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

Size: px
Start display at page:

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

Transcription

1 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH September 29, 2017 TO: RE: Prospective Proposers Request for Quotation (RFQ) Purchase of Copiers The Greater Dayton Regional Transit Authority (RTA) is seeking a vendor or reseller with four (4) years or more experience regarding multi-function digital copiers, and who sell, lease, maintain and support the specified copier. The scope of work pertaining to this solicitation is attached. Your firm is invited to submit a quote. In order to be considered, please ensure that one (1) original and three (3) copies of your quote are received by the undersigned no later than 2:00 p.m. on October 13, Quotes may be mailed, delivered or sent by delivery service addressed to the undersigned at Greater Dayton Regional Transit Authority, 4 S. Main Street, Dayton, OH Please allow additional working days for the internal delivery of mailed quotes in addition to the U.S. Postal Service delivery. DBE Participation: It is the policy of the Department of Transportation (DOT) that DBE s, as defined in 49 CFR, Parts 23 and 26, shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with federal funds under this Agreement. Although the DBE goal for this procurement is 0%, RTA welcomes DBE participation. The award will be based on: Ability to meet specifications, including network requirements; Qualifications of service personnel and thoroughness of service department; Reasonableness of cost for machine(s) and maintenance; Performance of Copier; and References, received from responsive and responsible proposers as determined by the RTA. RTA reserves the right to reject any and all quotes submitted. Award of the contract will be made to the Proposer which, in the sole opinion of RTA Staff, best meets the needs of the Authority. The successful Proposer(s) will receive a blanket purchase order in accordance with the terms of the Request for Quotation. The RTA reserves the right, as the interest of the RTA requires, to postpone, accept or reject any and all quotes and to waive any informality in the quotes received. A quote may be withdrawn by personal, written, or telegraphic request received from the proposer prior to the scheduled opening date. No quote may be withdrawn for a period of 60 days after the opening date. If you have any questions relating to this solicitation, please contact me at (937) Sincerely, Herbert G. Carroll Herbert G. Carroll Purchasing Agent Attachment 1

2 Greater Dayton Regional Transit Authority Scope of Work Introduction The Greater Dayton Regional Transit Authority (RTA) is soliciting proposals from established vendors and resellers who have been in the business of multi-function digital copiers for a minimum of four years, and who sell, lease, maintain and support the specified copier. Copiers will be either leased with an option to purchase or purchased outright. Leasing is being considered if it is advantageous in terms of reducing overall costs. In addition, a centralized software management tool is to be proposed to manage the new copiers and nine (9) existing copiers that are not being replaced (5-Toshiba e-studio457 and 4-Toshiba e-studio3555c). RTA currently has six (6) black and white Lanier LD040 SPF and two (2) color Ricoh MPC3002 digital copier/printer/fax/scanner machines that need replaced. Initial purchase will consist of five (5) black and white and three (3) color machines. Additional copiers may be needed in other areas therefore, the RTA estimates that it may purchase up to a total of eleven (11) machines, with a minimum purchase of eight (8) machines in 2017 and the option of three (3) machines in Contract for maintenance and supplies will be for five (5) years. The option to lease will be for a 36, 48 or 60 month lease to purchase at fair market value. The purchase cost will be based on the actual purchase cost of each copier and the lease cost will be based on the monthly cost of the equipment. The maintenance cost will be based on the cost per copy, to include maintenance, supplies, and all consumables except paper and staples. The RTA may consider up to two (2) different machine models, which would best be suited to the locations, uses, and estimated volumes presented. RTA reserves the right to increase or decrease usage at any time as actual needs or funding may determine. RTA is interested in receiving innovative proposals that address any new approaches/technologies, and that may increase efficiency and decrease copying/printing expenses. 2

3 General Equipment Requirements All proposed equipment must be New and will not have been used since the manufacture and shall be current models of modern technology in current production and not scheduled to be retired within the next 24 months. RTA shall be the first user of the equipment, with no previous rental, lease, or demonstrations. The successful contractor shall provide manufacturer s documentation listing serial number(s) and date(s) of manufacturer for the proposed equipment. All copiers proposed, shall be current digital models using dry toner, and must be in current production at the time of proposal submission. Each copier shall be a walk-up digital copier/printer/fax/scanner machine. All color copiers and all black & white copiers must be similar in regards to user interface, configuration and management. Equipment usage and volumes in various areas may allow for copiers in two (2) models. Pricing on an optional models is being requested as part of each proposal for potential use in lower volume areas. Brochures are required to be provided for the copier(s) that you are proposing. Copies should be included with each copy of the proposal submitted. Your proposal should include additional options listed in this brochure that you recommend to be included with the equipment purchase. Each Proposer must indicate if there are any restrictions on the type of paper to be used in the copier, i.e., recycled bond or 25% cotton. Network Environment as of May, 2017 Network Fileservers: Network Protocol: Windows Server 2008 Standard 32 & 64 bit Windows Server 2012 Standard 32 & 64 bit Windows Server 2012 R2-64 bit Digital/HP Open VMS 7.3 TCP/IP Required Network Support: Generic TCP Print Access on port 9100 LPD/LPR on port 515 Network Wiring: PC Workstation Software: Customer Applications: 1000 Base-T (UTP, RJ45) at printer location Windows 7, 8, 10 Pro (64-bit) Mac OS X 10.4 Microsoft Office apps Legacy Cobol apps (print via UNIX-style Queues) Proprietary Software (print via Windows Printing API) MAC OS Postscript Printer Drivers 3

