Damage Liability. An occurrence form of policy will be required, and the certificate of insurance submitted by the Contractor must be personally signed by a resident licensed agent of each of the companies listed on that form. c. Certificate of Insurance Each Contractor shall furnish the Owner a certificate of insurance showing that the required workmen's compensation and public liability insurance are carried by the Contractor. The certificate of insurance should show that it is issued to or at the request of the Guilford County Board of Education, High Point, North Carolina. All insurance carriers shall be licensed to do business in North Carolina or approved to issue insurance coverage by the Commission of Insurance of North Carolina. The certificate of insurance shall include substantially the following provision: The insurance policies to which this certificate refers shall not be altered or canceled until after ten (10) days' written notice of such cancellation or alteration has been sent by certified mail to the Guilford County Board of Education, High Point, North Carolina. d. Right to Reject The Board of Education reserves the right to reject any carrier of insurance shown in the certificate of insurance by the Contractor on the grounds of poor claim service or financial responsibility. IMPORTANT NOTES: Please be sure to describe your best warranty offering, any special training or special benefits at no charge that may be available, and any unique benefits you may offer. Award may be determined by best value analysis not necessarily the lowest price received. TAXES: Guilford County Schools is NOT Tax-Exempt. Unless otherwise indicated, tax must be computed and added to your bid. Any itemized shipping charges are also subject to tax. When invoiced, tax should be invoiced as a separate line item. Purchases made by Guilford County Schools are contingent upon available funding.

14 Page: 14 NCTC Services 11/01/10 NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS (Contractual and Consultant Services) 1. GOVERNING LAW: This contract is made under and shall be governed and construed in accordance with the laws of the State of North Carolina. 2. SITUS: The place of this contract, its situs and forum, shall be Guilford County, North Carolina, where all matters, whether sounding in contract or tort, relating to its validity, construction, interpretation and enforcement shall be determined 3. INDEPENDENT CONTRACTOR: The Contractor shall be considered to be an independent contractor and as such shall be wholly responsible for the work to be performed and for the supervision of its employees. The Contractor represents that it has, or will secure at its own expense, all personnel required in performing the services under this agreement. Such employees shall not be employees of, or have any individual contractual relationship with the Guilford County School District. 4. KEY PERSONNEL: The Contractor shall not substitute key personnel assigned to the performance of this contract without prior written approval by the District s Contract Administrator. The individuals designated as key personnel for purposes of this contract are those specified in the Contractor s proposal. 5. SUBCONTRACTING: Work proposed to be performed under this contract by the Contractor or its employees shall not be subcontracted without prior written approval of the District s Contract Administrator. Acceptance of an offeror s proposal shall include any subcontractor(s) specified therein. 6. PERFORMANCE AND DEFAULT: If, through any cause, the Contractor shall fail to fulfill in timely and proper manner the obligations under this agreement, the District shall thereupon have the right to terminate this contract by giving written notice to the Contractor and specifying the effective date thereof. In that event, all finished or unfinished deliverable items under this contract prepared by the Contractor shall, at the option of the District, become its property, and the Contractor shall be entitled to receive just and equitable compensation for any satisfactory work completed on such materials. Notwithstanding, the Contractor shall not be relieved of liability to the District for damages sustained by the District by virtue of any breach of this agreement, and the Agency may withhold any payment due the Contractor for the purpose of setoff until such time as the exact amount of damages due the District from such breach can be determined. In case of default by the Contractor, the District may procure the services from other sources and hold the Contractor responsible for any excess cost occasioned thereby. The District reserves the right to require a performance bond or other acceptable alternative performance guarantees from successful offeror without expense to the District. In addition, in the event of default by the Contractor under this contract, the District may immediately cease doing business with the Contractor, immediately terminate for cause all existing contracts the District has with the Contractor, and de-bar the Contractor from doing future business with the District. Upon the Contractor filing a petition for bankruptcy or the entering of a judgment of bankruptcy by or against the Contractor, the District may immediately terminate, for cause, this contract and all other existing contracts the Contractor has with the District, and de-bar the Contractor from doing future business Neither party shall be deemed to be in default of its obligations hereunder if and so long as it is prevented from performing such obligations by any act of war, hostile foreign action, nuclear explosion, riot, strikes, civil insurrection, earthquake, hurricane, tornado, or other catastrophic natural event or act of God. 7. TERMINATION: The District may terminate this agreement at any time by days notice in writing from the District to the Contractor. In that event, all finished or unfinished deliverable items prepared by the Contractor under this contract shall, at the option of the District, become its property. If the contract is terminated by the District as provided herein, the Contractor shall be paid for services satisfactorily completed, less payment or compensation previously made. 8. PAYMENT TERMS: Payment terms are Net not later than 30 days after receipt of correct invoice(s) or acceptance of services, whichever is later, or in accordance with any special payment schedule identified in this RFP. The using District is responsible for all payments to the contractor under the contract. Payment by some agencies may be made by procurement card and it shall be accepted by the contractor for payment if the contractor accepts that card (Visa, Mastercard, etc.) from other customers. If payment is made by procurement card, then payment may be processed immediately by the contractor. 9. AVAILABILITY OF FUNDS: Any and all payments to the Contractor are dependent upon and subject to the availability of funds to the District for the purpose set forth in this agreement. 10. CONFIDENTIALITY: Any information, data, instruments, documents, studies or reports given to or prepared or assembled by the Contractor under this agreement shall be kept as confidential and not divulged or made available to any individual or organization without the prior written approval of the District.

