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

Size: px
Start display at page:

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

Transcription

1 RICHARDSON INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 970 Security Row Richardson, TX Notice to Bidders Request for Competitive Sealed Proposal Special Education/504/RTI Management System #1398 Richardson Independent School District (RISD) must receive all sealed proposals no later than 1:30 PM CST, February 18, Proposals must be submitted in sufficient time to be received and time-stamped at the above location on or before the published bid date and time shown on this RFCSP. RISD will not be responsible for delayed mail delivery from the post office. Bids received after the published time and date will be considered untimely and will not be considered. Proposals will be publicly opened at 2:30 PM the same day. Proposals must be sealed and clearly marked on the outside with the company s name and addressed to: Richardson Independent School District Attention: Melody Greig 970 Security Row Richardson, TX Special Education/504/RTI Management System RFCSP # 1398 You are representing to Richardson ISD that you are authorized to submit this bid by signing below. Include this page as a cover to your bid response. Company Name: Address: City: State: Zip: Authorized Official Name (print): Signature of Authorized Official: Title: Date:

2 Richardson Independent School District 400 S. Greenville Ave. Richardson, TX Special Education/504/RTI Management System Request for Competitive Sealed Proposal # 1398 The Richardson Independent School District (RISD) is soliciting competitive sealed proposals for a Special Education/504/RTI Management System as per specifications stated in this solicitation document. Sealed proposals shall be submitted in an envelope marked on the outside with the bidders name, address, and proposal number (RFCSP # 1398) to: Richardson Independent School District Special Education/504/RTI Management System RFSP # 1398 Attention: Melody Greig 970 Security Row Richardson, TX Receipt Deadline: RISD must receive all proposals no later than 1:30 PM, February 18, Proposals must be submitted in sufficient time to be received and time-stamped at the above location on or before the published bid date and time shown on the RFCSP. RISD will not be responsible for delayed mail delivery from the post office. Proposals received after the published time and date will be considered untimely and will not be considered. Bids will be publicly opened at 2:30 PM the same day. Delivery Method: Responders may submit their sealed proposals via U.S. Mail or common receipted carrier (e.g., Federal Express, UPS, US Postal Service, and Hand Delivery.) Fax proposals will not be accepted. The bid name and number must be identified on the outside envelope being delivered. Proposal Number and Format: Responders must submit one (1) original proposal, (1) copy of the proposal, and (1) electronic copy (e.g., flash drive, cd) of the response to the Request for Proposal (RFSP) (collectively the Proposal). All items must be sealed. RISD s contact for this proposal is Melody Greig (melody.greig@risd.org). Contact between responders or potential responders and user departments during the request for sealed proposal process or evaluation process is prohibited. Any attempt by a responder or potential responder to contact the departments will result in disqualification. All addenda will be issued via the district website at: 1

3 Contents 1 Overview General Information Work Included Schedule of Events Addenda Bidder Instructions Confidential/Proprietary Information Obligation of Owner Negotiation of Contract Owner s Rights Reserved Awarding of Contract Background Checks Project Startup Meeting Commencement of Work Project Timelines Standard of Care RFCSP Questions Availability of Prices Vendor References Compliance with EEO FCC Statement U.L. Listing/Approval General Conditions Indemnity Hold Harmless Response Submission Costs Associated with Preparation of the Proposal RFCSP Binding Period Omissions Minimum Insurance Coverage Right to Terminate... Error! Bookmark not defined. 3.8 Product Suitability

4 3.9 Payment Terms and Retainage Transfer of Contract Amendments and Modifications Venue Execution of Contracts Vendor s Standard of Care Compliance with Electrical Codes Disclosures Fairness of Pricing Compliance with Applicable Laws and Regulations Nondisclosure of Relationship with Owner Timeliness of Contract Obligations Authority of Owner Damage Caused by Vendor Material Supplied Beyond Scope of Work Bonding Quality Assurance Standards Overview Project Overview Minimum Requirements for System Application Requirements Training and Implementation Requirements Technical Requirements Vendors Response to RFCSP Response Format Tab 1 Executive Summary/Overview Tab 2 Vendor Company Profile Tab 3 Main Body of Response Tab 4 Exceptions Tab 5 Equipment and Materials Specifications Incurred Costs Evaluation

5 6.4 Subcontractors Delivery and Installation Delivery General Installation Requirements Owner s Responsibilities for Delivery and Installation General Vendor Information General Stipulations and Forms 4

6 1 Overview 1.1 General Information The Richardson Independent School District (the District or RISD) is seeking to purchase a Special Education/504/RTI Management System. RISD will consider many relevant factors in selecting the vendor to provide, integrate, deliver, install, maintain and support the system. In addition to technical capability, the selected vendor must be financially stable and demonstrate capability to meet or exceed a high standard of quality, service, and support during the award period. A proven and verifiable commitment to total customer satisfaction and support will be a key factor in the assessment of vendor qualifications. 1.2 Work Included Proposals will include, without limitation, all labor, services, and materials necessary for the completion of this project. Proposals shall include all costs of contracts, agreements, insurance, licensing fees, materials, labor, and any other costs necessary to complete this project. 1.3 Schedule of Events The following is the anticipated schedule of events for this project. The schedule may change depending on the results of the Proposals. The final schedule will be established prior to contracting with the successful Vendor. Release of Proposal 1/19/2016 Proposal Due 2/18/2016 Vendor Demonstrations (if invited) 2/22, 2/23, 2/25 Estimated Board Approval Date 4/4/2016 Project Implementation Date TBD 1.4 Addenda Addenda to the RFCSP must be authorized and issued in writing by RISD to be valid. Any addenda that modify the RFCSP document by adding, deleting, clarifying, or correcting its contents will be issued prior to the Proposal receipt deadline. 2 Bidder Instructions 2.1 Confidential/Proprietary Information RISD is a governmental entity subject to the Texas Public Information Act. Unless subject to a specific statutory exception, information in the District s possession is considered public information that is subject to release upon request. Any information in your Proposal that is 5

7 of a confidential or proprietary nature must be clearly and specifically identified. Such identification shall not limit the District s right to use such information in the review of the Proposal. 2.2 Obligation of Owner Issuance of this RFCSP does not create any obligation on the part of RISD to enter into any contract or undertake any financial obligations with respect to the System referred to herein. There will be no discussions with Vendors except for the purpose of clarification of a Proposal until the evaluation of the Proposals has been completed. Any subsequent discussion shall be at the discretion of RISD. 2.3 Negotiation of Contract After evaluation of all Proposals received, RISD reserves the right to enter into negotiations with the Vendor or Vendors that RISD considers best qualified to meet its requirements. RISD reserves the right to reject any and all proposals and to waive any non-conformity, whenever such actions are in its best interest, as determined solely by RISD. 2.4 Owner s Rights Reserved RISD reserves the right to purchase or not purchase individual sections of the Vendor proposal and to purchase or not to purchase subsystems within a section. 2.5 Awarding of Contract A contract, if any awarded, will be awarded to the responsible Vendor(s) submitting the best Proposal for the System package, plus any acceptable alternatives complying with the conditions and requirements of the contract that RISD determines provides the best value to the District. Relevant factors other than cost alone will be considered in determining the successful Vendor(s), including, but not limited to, outstanding references, prior relevant experience both in RISD and in other K-12 environments. 2.6 Background Checks All employees of the successful Vendor will be required to undergo a background check through RISD, and where applicable, must comply with the requirements of Chapter 22 of the Texas Education Code prior to any work commencing on any RISD campus. Any employee of the Vendor who does not clear the background check will not be allowed to participate in any activities on RISD property. 2.7 Project Startup Meeting A contract start-up meeting will be held to provide all parties involved in the contract an opportunity to clarify issues and review contract procedures. Additionally, a statement of work document will be drafted to detail the scope of work, materials and other items to be provided under the contract. This statement of work 6

8 document will be agreed to in writing by both the Vendor and RISD before the commencement of any work. 2.8 Commencement of Work Commencement of the Work shall be subject to the discretion of RISD and the District reserves the right to make all decisions regarding such commencement. 2.9 Project Timelines The actual sequence and duration of the work activities requested will be coordinated and directed by RISD at its sole discretion Standard of Care Vendor acknowledges that RISD will rely on Vendor s ability, expertise and knowledge of the System(s). Vendor shall be obligated to exercise the highest standard of care in performing its obligations. Vendor shall demonstrate to the District s satisfaction that it is of sound financial condition and otherwise capable of fully performing any contract entered into hereunder RFCSP Questions Any questions about this RFCSP must be raised prior to submission of the Proposal. All questions must be submitted no later than 10 AM February 11, 2016 to: Melody.greig@risd.org (please include in the subject line: Special Education/504/RTI Management System # 1398) 2.12 Availability of Prices All Vendors, as part of the bid evaluation process, may be requested to supply individual prices for equipment, labor, supplies, etc. Such information must be supplied to RISD s Director of Purchasing within three (3) working days of the request Vendor References Vendor must submit with the Proposal a list of past installations of comparable size, in a K-12 environment, along with current contact names and telephone numbers Compliance with EEO Any Vendor who responds to the RFCSP must demonstrate, through word and deed that they comply with all applicable laws, regulations, and executive orders to insure they provide equal employment opportunities without regard to the race, color, sex, national origin, religion, age, or disability status of any qualified employee or applicant FCC Statement The Vendor(s) are responsible to insure that all equipment proposed and installed as part of this RFCSP will meet or exceed all requirements of the Federal Communications Commission 7