15 Page: CONFIDENTIALITY: Any information, data, instruments, documents, studies or reports given to or prepared or assembled by the Contractor under this agreement shall be kept as confidential and not divulged or made available to any individual or organization without the prior written approval of the District. 12. CARE OF PROPERTY: The Contractor agrees that it shall be responsible for the proper custody and care of any property furnished it for use in connection with the performance of this contract or purchased by it for this contract and will reimburse the District for loss of damage of such property. 13. COPYRIGHT: No deliverable items produced in whole or in part under this agreement shall be the subject of an application for copyright by or on behalf of the Contractor. 14. ACCESS TO PERSONS AND RECORDS: The State Auditor and the using agency s internal auditors shall have access to persons and records as a result of all contracts or grants entered into by State agencies or political subdivisions in accordance with General Statute and Session Law , Section 21 (i.e., the State Auditors and internal auditors may audit the records of the contractor during the term of the contract to verify accounts and data affecting fees or performance). 15. ASSIGNMENT: No assignment of the Contractor s obligations nor the Contractor s right to receive payment hereunder shall be permitted. However, upon written request approved by the issuing purchasing authority, the District may: a. Forward the contractor s payment check(s) directly to any person or entity designated by the Contractor, or b. Include any person or entity designated by Contractor as a joint payee on the Contractor s payment check(s). In no event shall such approval and action obligate the District to anyone other than the Contractor and the Contractor shall remain responsible for fulfillment of all contract obligations. 16. COMPLIANCE WITH LAWS: The Contractor shall comply with all laws, ordinances, codes, rules, regulations, and licensing requirements that are applicable to the conduct of its business, including those of federal, state, district, and local agencies having jurisdiction and/or authority. 17. AFFIRMATIVE ACTION: The Contractor shall take affirmative action in complying with all Federal and State requirements concerning fair employment and employment of people with disabilities, and concerning the treatment of all employees without regard to discrimination by reason of race, color, religion, sex, national origin, or disability. 18. INSURANCE: During the term of the contract, the contractor at its sole cost and expense shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the contract. As a minimum, the contractor shall provide and maintain the following coverage and limits: a. Worker s Compensation - The contractor shall provide and maintain Worker s Compensation Insurance, as required by the laws of North Carolina, as well as employer s liability coverage with minimum limits of $150,000.00, covering all of Contractor s employees who are engaged in any work under the contract. If any work is subcontracted, the contractor shall require the subcontractor to provide the same coverage for any of its employees engaged in any work under the contract. b. Commercial General Liability - General Liability Coverage on a Comprehensive Broad Form on an occurrence basis in the minimum amount of $500, Combined Single Limit. (Defense cost shall be in excess of the limit of liability. c. Automobile - Automobile Liability Insurance, to include liability coverage, covering all owned, hired and non-owned vehicles, used in connection with the contract. The minimum combined single limit shall be $150, bodily injury and property damage; $150, uninsured/under insured motorist; and $1, medical payment. Providing and maintaining adequate insurance coverage is a material obligation of the contractor and is of the essence of this contract. All such insurance shall meet all laws of the State of North Carolina. Such insurance coverage shall be obtained from companies that are authorized to provide such coverage and that are authorized by the Commissioner of Insurance to do business in North Carolina. The contractor shall at all times comply with the terms of such insurance policies, and all requirements of the insurer under any such insurance policies, except as they may conflict with existing North Carolina laws or this contract. The limits of coverage under each insurance policy maintained by the contractor shall not be interpreted as limiting the contractor s liability and obligations under the contract. 19. ADVERTISING: The offeror shall not use the award of a contract as part of any news release or commercial advertising. 20. ENTIRE AGREEMENT: This contract and any documents incorporated specifically by reference represent the entire agreement between the parties and supersede all prior oral or written statements or agreements. This Request for Proposals, any addenda thereto, and the offeror s proposal are incorporated herein by reference as though set forth verbatim. All promises, requirements, terms, conditions, provisions, representations, guarantees, and warranties contained herein shall survive the contract expiration or termination date unless specifically provided otherwise herein, or unless superseded by applicable Federal or State statutes of limitation.