9 (FCC). Specifically, all equipment will comply with FCC Part 15 Radiation Requirements as applied in Section A or Section B, as appropriate U.L. Listing/Approval The Vendor(s) are responsible to insure that all equipment proposed and installed as part of this RFCSP will have appropriate Underwriters Laboratory (U.L.) Listing / Approval for all power components. 3 General Conditions 3.1 Indemnity Hold Harmless Vendor shall indemnify, save and hold RISD, its trustees, employees, agents, architects, consultants, contractors, attorneys, and guests, harmless from and against any and all claims, damages, liabilities, penalties, costs, charges, and expenses (including reasonable legal fees) which may be imposed upon or incurred or asserted against them in connection with the System(s), or any part thereof, and from the acts, errors or omissions of Vendor, its employees, and/or agents. 3.2 Response Submission One (1) original, (1) copy of the Vendor s Proposal, (1) electronic copy, and any other documents must be received by 1:30 PM, February 18, 2016 and are to be submitted to: Richardson Independent School District Special Education/504/RTI Management System # 1398 Attn: Melody Greig Purchasing Department 970 Security Row Richardson, TX Each response must be received in a sealed envelope and clearly labeled as follows on the front lower right corner: Your Company Name Proposal to Richardson Independent School District Special Education/504/RTI Management System # Costs Associated with Preparation of the Proposal Any costs associated with a Vendor s response to the RCSP will be borne by the Vendor. RISD will not be liable for any cost incurred by the respondents in preparing Proposals to this RFSP or negotiations associated with award of a contract. 3.4 RFCSP Binding Period Prices quoted in the Vendor s response for all labor and materials will remain in effect from the date of the contract to the agreed upon end date during which time Vendor must pass on 8

10 all price decreases enacted or provided by the manufacturer. In no event shall pricing be allowed to rise above the stated contract prices. 3.5 Omissions Omission in the Proposal of any provision herein described shall not be construed as to relieve the Vendor of any responsibility or obligation to complete and satisfactorily deliver, operate, and support any and all equipment or services. 3.6 Minimum Insurance Coverage The vendor will be responsible to carry the following minimum insurance coverage s: A. Worker s Compensation: A copy of a certificate of insurance, a certificate of authority of self-insure issued by the commission, or a coverage agreement (TWCC81, TWCC82, TWCC83, or TWCC-84) showing statutory worker s compensation insurance coverage for the person s or entity s employees providing services on a project is required for the duration of the project. Duration of the project includes the time from the beginning of the work on the project until the vendor s work on the project has been completed and accepted by RISD. Persons providing services on the project ( subcontractor in Texas Labor code ) include all persons or entities performing all or part of the services the vendor has undertaken to perform on the project, regardless of whether that person contracted directly with the vendor and regardless of whether that person has employees. This category includes, without limitation, independent contractors, subcontractors, easing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity that furnishes persons to provide services on the project. Services include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. Services do not include activities unrelated to the project, such as food/beverages vendors, office supply deliveries and delivery of portable toilets. The Vendor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor code agreements, Texas Labor Code (44) for all employees of the vendor providing services on the project for its duration. The Vendor must provide a certificate of coverage to RISD prior to being awarded the contract. If the coverage period shown on the Vendor s current certificate of coverage ends during the duration of the project, the Vendor must, prior to the end of the coverage period, file a new certificate of coverage with RISD showing that coverage has been extended. 9

11 The Vendor shall obtain from each person providing services on a project, and provide to RISD: (1) A certificate of coverage, prior to that person beginning work on the project, so RISD will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) No later than seven (7) days after receipt by the vendor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the period. The Vendor shall retain all required certificates of coverage for the duration of the project and for one (1) year thereafter. The Vendor shall post on each project site a notice, in the text form and manner prescribed by the Texas Worker s Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. The Vendor shall contractually require each person with whom it contracts to provide services on a project to: (1) Provide coverage based on a proper reporting of classification codes and payroll amounts and filing any coverage agreements which meets the statutory requirements of Texas Labor code (44) for all of its employees providing services on the project for the duration of the project; (2) Provide to the Vendor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project for the duration of the project; (3) Provide the Vendor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) Obtain from each other person with whom it contracts, and provide to the vendor: (a) (b) A certificate of coverage, prior to the other person beginning work on the project; and A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. (5) Retain all required certificates of coverage on file for the duration of the project and for one (1) year thereafter; 10

12 (6) Notify RISD in writing by certified mail or personal delivery, within the ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) Contractually require each person with whom it contracts to perform as required by items 1-7, with the certificates of coverage to be provided to the person for whom they are providing services. By signing the contract, which will be issued upon award, or providing or causing to be provided a certificate of coverage, the Vendor is representing to the governmental entity that all employees of the Vendor who will provide services on the project will be covered by workers compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission s Division of Self-insurance Regulation. Providing false or misleading information may subject the vendor to administrative penalties, criminal penalties, civil penalties, or other civil actions. The Vendor s failure to comply with any of these provisions is a breach of contract by the Vendor that entitles RISD to declare that contract void if the Vendor does not remedy the breach within ten (10) days after receipt of notice of breach from the governmental entity. B. Comprehensive General Liability Insurance General Aggregate Limit (other than Products/Completed Ops) $ 1,000, Products/Completed Operations Aggregate Limit $ 1,000, Personal and Advertising Injury Limit $ 1,000, Each Occurrence Limit $ 1,000, Professional errors & omissions $ 1,000, Fire Damage Limit - Any one fire $ 50, Medical Expense Limit - Any One Person $ 5, Liability Insurance shall cover premises operations and vendor s liability, as stated above, with the following endorsements: (1) The school district as an additional insured under all coverage s except Worker s compensation. (2) Thirty (30) days Notice of Cancellation or material change. C. Automobile Liability Insurance 11

13 Automobile liability insurance shall cover all owned, non-owned, and hired vehicles in the amount of $ 1,000, combined single liability limit for bodily injury and property damage with the following endorsements: (1) Thirty (30) day Notice of Cancellation or material change. (2) Certificates of Insurance shall be delivered to the Owner before Commencement of the Work 12

14 3.7 Right to Terminate RISD, by written notice to the Vendor, may terminate the Contract, in whole or in part, for its convenience at any time prior to completion. Upon receipt of such notice, the Vendor shall take all necessary steps to avoid incurring any additional costs. In the event of such termination by RISD, it is agreed that the termination charges shall be negotiated but shall not exceed 100% of the total costs, both direct and indirect, incurred by the Vendor in the performance of the Contract, including reasonable costs incurred with respect to termination and settlement with vendors and subcontractors as a result of termination, up to the date of termination. In the event of termination, Vendor shall provide all plans, engineering, other drawings, and all other materials within five (5) business days of termination in a form acceptable to RISD The Vendor agrees to notify RISD of all proposed settlements with vendors and subcontractors in the event of termination, not for cause, and the Vendor further agrees not to enter into any binding settlement until RISD has approved the proposed settlement or thirty (30) days have elapsed from the date when such advice was furnished to RISD, which approval shall not be unreasonably withheld Direct and indirect costs shall be determined in accordance with standard accounting practices and verified by an independent Certified Public Accountant. Final payment shall be in the amount of the total termination charges within sixty (60) days following submission of such total costs certified by the independent Certified Public Accountant In the event of termination not for cause, final payment shall be in the amount of the total termination charges up to the date of termination, less the following: Amounts previously paid by RISD to the Vendor Amounts representing total Vendor s cost of segregable materials generated under the Contract not desired by RISD that the Vendor elects to retain for its use RISD may terminate Contract for cause immediately on notice to Vendor In the event of such termination for cause or not for cause, all materials generated under the contract, which will be issued upon award, except that specified in item of this Article, shall become the property of RISD. 13