16 Page: AMENDMENTS: This contract may be amended only by written amendments duly executed by the District and the Contractor. The NC Division of Purchase and Contract shall give prior approval to any amendment to a contract awarded through that office. 22. TAXES: G.S bars the Secretary of Administration from entering into contracts with vendors if the vendor or its affiliates meet one of the conditions of G. S (b) and refuse to collect use tax on sales of tangible personal property to purchasers in North Carolina. Conditions under G. S (b) include: (1) Maintenance of a retail establishment or office, (2) Presence of representatives in the State that solicit sales or transact business on behalf of the vendor and (3) Systematic exploitation of the market by media-assisted, media-facilitated, or media-solicited means. By execution of the proposal document the vendor certifies that it and all of its affiliates, (if it has affiliates), collect(s) the appropriate taxes. 23. GENERAL INDEMNITY: The contractor shall hold and save the District, its officers, agents, and employees, harmless from liability of any kind, including all claims and losses accruing or resulting to any other person, firm, or corporation furnishing or supplying work, services, materials, or supplies in connection with the performance of this contract, and from any and all claims and losses accruing or resulting to any person, firm, or corporation that may be injured or damaged by the contractor in the performance of this contract and that are attributable to the negligence or intentionally tortious acts of the contractor provided that the contractor is notified in writing within 30 days that the District has knowledge of such claims. The contractor represents and warrants that it shall make no claim of any kind or nature against the District s agents who are involved in the delivery or processing of contractor goods to the District. The representation and warranty in the preceding sentence shall survive the termination or expiration of this contract. 24. OUTSOURCING: Any vendor or subcontractor providing call or contact center services to the State of North Carolina or any of its agencies or districts shall disclose to inbound callers the location from which the call or contact center services are being provided. If, after award of a contract, the contractor wishes to outsource any portion of the work to a location outside the United States, prior written approval must be obtained from the Guilford County Schools District. Vendor must give notice to the Guilford County Schools of any relocation of the vendor, employees of the vendor, subcontractors of the vendor, or other persons performing services under a contract outside of the United States. 24. SPECIAL REQUIREMENTS REGARDING CRIMINAL BACKGROUND A. Criminal Background Investigations of individuals working on school property (sites occupied with students and sites not occupied with students). B. At a minimum, a vendor shall obtain a complete North Carolina statewide criminal background investigation for all employees who will work on a site, covering a period for the last seven (7) years. In the event that the vendor is from out of state, the criminal background investigation shall be broadened to include their home state, as well as the state of North Carolina as outlined above. The company providing such information must be recognized by local law enforcement agency as qualified to do so. All costs associated with these criminal background checks is the responsibility of the vendor. On sites that are occupied with students and staff, a daily sign-in sheet will be presented by each prime contractor to the principal and SRO Student Resource Officer by 9:00 a.m. each morning. If there is no SRO provide to the Principal. This list will contain the name of each person on site and the company they work for. C. Any individual with the following criminal convictions or pending charges will NOT be permitted on any school project or property. 1. Child Molestation or Abuse or indecent liberties with a child; 2. Rape; 3. Any Sexually Oriented Crime; 4. Drugs: Felony use, possession or distribution;. 5. Murder, manslaughter or other death related charge; or 6. Assault with a deadly weapon or assault with intent to kill. D. Any individual with a prior conviction or pending charges contained in the aforementioned list, shall be banned (not allowed) from any school project or property. E. Each person on site must wear a plastic laminated identification badge or item of clothing that identifies the name of the company and the person s name. These badges are to be computer produced at a font large enough to be clearly visible. Guilford County Schools, may, at any time, request verification of criminal background investigation for any employee on school property.

NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS

NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS 1. PERFORMANCE AND DEFAULT: If, through any cause, Vendor shall fail to fulfill in timely and proper manner the obligations under this contract, the

More information

Independent Contractor Agreement Form

Independent Contractor Agreement Form Independent Contractor Agreement Form AGREEMENT is made this on (date), by and between Central Piedmont Community College/CPCC (Herein after referred to as CPCC) and (Herein after referred to as Contractor

More information

NORTH CAROLINA CENTRAL UNIVERSITY

NORTH CAROLINA CENTRAL UNIVERSITY NORTH CAROLINA CENTRAL UNIVERSITY PROFESSIONAL SERVICES AGREEMENT Between North Carolina Central University 1801 Fayetteville Street Durham, North Carolina 27707 And THIS AGREEMENT made and entered into

More information

Attachment A GENERAL TERMS AND CONDITIONS Private- Food Service Management Company

Attachment A GENERAL TERMS AND CONDITIONS Private- Food Service Management Company Attachment A GENERAL TERMS AND CONDITIONS Private- Food Service Management Company Relationships of the Parties Independent Contractor: The Food Service Management Company is and shall be deemed to be

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236

More information

GUILFORD COUNTY SCHOOLS RFP # 5645 Request for Proposal to Provide Language Facilitation Services

GUILFORD COUNTY SCHOOLS RFP # 5645 Request for Proposal to Provide Language Facilitation Services GUILFORD COUNTY SCHOOLS RFP # 5645 Request for Proposal to Provide Language Facilitation Services Proposals are being solicited for Language Facilitation services for students in the Guilford County Schools.

More information

NORTH CAROLINA GENERAL ASSEMBLY

NORTH CAROLINA GENERAL ASSEMBLY NORTH CAROLINA GENERAL ASSEMBLY Recommendations for Improving the Internal Auditing System within State Agencies and State-Supported Institutions Including Proposed Legislation and Cost Estimates REQUEST

More information

GUILFORD COUNTY SCHOOLS RFP # 5781 Request For Proposal to provide Nursing/Nursing Assistant Services (CNA)

GUILFORD COUNTY SCHOOLS RFP # 5781 Request For Proposal to provide Nursing/Nursing Assistant Services (CNA) GUILFORD COUNTY SCHOOLS RFP # 5781 Request For Proposal to provide Nursing/Nursing Assistant Services (CNA) Proposals are being solicited for Nursing Services (CNA) for students in the Guilford County

More information

GUILFORD COUNTY SCHOOLS RFP # 5651 Request For Proposal to provide Occupational Therapy Services

GUILFORD COUNTY SCHOOLS RFP # 5651 Request For Proposal to provide Occupational Therapy Services GUILFORD COUNTY SCHOOLS RFP # 5651 Request For Proposal to provide Occupational Therapy Services Proposals are being solicited for Occupational Therapy Services for students in the Guilford County Schools.

More information

Cumberland County Schools

Cumberland County Schools Cumberland County Schools INVITATION FOR BIDS DUE DATE FOR BID: 3:00 pm (ET) October 31, 2017 Refer all inquiries to: Kevin Coleman Item: Windows Laptops Telephone No: 910-678-2549 E-Mail: kevincoleman@ccs.k12.nc.us

More information

Using Agency Name: Vance-Granville Community College (See page 2 for mailing instructions.) Agency Requisition No

Using Agency Name: Vance-Granville Community College (See page 2 for mailing instructions.) Agency Requisition No VANCE-GRANVILLE COMMUNITY COLLEGE INVITATION FOR BIDS NO. 129-012208 PO BOX 917 200 COMMUNITY COLLEGE RD. HENDERSON, NC 27536 Refer ALL Inquiries to: Ken Lewis Telephone No. 252-738-3304 E-Mail: lewis@vgcc.edu

More information

Tire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal

Tire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal Tire Disposal Lincoln County Solid Waste RFP #2015-0709 Tire Disposal 1. Introduction 1.1. Lincoln County Solid Waste is seeking proposals from qualified Contractors interested in providing a minimum of

More information

REQUEST FOR QUOTE Wake County Public School System

REQUEST FOR QUOTE Wake County Public School System REQUEST FOR QUOTE Wake County Public School System Purchasing Department 1551 Rock Quarry Road Raleigh NC 27610 (919) 694-8729 FAX (919) 856-8107 5/10/18 2:00 PM 10 DAYS ARO COMPANY QUOTING: QUOTATION

More information

REQUEST FOR QUOTATION Wake County Public School System

REQUEST FOR QUOTATION Wake County Public School System REQUEST FOR QUOTATION Wake County Public School System Purchasing Department WCPSS RESERVES THE RIGHT TO AWARD LINE BY LINE OR TO THE OVERALL LOWEST BIDDER. 1551 Rock Quarry Road ALL APPLICABLE SHIPPING