15 3.8 Product Suitability The Vendor warrants that the materials to be used under the contract, which will be issued upon award, will be new and as otherwise specified by this RFSP and the sale or use of them will not infringe on any United States of foreign letters, patent, trademark, copyright or other proprietary right, and the Vendor agrees to defend, protect and save harmless RISD its employees, agents, successors, assigns, customers, consultants, and users of such items, against all suits at law or in equity, and from all damages and expenses including attorney s fees resulting from claims and demands for actual or alleged infringements of any patent, trademark, copyright or any right by reason of the sale or use of the material covered hereby. RISD reserves the right to participate in any such action brought against it at Vendor s expense. 3.9 Payment Terms and Retainage RISD will pay the Vendor for the software and hardware components within 30 days of completion of order, based on inspection and sign-off by RISD or its authorized agent. Professional and Educational services will be paid based upon performance criteria. Performance criteria will be established by RISD and the Vendor prior to the beginning of work Transfer of Contract The contract, which will be issued upon award, shall not be assigned or transferred without the District s prior written consent Amendments and Modifications The contract, which will be issued upon award, shall be amended or modified only in writing signed by the parties. The modification, amendment, or waiver of part of this Contract shall not constitute a waiver of the whole Venue The contract, which will be issued upon award, shall be construed under the laws of the State of Texas, and venue arising out of this agreement is in Dallas County, Texas, regardless of the place of execution or performance Execution of Contracts Contracts for purchase will be put into effect by means of purchase order(s) executed by the RISD Purchasing Department after bids have been awarded Vendor s Standard of Care All work shall be done in a thorough and conscientious manner according to the highest standards of care within the industry and shall be subject to inspection by RISD, its agents, architects, consultants and others and by the proper authorities. It is expressly understood and agreed that such observations and inspections by RISD, its other contractors and 14

16 consultants shall not relieve the Vendor from any responsibility for the proper supervision and execution of the Work described in the RFSP, or agreed to at a later date Compliance with Electrical Codes The latest version of the National Electric Code, along with the National Electric Safety Code, shall be followed. If local regulations or codes are more stringent, then those requirements shall govern and Vendor shall advise The Project Manager, Inc. and RISD of the applicable code Disclosures By signing its Proposal, a Vendor affirms that he/she has not given, offered to give, nor intends to give at any time hereafter any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor or service to a public servant in connection with the proposal submitted. By signing its Proposal, a Vendor affirms that, to the best of his/her knowledge, the Proposal has been arrived at independently, and is submitted without collusion with anyone to obtain information or gain any favoritism that would in any way limit competition or give them an unfair advantage over other vendors in the award of this RFSP. Vendor shall note any and all relationships that might be construed as a conflict of interest and include such information with the Proposal. Vendor also shall submit with its Proposal a completed Conflict of Interest Questionnaire in compliance with chapter 176 of the Texas Local Government Code Fairness of Pricing RISD shall pay the contract price contained in the winning Vendor s proposal and the successful Vendor warrants that such price is no higher than Vendor s current prices on orders by others for products of the kind and specification covered by this agreement for similar quantities under similar or like conditions and method of purchase. In the event Vendor breaches this warranty, the prices of the items shall be reduced to the Vendor s current prices on orders by others and overpricing refunded to the District within 30 days or, in the alternative, RISD may cancel the contract, which will be issued upon award, without liability to Vendor for breach or Vendor s actual expense Compliance with Applicable Laws and Regulations The Vendor shall give notices to authorities and shall comply with all federal, state, local laws, ordinances, rules, regulations, and orders of any public authority bearing on the performance of the Work. Where such laws, ordinances, rules and orders are in conflict, the more stringent standards shall apply. 15

17 3.19 Nondisclosure of Relationship with Owner The Vendor will not, in any manner disclose, advertise or publish the fact that Vendor has contracted with RISD to provide the work as specified without the express written consent of RISD. Nor shall vendor disclose any other information concerning its contract with RISD to third parties without RISD s written consent Timeliness of Contract Obligations Time is of the essence for work referenced in the contract. If Vendor fails to perform the services at the time agreed upon, or to perform the work there under such a manner as will endanger its ability to complete the Work or render timely performance of services, RISD reserves the right to cancel the Contract or purchase elsewhere the services called for hereunder and hold Vendor accountable for additional costs or damages incurred by RISD including but not limited to rent and holdover rent penalties, additional fees, and expenses to its Consultant Authority of Owner Notwithstanding any other provision of the Contract to the contrary, the Vendor, once its activities begin on the Site, shall comply with the site rules of RISD. The Vendor shall direct its personnel and subcontractors to respect and abide by the authority of the RISD and the Project Manager on all matters related to the Vendors operation at the Site, including but not limited to: Use of Site resources such as elevators and loading docks. Connection to and use of utilities. Safety issues. Trash removal and Site cleanliness. Site Security Prohibition of any alcohol, tobacco, and drugs 3.22 Damage Caused by Vendor The Vendor shall be responsible for any and all damages to portions of the building caused by it, its employees or subcontractors; including but not limited to: 16

18 Damage to any portion of the building caused by the movement of tools, materials, or equipment Damage to any component, including ceiling tiles, of the construction of spaces in which the Vendor is working. Damage to the electrical distribution system and/or other space turned over to the Vendor Damage to the electrical, mechanical, and/or life safety or other systems caused by inappropriate operation or connections made by the Vendor or other actions of Vendor. Other Damage to the materials, tools and/or equipment of RISD, its consultants, subcontractors, Architect, other contractors, agents and leases Material Supplied Beyond Scope of Work It shall be the responsibility of the Vendor to provide all materials, equipment, and software necessary to fulfill the Requirements described herein. Should materials, equipment, and software in excess of the estimates provided prove to be necessary, they shall be provided at no additional cost to RISD Bonding If any subcontractors are included or involved in your proposal, RISD reserves the right to require a 100% Payment Bond. 1. RISD prefers a surety bond with an A.M. BEST rating of A if amount of contract is greater than or equal to $50, RISD prefers a surety bond with a rating of at least B+ if amount of contract is less than $50, If required, successful vendor will have fifteen(15) days from date of notification of award of proposal to furnish to the District, including but not limited to, contracts, bonds, certificates of insurance, et., otherwise the proposal award may be withdrawn and awarded to the next lowest responsible proposal or completely rejected and re-solicited at the discretion of the RISD Quality Assurance Standards The Vendor shall submit, with its Proposal, a copy of its company quality assurance manual and applicable procedures. 17

19 4 Overview 4.1 Project Overview The Richardson Independent School District is seeking proposals from qualified vendors for an integrated system that meets Federal and State requirements, assists in the development of students IEPs, assists in Section 504 development, transition development, Response to Intervention (RTI) and tracks as well as documents student s needs and progress. The software would allow staff members to manipulate meaningful data regarding individual students such as their personal information, local and state assessment data, intervention strategies, RTI Tier status, important dates, etc. as well as aggregate data for campus and district planning and compliance monitoring. The system should be able to document and track the IEP, 504, and RTI planning processes, export state required data to the district student information system (SIS), document the service providers encounters with the special education students, and optimize the Medicaid Recovery. The goal is to provide a system that allows the District to document services to students in a manner which is timely, accurate and accessible making it secure and auditable, and producing all reports required by Federal, State, and local entities. The system will provide documentation for funding and will ensure that the needs of Richardson ISD students who are entitled to programs and services are met in a timely manner. Respondents shall provide documentation and pricing options for complete solutions compliant with the specifications in this document. Solutions should include all hardware, software, and services required to complete this proposed project. RISD reserves the right to purchase all or part of the solution from more than one vendor. 4.2 Minimum Requirements for System The Special Education, 504, and RTI system should: Provide a uniform, districtwide method for the special education ARD, 504, and RTI committees to electronically enter the required data within the District s networked environment and on a secured computer at the campus where the ARD/504/RTI meetings are conducted Conform to the local policies of the district as well as the state of Texas and the federal government s defined special education and 504 rules, regulations and laws Provide a two-way interface between the ARD/504/RTI solution and the District s centralized student management system to ensure a more efficient and secured information-processing environment without the duplication of data entry Have the ability to print all forms in both English and Spanish with a preference for the Spanish being printed directly beneath the English. 18

20 4.2.5 Provide forms in other languages as needed Provide the capabilities of customized district defined forms, queries and/or reports Provide timely maintenance and updates to ensure state and federal compliance Provide technical support to include 8:00am to 5:00pm CST, Monday through Friday accessibility as well as onsite support Allow for unlimited concurrent users with no impact on functionality Allow for the importing and exporting of data using a secured format Ensure accuracy of all special education/504 data. 4.3 Application Requirements The system shall include the following: Must meet all state and federal special education guidelines, rules, regulations, policy, procedures, and laws, including all retention schedules Ensure that access to special education and student data is secure and that data integrity and privacy is maintained at all times Allow records to be password protected for confidentiality Must be user-friendly, include easy to use instructions and easy to follow software generated help Automatically feeds all basic demographic information from the SIS Automatically fills out and refreshes the core data as needed on each form Must be easy to use for real-time form completion and retrieval with the ability to preview documents Ability to transition from one screen to the next and among system components with minimal wait time Ability to input a bank of district generated goals and objectives Provide an off-line capability for both data entry and printing if the network and/or server is down Ability to access the program remotely from outside of the district network Ability to store a partially created ARD/504/RTI meeting to be continued at a later date Ability to reset pages of data without affecting the entire document Ability to project ARD/504/RTI documents during the meeting with projected documents being a reasonable facsimile of the final document Must allow for printing or reprinting of the ARD/504/RTI Must have the capability of interfacing with other district programs such as the student information system (Focus platform) on a daily basis Ability to feed PEIMS data from solution to SIS including all required data, disability code, instructional arrangement, related services, restraint, etc. 19

21 Ability to change data requirements to match TEA expectations across the duration of the contract Provide for scheduled backups as defined by the District Capability to browse historical data Ability to store, display and make available the historical student files from Richardson ISD s previous system Ability to attach files to events or remove the attachments. The attachments include but are not limited to: text, PDF, audio, video, etc. as approved by the District Must have easy to use report-writer / query for the special education department to build their own reports Ability to produce all State and Federal mandated reports Must offer a variety of standalone ARD/504/RTI reports including reports using an as of date Ability to generate campus, disability, gender, grade, age, race/ethnicity, state assessment and instructional arrangement specific reports Must have report to track complaints, due process, IEE requests, and grievances along with their resolutions Automatically sets all timelines required by law including timelines for FIEs, ARDs, children under 3, changes in PEIMS at age 6, changes in schedule of services within one IEP, transition, and transfer of rights with administrative rights to adjust Ability to initiate independent dates and timelines within the IEP and FIE document Ability to audit system files for compliance Ability to generate reminders about upcoming events including ARD dates, goal updating, and progress reports Ability to allow staff to schedule, organize, and track meetings regarding students Ability to generate notification to system administrator when ARDs have been held Must have a seamless integration between special education, Section 504, and RTI Must allow for administrative privilege within the district for the purpose of management, corrections to documents, and security Allows for the transfer of files electronically outside the district per T-Rex state rules Ability to track transportation services and discipline (including restraint date) Ability to track transportation needs of students such as lift buses, oxygen usage, multiple pick-up and drop-off addresses Capture and timestamp information regarding user and administrator activity in all system components. 20

22 Provide the information needed to secure optimum reimbursement from Medicaid for services for special education Display Richardson ISD s Logo per District specifications. 4.4 Training and Implementation Requirements Provide data transfer from current system to new system Provide data conversion support Provide implementation support Implement all system functions by July 1, Train all users and administrators and be prepared to utilize complete system by August 22, Provide face-to-face training and support as needed to insure successful implementation for all users Provide ongoing support as needed for continued success and integration of new users throughout the contract period Provide user and administrator manuals 5 Technical Requirements The successful vendor will have experience interfacing to the Focus Student Information System (Focus School Software, St. Petersburg, FL) The successful vendor must interface with the SIS (Focus School Software) and include all PEIMS information. All status changes that affect any service, disability, or instruction setting must be shared in a transactional format that includes all data relevant to the change. The effective dates of the applicable instruction setting, disability or service must be provided for accurate logging of the services. In certain cases, this will be reflected in two transactions; one that ends the current status and one to start the new. A transactions file is created daily. Transactions included in the file reflect any activity occurring since the last transaction file generation In the event that a transaction is revised, this information must be identified in a report or handled in the data integration between the SIS and the Special Education Data Management system so that the SIS special education historical transactional data pertaining to the PEIMS 163 record, PEIMS 405/400 record can reconciled to reflect the actual services provide The successful vendor shall respond within 30 days to required changes to the system interfaces. 21

23 5.1.5 The successful vendor s product utilizes Software as a Service (SaaS) or cloud environment, but can optionally provide off-site backups to an RISD internal system The successful vendor shall ensure RISD data is protected, in a secure, audited, environment (ISO/IEC certified) The successful vendor has full, off-site, Disaster Recovery (DR) capabilities The successful vendor shall provide an annual audit of their computer and services operations, including, but not limited to, hardware and software system change management, computer security, backup and recovery, and DR The successful vendor will disclose detailed specifications which explain all the components including the database server, web services, peripheral servers and software including load balancing and security protocols The successful vendor shall migrate all existing data in the current package into the new system. Pricing should include the cost of the professional services required to undertake this task The successful vendor allows RISD to preview and test new releases of the software before they are promoted to production The successful vendor shall make available to RISD all software required to run the system in-house should the need arise Any features, including the use of XML APIs for reporting and features including handheld Personal Digital Assistants (PDA) or similar mobile devices to view and record data that may exist in the proposed system should be documented and pricing included The successful vendor package shall provide role based security that allows the District to establish data accessibility and manipulation rules based on a specific user s or group of user s needs The successful vendor package shall provide a user with one application account and support users with more than one role. The single account gives the user access to all schools, roles, and students to which they are assigned The successful vendor package shall provide table driven validations that are date tracked with beginning and ending dates The successful vendor has the ability to support Single sign on from a district preferred 3rd-party provider (e.g. ClassLink). SSO implementation must include a back door mechanism enabling access to designated users in the event the SSO service is not available The successful vendor package shall not generate ambiguous error messages The successful vendor package shall be able to meet RISD requirements through configuration rather than customization and code modification The successful vendor package shall provide functionality that can cause the restriction of valid entries in one field based upon the data entered in another field. 22

24 The successful vendor package shall be scalable to a minimum of forty thousand students, five thousand staff members The successful vendor package utilizes open source technology The successful vendor package shall provide a simple and efficient method of establishing security profiles and user assignments The successful vendor package shall be fully operational, free of critical failures, in a full production environment for a period of sixty (60) consecutive school days in order to be considered accepted by the District. Any critical failures reset the acceptance period to day 1 once the failure has been resolved to the district s satisfaction The successful vendor package shall include a user interface that is operating system, web browser, and device independent. At a minimum, it should be fully compatible with the current and future versions of Google Chrome, Mozilla Firefox, Microsoft Internet Explorer and Apple Safari web browsers for desktop computers, and the Microsoft Windows, Apple OS and Linux operating systems for desktop computers, In addition, the interface should be fully functional through the web browsers that are native to the mobile devices running the Apple ios, Google Android, Blackberry and Symbian operating systems and/or via native applications compatible with those mobile operating systems. 23

25 6 Vendors Response to RFCSP 6.1 Response Format Vendor should organize their responses into the sections described below. Each section should be tabbed and clearly marked. Responses that do not substantially follow this format may be rejected. Tab 1 Executive Summary/Overview 1. Executive Summary 2. Provide an overview of the project with an Installation Plan showing a thorough understanding of the scope of work to be performed. Tab 2 Vendor Company Profile 1. Company Cover letter- Clearly state your Company s qualifications, number of full-time employees, number of technical and installation personnel, training, qualifications, certifications, etc. 2. Bond based on the overall price (not required at this time) 3. General Vendor Information (see section 8) 4. Proof of required insurance 5. Financial information Include financial information about your company. This information will be used to determine your Company s overall financial strength and will be treated as confidential by RISD. 6. Provide at least three (3) Texas references for which your company has done similar work for in the past year. Preference may be given to vendors with references for installations most similar to Richardson Independent School District. 7. Provide information on the qualifications of Project Staff, including, company certifications, such as ISO Provide the name and qualifications of the Project Manager(s) your Company intends to assign to RISD if you are the successful Vendor. Provide the names and titles of other personnel who would work on this project and their qualifications/training. 9. State whether your Company intends to use subcontractors. Include in this Tab all required information about any subcontractors that the Vendor plans to use. 10. Provide the required documents as indicated in the General Stipulations and Conditions of Bid/Proposal 1. Company Information (Form A) 2. References 3. Certificate of Residency (Form B) 4. Criminal History Certification (Form C) 5. Minimum Insurance Requirements (Form D) 6. Federal Vendor Certifications (Form E) 24