More information

REQUEST FOR QUALIFICATIONS LINCOLN COUNTY, NORTH CAROLINA RFQ NO.:

REQUEST FOR QUALIFICATIONS LINCOLN COUNTY, NORTH CAROLINA RFQ NO.: 1. INTRODUCTION REQUEST FOR QUALIFICATIONS LINCOLN COUNTY, NORTH CAROLINA RFQ NO.: 2014-0623 Lincoln County is requesting that qualified firms and organizations submit a Statement of Qualifications to

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 PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO

REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO. 018-017 NOTICE The Liberty Public School District #53 (District) will accept proposals for video interviewing software as described in the attached

More information

SANDHILLS COMMUNITY COLLEGE REQUEST FOR PROPOSALS RFP #

SANDHILLS COMMUNITY COLLEGE REQUEST FOR PROPOSALS RFP # SANDHILLS COMMUNITY COLLEGE REQUEST FOR PROPOSALS RFP # 02182019 TITLE: USING AGENCY: Steed Hall Greenhouse Renovations Sandhills Community College ISSUE DATE: February 18, 2019 ISSUING AGENCY: Sandhills

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6104 Joe Farrar farrarj@gcsnc.com (336) 370-3236

More information

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

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

More information

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019 Request for Proposal Internet Access Peach Public Libraries E-Rate Funding Year 2018 July 1, 2018 - June 30, 2019 FY2018 Form 471 Window The FCC Form 471 must be certified on or before March 22, 2018 at

More information

STATE OF NORTH CAROLINA REQUEST FOR PROPOSALS 73-RFP Deployment Plan for Microsoft SharePoint Intranet and E-Portfolio

STATE OF NORTH CAROLINA REQUEST FOR PROPOSALS 73-RFP Deployment Plan for Microsoft SharePoint Intranet and E-Portfolio STATE OF NORTH CAROLINA REQUEST FOR PROPOSALS 73-RFP12346 1 TITLE: USING AGENCY: Deployment Plan for Microsoft SharePoint Intranet and E-Portfolio Western Carolina University IT Division ISSUE DATE: February

More information

City of Loveland, Ohio

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

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL TITLE: Presidential Search Consulting Services USING AGENCY: Bladen Community College (BCC) ISSUE DATE: May 1, 2018 Sealed Proposals subject to the conditions made a part hereof will

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

Contract Type: Open market. Commodity: Grant writing services. Agency Requisition No. N/A

Contract Type: Open market. Commodity: Grant writing services. Agency Requisition No. N/A Guilford County Schools REQUEST FOR PROPOSALS NO. 189-5976 Purchasing Dept. 501 W. Washington St. Bids due: October 30, 2017 at 5:00 PM EDT Greensboro NC 27401 Refer ALL Inquiries to: Contract Type: Open

More information

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For

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

More information

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

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

Botetourt County Public Schools

Botetourt County Public Schools Botetourt County Public Schools Request for Proposals # 18-5000 for Architectural and Engineering Services Related to the Design of a New Elementary School One (1) original and four (4) copies of sealed

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

INVITATION FOR BIDS DRIVER EDUCATION SERVICES GUILFORD COUNTY SCHOOLS MAY, 2012 BID # Guilford County Schools Greensboro, North Carolina

INVITATION FOR BIDS DRIVER EDUCATION SERVICES GUILFORD COUNTY SCHOOLS MAY, 2012 BID # Guilford County Schools Greensboro, North Carolina INVITATION FOR BIDS GUILFORD COUNTY SCHOOLS MAY, 2012 BID # 5371 Guilford County Schools Greensboro, North Carolina Page 1 of 11 Sealed bids will be received by Guilford County Schools (GCS) until 10:00am

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

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

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders.

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders. CITY OF LACEY, WASHINGTON REQUEST FOR STATEMENTS OF QUALIFICATIONS # AG-16.0370 GRAPHIC DESIGN, BRANDING, AND USER INTERFACE DESIGN SERVICES March 1, 2018 OVERVIEW The City of Lacey, Washington, is accepting

More information

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

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

More information

Proposal No:

Proposal No: City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Demolition Asbestos /Abatement of Two (2) Structures

More information

WAKE COUNTY PUBLIC SCHOOL INVITATION FOR BIDS NO SYSTEM Bids will be publicly opened: MARCH 24, 2015 PURCHASING DEPARTMENT