26 7. Signature Page (pg 36-37) 8. Interlocal Agreement Clause (pg 39) 9. Certification of Debarment, Suspension and Other Responsibility Matters (pg 40-41) 10. Conflict of Interest Questionnaire (pg 43) Tab 3 Main Body of Response 1. Insert a complete copy of this RFCSP and all addenda. Each section/item shall have a response such as (Company) understands and will comply. Also, if exception is taken to any section/item, it must be noted in the response to that section/item and then listed in Tab 4 Exceptions with a detailed explanation. Incomplete responses may be grounds to eliminate the Vendor for consideration at the discretion of Richardson Independent School District. 2. List any tasks that RISD must perform and/or be responsible for in order to accomplish the delivery and installation of the system. 3. Provide the vendor s service and support plan. 4. Provide individual components and line item pricing in the Bill of Materials. Version numbers must be included. Uniquely identify software, hardware, and associated maintenance costs. Include year one pricing and provide a breakdown for year two through year five. Tab 4 Exceptions Exceptions to any requirement or provision of the RFCSP and a detailed explanation for each must be entered in this Tab. Unless specifically noted in this Exceptions section, it will be assumed that all sections/items are acceptable to the Vendor. This will be true even if the written response on the RFCSP copy in Tab 3 notes the exception. Tab 5 Equipment and Materials Specifications 1. Include information on the Warranty Program available from the manufacturer that will be provided to RISD. Also, include Vendor s qualifications to offer such warranty. 2. Include manufacturer s brochures and full technical specifications (cut sheets) for all equipment and materials Vendor proposes to provide. Responses that fail to include the Warranty information and the Technical Specifications in Tab 5 may be disqualified. 6.2 Incurred Costs All costs associated with a Vendor s response to this RFCSP shall be borne by the Vendor. RISD will not be liable for any costs incurred by the Vendor in responding to this RFCSP. 25

27 6.3 Evaluation This RFCSP is not meant to favor any vendor. Instead, it is intended solely to meet the needs and requirements of RISD. The District will evaluate each proposal based on its technical merit and cost. RISD will also consider the Vendor s ability to provide the required services in the allotted time, any previous work done for RISD, and references of similar projects. In addition, the Vendors clear understanding of the RFCSP requirements and his willingness to enter into an agreement with RISD to provide a quality solution will be weighed. The inability of the Vendor to meet these qualifying factors may be cause for rejection of his offer. RISD will evaluate all RFCSP responses using the following criteria to determine which proposal provides the best value to the District: Point Evaluation Criteria Value The Purchase Price 20 Reputation of the vendor and vendor s goods or services - References Provided 20 Quality of the vendor s goods or services 20 Extent to which the goods or services meet the district s needs 20 Vendor s past relationship with the district 0 Impact of district s compliance with laws and rules relating to Historically Underutilized Businesses (see Section 8) 3 Total long-term cost to the district 10 Vendor or Vendor s ultimate parent company or majority owner has its principal place of business in the state of Texas (see Section 8) 0 Vendor or Vendor s ultimate parent company or majority owner employs at least 500 persons in the state of Texas (see Section 8) 0 Other relevant factors specifically listed in this RFSP Extent to which the technical interface and security meets district needs 7 Total Points

28 6.4 Subcontractors All subcontractors must be approved by RISD. The use of subcontractors does not relieve the Vendor of any responsibility to RISD. Additional information about subcontractors may be requested before award. The intention of the Vendor to use subcontractors must be stated in Tab 1 of his response in the Installation Plan. The subcontractor s qualifications must be placed in Tab 2. The Vendor must identify any and all subcontractors he plans to use on the project. Failure to disclose the use of subcontractors may lead to disqualification after award of contract. All Subcontractors must pass RISD background checks and/or comply with the criminal history background checks under Chapter 22 of the Texas Education Code as explained above. Place the following information into Tab 2, behind the Prime Vendor s Company information: 1. Subcontractor Name 2. Years of Experience 3. Qualifications 4. Training 5. References 27

29 7 Delivery and Installation 7.1 Delivery All materials and equipment quoted shall be installed at the appropriate building site(s). No equipment shall be ordered or installed prior to authorization by RISD. Vendor shall not stock any materials or equipment prior to receiving authorization for installation. The equipment shall be delivered to its proper location and installed without additional cost or expense to RISD, which shall not be deemed to have accepted any equipment until the Date of Acceptance. During the time between delivery and delivery sign-off by the district, RISD cannot be held liable for any damages to or theft of any components. It will, therefore, be the responsibility of the vendor to obtain insurance against loss, theft and damage. 7.2 General Installation Requirements The following apply if any appliances, servers, or other significant hardware items are furnished under this contract: 1. Vendor shall re-verify installation locations with the Project Manager, prior to installation. 2. Prior to the furnishings or installation of any equipment, approval of equipment, locations, layout, configuration and installation shall be obtained from the Project Manager. 3. Vendor shall install, configure, and test all equipment 4. Vendor shall provide and install all miscellaneous cables and connectors necessary to complete the installation. 7.3 Owner s Responsibilities for Delivery and Installation Please identify, in your response, the specific tasks that Richardson ISD must perform and/or be responsible for in order to accomplish the delivery and installation of the system. 28

30 8 General Vendor Information Question Yes No Has your company ever done business with RISD in the past? Is your company a Historically Under Utilized Business? Does your company or ultimate parent company have its principal place of business in the state of Texas? Does your company or ultimate parent company employ at least 500 persons in the state of Texas? 29

31 RICHARDSON INDEPENDENT SCHOOL DISTRICT Richardson, Texas GENERAL STIPULATIONS AND CONDITIONS RFCSP # 1398 Special Education/504/RTI Management System NON-CONSTRUCTION THESE GENERAL STIPULATIONS AND CONDITIONS SHALL REFER TO EDUCATION CODE SUBCHAPTER B. PURCHASES; CONTRACTS IF THERE ARE CONTRADICTIONS BETWEEN THE GENERAL STIPULATIONS AND CONDITIONS OF BID/ PROPOSAL AND THE SPECIFICATIONS, WRITTEN OR VERBAL, THE GENERAL STIPULATIONS AND CONDITIONS OF BID/ PROPOSAL SHALL CONTROL. I. INVITATION TO BID: Richardson Independent School District invites all interested and qualified Bidders to bid on all proposals in accordance with directions available in the Purchasing Department, 970 Security Row, Richardson, Texas A. For the purpose and clarity of this document only, the word District will herein mean the Richardson Independent School District and/or the Board of Trustees of Richardson, Dallas County, Texas. As used herein, the word Bidder means any reliable person, entity, broker, vendor, contractor, and/or manufacturer who wants to bid this contract or submit a proposal in response to a request for catalog offer or request for proposal. The term Bid refers to all bids, responses, proposals submitted hereunder. B. Cash discount will be taken into consideration in determining a contract award. All Bid responses must be quoted with net pricing. C. The District will receive sealed proposals and or sealed bids until date and time indicated on the Bid cover. Bids must be delivered to the RISD Purchasing office. Whenever the specifications indicate a product of a particular manufacturer, model or brand in the absence of any statement to the contrary by the Bidder, the Bid will be interpreted as being for the exact brand, model, or manufacturer specified, together with all accessories, qualities, etc., enumerated in the detailed specifications. D. Where a lump sum Bid is provided for, unit prices for each item shall be included for accounting purposes. If quantities are increased or decreased as provided for in the Annulments and Reservations section, the unit prices inserted in a lump sum Bid should be consistent with the total amount quoted for the lumps sum Bid, since the lump sum Bid total will be increased or decreased by the product of the quantity of the increases or decreases multiplied by the unit prices for the item affected. E. All materials, supplies, copyrighted materials, furniture, and equipment for the District shall be delivered F.O.B. Destination freight prepaid and allowed. RFSCP #

32 F. RISD will give preference to materials, supplies, and provisions produced, manufactured, or grown locally, provided such items are equal to articles offered by competitors outside of the local area. II. ANNULMENTS AND RESERVATIONS: A. The District reserves the right to reject Bids for any and all of the items, and/or to waive technical defects, if in its judgment, the interest of the District shall so require. B. The Director of Purchasing reserves the right to increase or decrease the given quantity plus or minus fifteen percent (15%). In the event quantities are increased or decreased, the amount added or deducted shall be based upon unit prices quoted. C. The District also reserves the right to annul any contract, if it determines at its sole discretion that the Bidder has failed at any time, to perform faithfully any contract requirements or, in the case of any willful attempt to impose upon the District, materials, products, and/or work inferior to that required by District, and any action taken in pursuance of this latter stipulation shall not affect or impair any rights or claims of the District to the damages for the breach of any covenant of the contract by the Bidder. III. BID PREPARATION, SPECIFICATIONS SHEET, AND BID OPENING: A. An authorized representative of the Bidder must sign all Bids. It is the intent of this bid offer that should a given bid/bids be accepted, it will automatically become a part of a binding contract. Bidders shall list their bids on the appropriate attached sheets, which show the schedule of items to be purchased. Each Bidder may attach a letter of explanation to their bid to explain any information pertaining to the Bid/Bids. B. PROPRIETARY INFORMATION Any information in your bid or proposal that is of a proprietary nature should be clearly and specifically identified. Such identification shall not limit the District s right to use such information if it is obtained from another source, or if it comes into the public domain. C. At the time of the Bid opening (as specified on the front cover, RISD Purchasing Department webpage and or newspaper ad), the responsible Buyer, or his/her delegated support staff member, shall open and record all Bids received per requirements noted in Texas Education code Sufficient time will be allotted to analyze all Bids received and the final recommendations shall be prepared for District review and approval. Upon District approval, the Bidders shall be notified either by mail, telephone, or purchase order of any award/awards. D. Wherever the District indicates the unit of measure required for bidding purposes, the District may not recalculate the vendor s price if it is based on a different unit of measure than that indicated in any contract. RFSCP #

33 IV. BILLING AND PAYMENT/DISCOUNTING: A. All invoices are to be submitted in duplicate and mailed in accordance with instructions as shown on purchase order (unless otherwise noted). All invoices shall be forwarded to: RICHARDSON INDEPENDENT SCHOOL DISTRICT ATTENTION ACCOUNTS PAYABLE DEPARTMENT 970 SECURITY ROW RICHARDSON, TEXAS B. Invoices will be returned for correction unless they contain the following information: Item numbers; Description of Item; Quantity; Unit Price Extensions and Total. Each invoice shall carry the Purchase Order Number of the District. The original and one copy shall be forwarded to the office listed above. C. Payment in full will only be made upon final acceptance of items as shown on Purchase Order. The District does not pay partial payments. If we are invoiced for items that are not physically received, we must receive either a corrected invoice with the items removed or a credit memo to offset the charges for the non-received goods. D. The Bidders that request prompt payment of bills shall send signed delivery tickets with the invoice to facilitate expedited payment. E. Delivery shall be FOB Destination Freight Prepaid and allowed to each individual location as noted on the Purchase Order. The District will not pay freight bills sent collect. F. The District s standard terms for payment are Net 30 days. All discounts, including prompt payment, shall be included in bid price. V. BONDING: Certain formal bids and or proposals will require bonding and shall be indicated in the scope of work and or minimum specifications. VI. COLLUSION: All Bidders shall sign the appropriate certification as provided on the signature sheet. The District may reject any Bid that does not include the required certification. VII. COMPLIANCE WITH SPECIFICATIONS AND PURCHASER S RIGHT OF SELECTION: A. The Bidder shall abide and comply with the true intent of the specifications and not take advantage of any unintentional error or omission. RFSCP #

34 B. The District reserves the right to reject any or all Bids that comply with these specifications, or to accept a higher bid that complies, when, in the judgment of the District, such Bid offers additional value or function, which justifies the difference in price. VIII. DEVIATIONS FROM SPECIFICATIONS: All deviations from the specifications must be specified in writing by the Bidder, at the time the formal bid is submitted. The absence of a written list of requested deviations or exceptions when the Bid is submitted will hold the Bidder strictly accountable to the District to the specification or requirement as written. Any deviation from the specifications as written not previously submitted, as required by the above, will be grounds for rejection of the material and/or equipment when delivered. The District reserves the right to reject or modify any requested exception or deviation. Excessive exceptions may result in disqualification of a bid. IX. ERRORS IN BIDS: RELIEF OF BIDS: Bidders or their authorized representatives shall fully inform themselves as to the conditions, requirements, and specifications before submitting Bids. Failure to do so will be at the Bidder s own risk. If a Bidder makes errors in extension of prices in a Bid, the unit price shall govern at the discretion of the Director of Purchasing. X. GUARANTEE: The Bidder shall unconditionally guarantee the materials and workmanship of all merchandise furnished under Bid for a period of one year or longer from date of acceptance of the items delivered and installed unless a different time period is required under the Bid specifications. If, within the guarantee period, any defects or signs of deterioration are noted, which, in the opinion of the District is due to the faulty design and installation, workmanship or materials, upon notification, the contractor, at its expense, shall repair or adjust the equipment or parts to correct the condition, or replace the part or entire unit to the complete satisfaction of the District. These repairs, replacements or adjustments shall be made only at such times as will be designated by the District to cause the least disruption. XI. INTENT AND LIMIT OF CONTRACT A. These specifications are intended to cover the various types of purchases of said materials, supplies, or services as hereinafter shown to any or to each of the various public schools, administrative facilities, or to any designated warehouse or warehouses in Richardson Independent School District, whichever if specified, in quantities to be determined subsequent to the bid opening. There are 55 campuses in the District, most in the city of Richardson with portions in the cities of Dallas and Garland. Including administration and support, RISD maintains 70 facilities covering more than 6 million square feet with 35 million square feet of grounds. RFSCP #

35 B. It is understood that under the terms and conditions of this bid offer, the District reserves the right to purchase any of the listed materials, supplies or services at bid prices submitted provided that it shall be optional on the part of either party to terminate this contract at the expiration of twelve months from the beginning date of any contract period upon notice in writing to the other party to any contract no less than 30 days prior to the expiration of the twelve month period. This will be the only opportunity for cancellation of this contract, except for extenuating causes. XII. OR EQUAL INTERPRETATION CLAUSE: A. Any time a particular manufacturer s name or brand may be specified, it shall mean any product of equal quality. Bids shall be considered on all other brands submitted and on the equal quality product of other manufacturers. On all such Bids, the Bidder shall indicate clearly the product on which it is bidding, and shall supply sufficient data, on its own letterhead, to enable an intelligent comparison to be made with the particular brand or manufacturer specified. B. Catalog cuts and descriptive data shall be attached to the original copy of the Bid, where applicable. Whenever the specifications indicate a product of a particular manufacturer, model, or brand, and in the absence of any written statement to the contrary by the Bidder, the Bid shall be interpreted as being for the exact brand, model or manufacturer specified, together with all the accessories, qualities, etc., enumerated in detailed specifications. (See VIII.) Failure to submit the above information may result in rejection of bid. XIII. PACKING AND DELIVERY: A. All materials must be securely packed for proper protection and in quantities to be determined by the District s Director of Purchasing. B. All materials delivered pursuant to this bid offer shall be packed in a substantial manner in accordance with accepted trade practice. No charges may be made over and above the bid price for packaging. Complete deliveries must be made by the successful vendor to the designated location as indicated on Bid cover and/or purchase order after issuance of purchase orders by the District. A packing slip and/or delivery ticket shall be included in each shipment. Each ticket shall contain the following information for each item delivered: Purchase Order Number, Item Description, Item Number, Quantity, and Vendor Name. C. Failure to comply with this condition shall be considered sufficient reason for refusal to accept the goods or services awarded and ordered. D. All package materials shall be clearly and plainly marked. Example: To: Richardson Independent School District, Department: [state department] Address: [address of department] Purchase Order Number: [PO #] RFSCP #

36 XIV. SAFETY REQUIREMENTS: The Bidder/vendor shall provide all equipment, machinery and chemicals furnished and delivered to the District in compliance with the Safety Regulations as required by OSHA. XV. SAMPLES and CATALOGS: A. When requested, a sample, properly tagged, shall be submitted by each Bidder before the time of the Bid opening. The tag on the sample shall indicate the item number, the name of the company submitting the sample, and the Bid number. B. The District will not be responsible for any samples that a Bidder has not picked up within 30 days after being notified that the sample is no longer needed. Samples may be retained by the District until Bidders are notified to remove them. Bidders agree that the District will incur no liability for samples that are damaged, destroyed or consumed in the testing processes. Samples requested are to be delivered as noted and designated per the particular solicitation. XVI. SIGNATURE TO BIDS: Each Bid must show the full business address and telephone number of the Bidder and be signed by the person or persons legally authorized to sign contacts. All correspondence concerning the Bid and contract, including Notice of Award, and Purchase Order, will be mailed or delivered to the address shown on the Bid in the absence of written instructions from the Bidder to the contrary. XVII. TAXES: XVIII. DELIVERY: A. The District is exempt from the payment of the Texas Sales Tax. Exemption Certificates for the Federal Excise Tax may be furnished upon request. B. Prices quoted shall not include federal excise or state sales and use taxes. C. The District s Tax Identification Number is A. All deliveries shall be made during the hours of 8:00 a.m. and 3:00 p.m. on all regularly scheduled school days, except where otherwise noted by Purchasing Department. B. All deliveries shall be made inside school buildings, warehouse, offices, etc., and special instruction for date of delivery shall be included in the general specifications. C. Special instructions may be indicated by the District in the specifications for exact time, date and delivery locations for particular equipment and machinery (heavy or otherwise) which are to be erected, set-up and installed. D. Materials delivered and received centrally will be accepted by motor freight. RFSCP #