WAKE COUNTY PUBLIC SCHOOL INVITATION FOR BIDS NO SYSTEM Bids will be publicly opened: MARCH 24, 2015 PURCHASING DEPARTMENT Page: 1 WAKE COUNTY PUBLIC SCHOOL INVITATION FOR BIDS NO. 15-342 SYSTEM Bids will be publicly opened: MARCH 24, 2015 PURCHASING DEPARTMENT Refer ALL Inquiries to: RICK HUNTER E-Mail: rhunter@wcpss.net

More information

Speech-Language Therapy Services for Non Public School Students. Wake County Public School System

Speech-Language Therapy Services for Non Public School Students. Wake County Public School System WAKE COUNTY PUBLIC SCHOOL SYSTEM REQUEST FOR PROPOSAL TITLE: USING AGENCY: ISSUING AGENCY: Speech-Language Therapy Services for Non Public School Students Wake County Public School System Wake County Public

More information

NORTH CAROLINA CENTRAL UNIVERSITY

NORTH CAROLINA CENTRAL UNIVERSITY NORTH CAROLINA CENTRAL UNIVERSITY PERFORMER ENGAGEMENT AGREEMENT North Carolina Central University ( NCCU ), a constituent institution of the University of North Carolina System and Legal Name: ( Contractor

More information

Request for Proposal # Postage Meter Lease & Maintenance Service

Request for Proposal # Postage Meter Lease & Maintenance Service Request for Proposal # 2018-025 Postage Meter Lease & Maintenance Service Due Date: October 19, 2017 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500

More information

Network Cabling Upgrade/Renovation. Request for Proposal

Network Cabling Upgrade/Renovation. Request for Proposal Network Cabling Upgrade/Renovation Request for Proposal Contents 1 Administrative Overview... 4 1.1 Objectives... 4 1.2 Communication... 4 1.3 Schedule of RFP Activities... 4 1.4 Questions Regarding this

More information

University of North Carolina at Charlotte

University of North Carolina at Charlotte University of North Carolina at Charlotte REQUEST FOR PROPOSAL RFP #66-2238 SB TITLE: Website Design ISSUE DATE: April 4, 2008 DEADLINE: ISSUING AGENCY: April 22, 2008 @ 3:00 PM UNC Charlotte Materials

More information

INVITATION FOR BID VENDOR: BID OPENING:

INVITATION FOR BID VENDOR: BID OPENING: Wicomico County Purchasing Department 125 N. Division Street, Room B-3 Salisbury, Maryland 21801 INVITATION FOR BID PROJECT: DEPARTMENT: Airport Traffic Control Tower Shades Airport VENDOR: NAME: ADDRESS:

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PUR939 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CONSTRUCTION OF THREE NEW HOMES AT VILLAGE AT ARCADE MILL MANDATORY PRE-BID MEETING: 8:30 A.M. MAY 31, 2018 The City of Rock Hill, South Carolina

More information

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed INVITATION TO BID Sealed bids will be received by the Kent County Road Commission, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Thursday, November 29, 2018, 8:30 AM deadline, at which time

More information

PURCHASING DEPARTMENT

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

More information

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

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

More information

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-2 2 7-7 0 0 0 F A X 2 2 9-2 2 7-3 2 4 3 w w w. t h o m a s v i l l e. o r g REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES Proposals

More information

REQUEST FOR QUOTATION Wake County Public School System

REQUEST FOR QUOTATION Wake County Public School System REQUEST FOR QUOTATION Wake County Public School System Purchasing Department 1551 Rock Quarry Road Raleigh NC 27610 QUOTATION NO DATE bamartin@wcpss.net 17-402 4-21-17 The above number must appear on all

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

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

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

Request for Proposal # Executive Recruitment Services

Request for Proposal # Executive Recruitment Services Request for Proposal # 2019-001 Executive Recruitment Services Due Date: July 19, 2018 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500 N. Main Street,

More information

Invitation To Bid. for

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

More information

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

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # ) REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO (PPLD RFP #490-16-01) Pikes Peak Library District ( PPLD ) invites qualified

More information

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES SILVER FALLS SCHOOL DISTRICT REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES DEADLINE FOR RECEIPT OF RFP: TO BE OPENED BY: May 1, 2016 at 3:00 p.m. Superintendent Andy Bellando Silver Falls School District

More information

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO REQUEST FOR PROPOSAL For 21c Roof Replacement PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO PPLD RFP # 490-18-05 The Pikes Peak Library District (PPLD) invites qualified Roofing Contractors (The Company

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

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

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

More information

Request for Proposals

Request for Proposals Request for Proposals File Migration Assistance to Office 365 ISSUE DATE: 9/14/2017 PROPOSAL DEADLINE: 10/12/2017, 4:30 PM CT PROPOSALS RECEIVED AFTER THE DEADLINE WILL BE RETURNED UNOPENED Proposal Submission

More information

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO High Plains Library District (HPLD) invites qualified firm to submit a response to a Request for Proposal for legal

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

St. George CCSD #258

St. George CCSD #258 St. George CCSD #258 ATTENTION Please read specifications for complete proposal instructions! Specifications Mowing and Lawn Services Proposals Due At: St. George CCSD #258 5200 E. Center Street Bourbonnais,

More information

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.

More information

Request for Proposal. Electronic Health Records and Practice Management Software

Request for Proposal. Electronic Health Records and Practice Management Software Request for Proposal Electronic Health Records and Practice Management Software PRE-BID MUST BE RECEIVED BY 9:00 a.m., November 5, 2014 1 NOTICE TO VENDORS CHA is seeking proposals for the purchase, delivery,

More information

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste Request for Proposal #2019-020 Grinding and Processing Services for Yard/Pallet Waste Due Date: October 23, 2018 Time: 2:00 pm Receipt Location: Government Building 500 N. Main Street, Suite #709 Administrative

More information

Request for Proposal Internet Access

Request for Proposal Internet Access Philadelphia/Neshoba County Public Library Request for Proposal Internet Erate Funding Year July 1, 2015 through June 30, 2016 REQUEST FOR PROPOSAL Internet Philadelphia/Neshoba County Public Library January

More information

REQUEST FOR PROPOSAL 3102 TRUCK DRIVING SIMULATOR

REQUEST FOR PROPOSAL 3102 TRUCK DRIVING SIMULATOR REQUEST FOR PROPOSAL 3102 TRUCK DRIVING SIMULATOR Prepared by Community College of Allegheny County Purchasing Department Office of College Services 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233

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

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6050 Cafeteria furniture for Page High School

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

CITY OF BIRMINGHAM, MICHIGAN REQUEST FOR PROPOSALS (RFP) WIRELESS NETWORK

CITY OF BIRMINGHAM, MICHIGAN REQUEST FOR PROPOSALS (RFP) WIRELESS NETWORK CITY OF BIRMINGHAM 151 MARTIN STREET, BIRMINGHAM, MICHIGAN 48009 POST OFFICE BOX 3001, BIRMINGHAM, MICHIGAN 48012 Phone (248) 644-1800/ Fax (248) 644-5614 CITY OF BIRMINGHAM, MICHIGAN REQUEST FOR PROPOSALS

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

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

INVITATION FOR BID NO T-SHIRTS FOR THE FY19 COMMUTER CONNECTIONS BIKE TO WORK DAY EVENT

INVITATION FOR BID NO T-SHIRTS FOR THE FY19 COMMUTER CONNECTIONS BIKE TO WORK DAY EVENT INVITATION FOR BID NO. 19-004 T-SHIRTS FOR THE FY19 COMMUTER CONNECTIONS BIKE TO WORK DAY EVENT Offerors shall submit one (1) electronic copy of their bid to: purchasing@mwcog.org & aturay@mwcog.org c/o

More information

ADVERTISEMENT FOR BID

ADVERTISEMENT FOR BID ADVERTISEMENT FOR BID Lake Charles Harbor and Terminal District 751 Bayou Pines East, Suite P (70601) P.O. Box 3753 Lake Charles, LA 70602 The Lake Charles Harbor and Terminal District (Port of Lake Charles)

More information

REQUEST FOR PROPOSAL (RFP) ARCHITECTURAL & DESIGN SERVICES FOR RAWLINGS LIBRARY SPACE PLANNING & INTERIOR RENOVATION

REQUEST FOR PROPOSAL (RFP) ARCHITECTURAL & DESIGN SERVICES FOR RAWLINGS LIBRARY SPACE PLANNING & INTERIOR RENOVATION REQUEST FOR PROPOSAL (RFP) ARCHITECTURAL & DESIGN SERVICES FOR RAWLINGS LIBRARY SPACE PLANNING & INTERIOR RENOVATION REQUEST FOR PROPOSAL DATE: February 16, 2018 PROPOSALS DUE Not Later Than: 3:00PM (Mountain

More information

INVITATION FOR BID VENDOR: BID OPENING:

INVITATION FOR BID VENDOR: BID OPENING: Wicomico County Purchasing Department 125 N. Division Street, Room B-3 Salisbury, Maryland 21801 INVITATION FOR BID PROJECT: DEPARTMENT: Crushed Aggregate Products Public Works Roads Division VENDOR: NAME:

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

SUPPLIER - TERMS AND CONDITIONS Materials and Goods

SUPPLIER - TERMS AND CONDITIONS Materials and Goods SUPPLIER - TERMS AND CONDITIONS Materials and Goods 1. BINDING EFFECT; ACCEPTANCE. This purchase order and all subsequent purchase orders delivered by Buyer to Seller (each, an "order"), shall be governed

More information

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades Posting Date: January 8, 2014 Response Deadline: January 29, 2014 3:00 p.m.central Standard Time (CST)

More information

GREENVILLE UTILITIES COMMISSION

GREENVILLE UTILITIES COMMISSION GREENVILLE UTILITIES COMMISSION GREENVILLE, NORTH CAROLINA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL SERVICES FOR ARCHITECTURAL DESIGN AND ENGINEERING SERVICES FOR RENOVATION OF FIRST FLOOR AND EXTERIOR

More information

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding PUR413 May 22, 2013 MANDATORY PRE-BID MEETING JUNE 06, 2013 VEGETATION Center Grinding Time: We are pleased to invite your company to a mandatory pre-bid meeting on June 06, 2013 @ 10:00 A.M. SHARP! Late

More information

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE REQUEST FOR PROPOSAL CITY OF GAINESVILLE REQUEST FOR PROPOSAL PROPOSAL No. 18024 Cameras-Lakeside Plant (Per Attached Specifications) Proposal Release: March 9, 2018 Proposal Questions Deadline: Proposal Due Date: March 23,

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

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Champaign Park District: Request for Bids for Playground Surfacing Mulch May 14, 2018 Dear Potential Bidder: The Champaign Park District is requesting bids for the purchase of playground surfacing mulch (FIBAR). Enclosed is a copy of the bid information. Sealed bids shall be

More information

REQUEST FOR PROPOSALS SECURITY SYSTEMS INTEGRATOR ACCESS CONTROL

REQUEST FOR PROPOSALS SECURITY SYSTEMS INTEGRATOR ACCESS CONTROL REQUEST FOR PROPOSALS March 17, 2017 SECURITY SYSTEMS INTEGRATOR ACCESS CONTROL MANDATORY PRE PROPOSAL CONFERENCE 3:00 PM, Monday, April 17, 2017 PROPOSAL SUBMISSION DEADLINE 3:00 PM, Monday, May 8, 2017

More information

Request For Proposal (RFP) for

Request For Proposal (RFP) for Charter Township of Canton Request For Proposal (RFP) for DIGITAL MEDIA AND AUDIO VISUAL SERVICES Contact: Dave Harris Phone: 734 394-5274 E-mail: dave.harris@canton-mi.org Date Issued: 5/24/2018 Due Date

More information

NUTANIX 1450 SERVER AND SUPPORT

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

More information

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

PURCHASE ORDER ACKNOWLEDGEMENT

PURCHASE ORDER ACKNOWLEDGEMENT PURCHASE ORDER These Terms and Conditions shall apply to this Purchase Order attached hereto as Exhibit A and to all subsequent transactions (whether or not a Purchase Order is used) between Marquette

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

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Posting Date: April 22, 2013 Response Deadline: May 6, 2013 10:00 a.m. Central Daylight Time (CDT) To: John Machnik,

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) Ladue School District hereby invites the submission of proposals for: Real Estate Broker Services The responsive Proposal will comply with all federal, state and local regulations.

More information

OFFICE OF THE SUMMIT COUNTY SHERIFF

OFFICE OF THE SUMMIT COUNTY SHERIFF OFFICE OF THE SUMMIT COUNTY SHERIFF 970-453-2474 fax 970-453-7329 REQUEST FOR PROPOSAL 2018 VEHICLE TOWING CONTRACT FOR SUMMIT COUNTY, COLORADO Release Date: November 3, 2017 Closing Date: November 24,

More information

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving Request for Proposals For Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving Page 1 of 17 Request For Proposals Table of Contents SECTION 1: GENERAL INFORMATION

More information

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

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

More information

CITY OF TITUSVILLE, FLORIDA

CITY OF TITUSVILLE, FLORIDA CITY OF TITUSVILLE, FLORIDA INVITATION FOR PRICE QUOTE #12-PQ-102 Replace Wemco Grit Pump Due Date: June 12, 2012 @ 4:00 PM BIDDER INFORMATION Company Name Address City/Zip/State Contact Person Phone Number

More information