37 My signature below confirms that I: SIGNATURE SHEET AND ANTITRUST CERTIFICATION STATEMENT (Texas Gov t Code ) 1. propose to furnish, package, mark, and deliver to the Richardson Independent School District, the supplies, materials or equipment as required in the accompanying specifications, and at the unit price indicated; 2. certify that this firm is an equal opportunity employer and that all employment decisions are made without regard to the color, race, sex, national origin, religion, age, or disability status of otherwise qualified individuals; and 3. certify that all material and equipment bid by this firm and to be supplied to the Richardson Independent School District meets all safety and health standards as prescribed by the rules and regulations of the Occupational Safety and Health Act (OSHA). My signature below affirms under penalty of perjury of the laws of the State of Texas that: 1. I am duly authorized to execute this contract on my own behalf or on behalf of the company, corporation, firm, partnership, or individual (Company) listed below; 2. In connection with this bid, neither I nor any representative of the Company has violated any provision of the Texas Free Enterprise and Antitrust Act, Tex. Bus. & Comm. Code Chapter 15; 3. In connection with this bid, neither I nor any representative of the Company have violated any federal antitrust law; and 4. Neither I nor any representative of the Company has directly or indirectly communicated any of the contents of this bid to a competitor of the Company or any other company, corporation, firm, partnership, or individual engaged in the same line of business as the Company. COMPANY NAME: BIDDER S SIGNATURE: Title: COMPANY OFFICIAL AUTHORIZING BID: Title: DATE SIGNED: RFSCP #

38 ADDRESS: CITY, STATE, ZIP: TELEPHONE: FAX: Complete and return with proposal RFSCP #

39 RICHARDSON INDEPENDENT SCHOOL DISTRICT STATEMENT OF EQUAL OPPORTUNITY AND NON-DISCRIMINATION The Richardson Independent School District is committed to fair and equal competition among all vendors. It is the policy of the Richardson ISD to encourage participation in the competitive bid process by all interested parties. The Richardson ISD does not discriminate against any otherwise qualified vendor because of the vendor s race, color, national origin, age, religion, sex, or disability. RFSCP #

40 INTERLOCAL AGREEMENT CLAUSE Richardson ISD is a participating member of the Collin County Governmental Purchasers Forum (CCGPF) and Educational Purchasing Cooperative of North Texas (EPCNT). As such the Richardson ISD has executed Interlocal Agreements, as permitted under Chapter 791 of the Government Code with certain other governmental entities in CCGPF and EPCNT authorizing participation in a cooperative purchasing program. Several governmental entities in proximity to the Richardson Independent School District have indicated an interest in being included in this contract. Should these governmental entities decide to participate in this contract, would you, (the vendor) agree that all terms, conditions, specifications, and pricing apply? Yes No If you (the Vendor) checked yes, the following will apply. Governmental entities utilizing Internal Governmental contracts with the Richardson Independent School District will be eligible, but not obligated, to purchase materials/services under the contract(s) awarded as a result of this solicitation. All purchases made by a governmental entity other than Richardson Independent School District will be billed directly to that governmental entity. Must Complete and return with Proposal documents. RFSCP #

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

42 II. FELONY CONVICTION NOTIFICATION AND CRIMINAL BACKGROUND CHECK (a) (b) (c) Offeror must give advance notice to the Owner if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony. The District may terminate any Agreement or if the Owner determines that the person or business entity failed to give notice as required by this paragraph or misrepresented the conduct resulting in the conviction. This paragraph requiring advance notice does not apply to a publicly held corporation. Offeror will obtain criminal history record information that relates to an employee, applicant for employment, or agent of the Offeror if the employee, applicant, or agent has or will have continuing duties related to the contracted services; and the duties are or will be performed on school property or at another location where students are regularly present. The Offeror certifies to the Owner before beginning work and at no less than an annual basis thereafter that criminal history record information has been obtained. Offeror shall assume all expenses associated with the background checks, and shall immediately remove any employee or agent who was convicted of a felony, or misdemeanor involving moral turpitude, as defined by Texas law, from Owner property or other location where students are regularly present. District shall be the final decider of what constitutes a location where students are regularly present. Offeror s violation of this section shall constitute a substantial failure. If the Offeror is the person or owner or operator of the business entity, that individual may not self-certify regarding the criminal history record information and its review, and must submit original evidence acceptable to the District with this Agreement showing compliance. Signature below acknowledges compliance with Section I. DEBARMENT, SUSPENSION, INELIGILITY AND VOLUNTARY EXCLUSION and Section II. FELONY CONVICTION NOTIFICATION AND CRIMINAL BACKGROUND CHECK. SIGNATURE OF OFFEROR: DATE: PRINTED/TYPED NAME OF OFFEROR: COMPANY NAME: TEL#: Must complete and return with proposal documents. RFSCP #

43 RICHARDSON INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT Notice to Vendors: Conflict of Interest Questionnaire Required by Chapter 176 of the Texas Local Government Code Effective January 1, 2006, any person or entity who contracts or seeks to contract with RISD for the sale or purchase of property, goods, or services (as well as agents of such persons) (hereafter referred to as Vendors) are required to file a Conflict of Interest Questionnaire with the District. Each covered person or entity who seeks to or who contracts with RISD is responsible for complying with any applicable disclosure requirements. RISD will post the completed questionnaires on its website. The Conflict of Interest Questionnaire must be filed: No later than the seventh business day after the date that the Vendor begins contract discussions or negotiations with the government entity, or submits to the entity an application, response to a request for proposal or bid, correspondence, or other writing related to a potential agreement with the entity. The Vendor also shall file an updated questionnaire not later than September 1 of each year in which a covered transaction is pending, and the seventh business day after the date of an event that would make a statement in the questionnaire incomplete or inaccurate. Note: A Vendor is not required to file an updated questionnaire if the person had filed an updated statement on or after June 1, but before September 1 of the year. Please sign and return the following Conflict of Interest Questionnaire from the Texas Ethics Commission with your bid/proposal to the following address: Richardson Independent School District Attn: Purchasing Department 970 Security Row Richardson, Texas The Local Government Officers of the Richardson Independent School District are: Board of Trustees: Place 1 Jean Bono Term expires 2018 Place 2 Kim Caston Term expires 2018 Place 3 Kris Oliver Term expires 2016 Place 4 Lanet Greenhaw Term expires 2016 Place 5 Eron Linn Term expires 2016 Place 6 Justin Bono Term expires 2017 Place 7 Kristin Kuhne Term expires 2017 Superintendent: Kay Waggoner, Ph.D. 42

44 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section (1-a) with a local governmental entity and the vendor meets requirements under Section (a). FORM CIQ OFFICE USE ONLY Date Received By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section (a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section , Local Government Code. An offense under this section is a misdemeanor. 1 Name of vendor who has a business relationship with local governmental entity. 2 3 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) Name of local government officer about whom the information is being disclosed. Name of Officer 4 Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section (a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? Yes No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes No 5 Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. 6 Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section (a)(2)(B), excluding gifts described in Section (a-1). 7 Signature of vendor doing business with the governmental entity Date Form provided by Texas Ethics Commission 43 Revised 11/30/2015

45 44

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

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

More information

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

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

More information

RICHARDSON INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 970 Security Row Richardson, TX Notice to Bidders

RICHARDSON INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 970 Security Row Richardson, TX Notice to Bidders RICHARDSON INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 970 Security Row Richardson, TX 75081 Notice to Bidders Request for Competitive Sealed Proposal Oracle Discoverer Replacement #1469 Richardson

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

GENERAL SPECIFICIATIONS TABLE OF CONTENTS

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

More information

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

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

More information

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

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

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

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

Richardson ISD RFP# Armored Car & Bank Courier Services. RISD Where all students learn, grow, and succeed. RISD Where all students learn, grow, and succeed. Richardson Independent School District 400 S. Greenville Ave. Richardson, TX 75081 ARMORED CAR AND BANK COURIER SERVICES RFP # 1211 The Richardson Independent

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

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

Request for Proposal General Ledger Software

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

More information

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

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

More information

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

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

More information

Educational Service Unit #3 REQUEST FOR PROPOSAL INSTRUCTIONS GENERAL CONDITIONS AND SPECIFICATIONS FOR:

Educational Service Unit #3 REQUEST FOR PROPOSAL INSTRUCTIONS GENERAL CONDITIONS AND SPECIFICATIONS FOR: Educational Service Unit #3 June 25, 2008 REQUEST FOR PROPOSAL INSTRUCTIONS GENERAL CONDITIONS AND SPECIFICATIONS FOR: Employment and Volunteer Background Investigation Services Proposal Deadline: July

More information

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR CASTRO AVE. AND F.M. 462 WATER IMPROVEMENTS PUBLISHED DATE: March 1, 2018 RESPONSE DUE DATE: April 24, 2018 Interested vendors must submit a RESPONSE PACKAGE

More information

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

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

More information

PURCHASING DEPARTMENT

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

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 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

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

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

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

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

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE Specifications for Bid Crushed Limestone Deadline Date January 15, 2019 3:00 pm (956) 831-8273 Fax (956) 831-5106 1000 Foust

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 Lawn Care Maintenance Services Academy for Classical Education 5665 New Forsyth Rd. Macon, Georgia 31210 PROPOSAL SUBMISSION DEADLINE IS 5:00PM EDT, FRIDAY, MAY 15, 2017 TABLE OF

More information

FIXTURING/INSTALLATION AGREEMENT

FIXTURING/INSTALLATION AGREEMENT Dept Index Contract No. Requisition No. FIXTURING/INSTALLATION AGREEMENT This FIXTURING/INSTALLATION AGREEMENT by and between THE UNIVERSITY OF NORTH FLORIDA BOARD OF TRUSTEES, a public body corporate

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

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

[ ] an individual, [ ] a corporation (please mark appropriate box), duly organized under the ATTACHMENT A COVER SHEET FOR PROPOSAL Proposals must include this cover sheet (or this sheet reproduced on company letterhead) or PAGE 1 of the proposal. This attachment is provided as a fillable form.pdf

More information

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES THIS AGREEMENT is made by and between the School District, a political subdivision of the State of California ("DISTRICT"), and, a California corporation,

More information

Invitation to Bid BOE. Diesel Exhaust Fluid

Invitation to Bid BOE. Diesel Exhaust Fluid Invitation to Bid 20170811-02-BOE Diesel Exhaust Fluid Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN

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 # 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

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month and

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

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Page 1 of 5 Bid No.: Date Released: September 25, 2017 SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Bid subject to the Standard Terms and Conditions provided. Bid must be received by: Date/Time:

More information

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

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

More information

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 FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 RETURN PROPOSALS TO: Rhetta Hogan Finance Department City of Yreka 701 Fourth Street Yreka, CA 96097 DEADLINE FOR

More information

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

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

More information

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

FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF AGENT AND AGENCY SERVICES

FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF AGENT AND AGENCY SERVICES FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF AGENT AND AGENCY SERVICES DFS AA RCP 14/15-06 Preparation and Development of the Florida General Lines Agents /Customer Representatives and the Florida

More information

Texas Automobile Insurance Plan Association (TAIPA) Request for Proposal for Actuarial Services

Texas Automobile Insurance Plan Association (TAIPA) Request for Proposal for Actuarial Services Texas Automobile Insurance Plan Association (TAIPA) Request for Proposal for Actuarial Services TAIPA is soliciting proposals from qualified actuarial firms, to develop insurance rate filings for automobile

More information

West Ridge Park Ballfield Light Pole Structural Assessment

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

More information

Kaiser Permanente Terms and Conditions for the Purchase of Goods and Services

Kaiser Permanente Terms and Conditions for the Purchase of Goods and Services Kaiser Permanente Terms and Conditions for the Purchase of Goods and Services These Kaiser Permanente Terms and Conditions for the Purchase of Goods and Services (the Terms and Conditions ) apply to Purchase

More information

CONTRACT FOR SERVICES RECITALS

CONTRACT FOR SERVICES RECITALS CONTRACT FOR SERVICES THIS AGREEMENT is entered into between the (hereinafter Authority ) and [INSERT NAME] (hereinafter Contractor ) and sets forth the terms of this Agreement. Authority and Contractor

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

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

More information

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

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

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

More information

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

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

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

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS REQUEST FOR PROPOSAL No. 2018-621 RESIDENTIAL CURBSIDE TEXTILE RECYCLING SERVICE The City of Conroe is seeking proposals from qualified firms

More information

Union College Schenectady, NY General Purchasing Terms & Conditions

Union College Schenectady, NY General Purchasing Terms & Conditions Union College Schenectady, NY 12308 General Purchasing Terms & Conditions 1. DEFINITIONS. a. UNION COLLEGE represents the Trustees of Union College, is the purchaser of goods specified in the Purchase

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

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

HOW TO REGISTER ON THE OECD ESOURCING PORTAL

HOW TO REGISTER ON THE OECD ESOURCING PORTAL HOW TO REGISTER ON THE OECD ESOURCING PORTAL Bidder - User Guide OECD all rights reserved Create your Organisation Profile Access the esourcing Portal following the link: https://oecd.bravosolution.com

More information

Consulting Services - Cable Television System Franchise Renewal CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632

Consulting Services - Cable Television System Franchise Renewal CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632 REQUEST FOR PROPOSAL Consulting Services - Cable Television System Franchise Renewal ISSUE DATE: October 1, 2014 CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632 CLOSING

More information

TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT

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

More information

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

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

More information

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

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

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

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 February 25, 2016 TO: RE: Prospective Proposers Request for Quotation (RFQ) Schedules & Maps Layout and Updates The Greater Dayton

More information

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

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

More information

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

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

Request for Proposal CNC Mill For the Rockville High School

Request for Proposal CNC Mill For the Rockville High School Request for Proposal CNC Mill For the Rockville High School Vernon Public Schools, Connecticut BID # VPS-FY15-004 Inquiries: Ms. Nicole Fillion Grant Writer 30 Park Street Vernon, CT 06066 nfillion@vernon-ct.gov

More information

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

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

More information

Any questions regarding this RFP should be ed to John Peters

Any questions regarding this RFP should be  ed to John Peters NORTH COUNTRY SUPERVISORY UNION REQUEST FOR PROPOSALS PowerSchool and Database Services Support Proposals must be received no later than 3:00 p.m. January 17, 2018 North Country Supervisory Union Attn:

More information

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services CTH BB from University Dr. to Pond Road CTH C from CTH F to East Co. Line CTH V from Palmer Road to Amberg Posting Date: May

More information

Request for Qualifications Number 1470 General Construction Services

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

More information

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

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

More information

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project Document A105 2007 Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

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

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

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR Spray foam services At Wyoming County of Wyoming Animal shelter PRC # 2018009820 NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that the County of Wyoming

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

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

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

GEORGE MASON UNIVERSITY Student Services Entertainment and Event Agreement

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

More information

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

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

More information

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

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

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

More information

Request for Proposal 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

VENDOR PROGRAM. Vendors must complete the Vendor Screening and Disclosure Form as follows: *must be completed prior to any signed purchase order

VENDOR PROGRAM. Vendors must complete the Vendor Screening and Disclosure Form as follows: *must be completed prior to any signed purchase order VENDOR PROGRAM 1. PURPOSE The purpose of this policy is to outline the standards that the Hospital utilizes in evaluating which vendors to contract with, the standards for contracting, and the code of

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

General Conditions for Consultancy Services Agreements

General Conditions for Consultancy Services Agreements Tebodin Middle East Ltd. P.O. Box 2652, Abu Dhabi, United Arab Emirates General Conditions for Consultancy Services Agreements 6 01.08.2016 Effective date definition changed and Vendor Declaration added

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

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE SECTION 1: PURPOSE. 1.1 The County of Greene hereby requests proposals from interested

More information

Request for Proposal (RFP) For Jail Security System Control Upgrade

Request for Proposal (RFP) For Jail Security System Control Upgrade Request for Proposal (RFP) For Jail Security System Control Upgrade Posting Date: June 10, 2013 Response Deadline: June 26, 2013 4:00 p.m. Central Daylight Time (CDT) To: Robert Majewski Marinette County

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

TERMS AND CONDITIONS OF SERVICE 1. DEFINITIONS: Affiliate means any entity which directly or indirectly owns or controls, is controlled by, or is

TERMS AND CONDITIONS OF SERVICE 1. DEFINITIONS: Affiliate means any entity which directly or indirectly owns or controls, is controlled by, or is TERMS AND CONDITIONS OF SERVICE 1. DEFINITIONS: Affiliate means any entity which directly or indirectly owns or controls, is controlled by, or is under common control with, Donnelley Financial or Client,

More information

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

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

More information

Scofield Ridge Homeowners Association

Scofield Ridge Homeowners Association Scofield Ridge Homeowners Association RFP #2012-003 Subject: Entrance Monument Design & Construction Due: March 30, 2012 2:00pm CST c/o Goodwin Management, Attn.: Debra Johnson * 11149 Research Blvd.,

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

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH 1. GENERAL The City of Folly Beach, South Carolina (City) requests proposals from qualified engineering firms for a Water System

More information

ANNEX A Standard Special Conditions For The Salvation Army

ANNEX A Standard Special Conditions For The Salvation Army ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,

More information

08 May 2012 Post Date

08 May 2012 Post Date Stewart County E-911 P.O. Box 751 402-B Church St Dover, TN 37058 08 May 2012 Post Date Request for Proposals I3 IP Capable 911 Phone Controller including Admin PBX Next Generation Ready CAD Point to Point

More information