4 Technical Equipment Requirements 1. All digital copiers shall be capable of standard functions: Copy, Print, Scan and Fax. The copiers shall be capable of scanning B&W and color based on the copier s output color capability. 2. All digital copiers shall be capable of producing double-sided prints/copies. 3. All copiers are required to have the capability of printing on stock ranging from 20 lb. bond to 110 lb. index, on sizes letter (8 ½ x 11), legal (8 ½ x 14) tabloid (11 x 17). 4. All digital copiers shall have an automated stapling system, capable of stapling a minimum of 50 sheets of 20 lb. paper. 5. All digital copiers should have the ability to punch holes list as an option if applicable. 6. All digital copiers shall have full offset stacking and finishing capability. 7. All digital copiers shall possess an automated document feeder, with a minimum capacity of 50 sheets of 20 lb. bond paper. 8. All digital copiers shall have a bypass tray for the purpose of printing on specialized stock. 9. All digital copiers shall be capable of enlarging documents in preset increments to a minimum of 200%. 10. All digital copiers shall be capable of reducing documents in preset increments to a minimum of 64%. 11. One of the three paper trays must be adjustable. 12. All digital copiers shall have PIN code and/or mailbox secured access for users. 13. Management functions should include limiting access by user, group or role and the ability to limit access for specific functions. Setups must be done through a centralized software system and a browser based interface is preferred. 14. Active Directory integration to the centralized software system. Users should be able to search, find and copies from the copier using an Active Directory or Microsoft Exchange contact list. It is desirable to use Active Directory users and groups for access management controls. 15. Management of the copier address book must be the same across all proposed models new and existing, and it must be accomplished using the centralized software system in this proposal. 4

5 16. The centralized software system must perform the following: (In priority order) a. Have the ability to centrally manage and control the existing Toshiba e- Studio457 and 3555C devices along with the devices proposed in this procurement b. Allow complete control of user ID and access setup via Active Directory c. Allow for tracking and control of usage by each user d. Secure print release e. Allow for promoting cost savings such as double sided copying and printing 17. Ability to scan to future workflow applications a plus. 18. Ability to scan/copy to accounts. 19. First copy time: B/W 5.0 seconds, Color: 6.5 seconds. 20. Print resolution: 1200 X 1200 dpi, Scanning Resolution minimum: 600 X 600 dpi. 21. Price for optional fax capabilities for each copier, if not included. 22. Power Requirements: 120V AC, 60Hz, 20A with a NEMA 5-20P power plug cord and surge protector. 23. Must be U.L. approved, ENERGY STAR Qualified and RoHS Compliant. 24. The vendor will guarantee the availability of replacement parts, applicable accessories and equipment for the duration of the contract term. Include warranty information on purchases. 25. The vendor will address any defect in software or equipment within four (4) hours of such report. 26. If the reported defect(s) remain unresolved for a period of forty-eight (48) hours or more, the vendor will provide the RTA with a comparable loaner copier at no charge. 27. A recycling return for empty toner canisters with shipping labels is required. Supplies Initial Supplies All equipment shall be delivered with enough supplies (except paper and staples) to ensure a maximum month s (30 days) usage. Consumable Supplies All consumable supplies (except paper and staples) required for copying operations shall be included in the cost per copy pricing. In order to ensure that consumable supplies are readily available, the Contractor is required to establish an inventory of all such supplies in the Dayton metropolitan area. 5

6 Maintenance Preventive and remedial maintenance shall be performed by qualified contractor maintenance personnel during regular office hours. The maintenance pricing shall be on a cost-per-copy basis, and include full-service maintenance and all consumable supplies (except paper and staples). The RTA requires a response time on all service calls within four (4) hours. Response time means that a technician is on-site, working on the machine. The maximum allowable downtime for any copier is 48 hours. If the copier cannot be repaired and restored to normal operating service within 48 hours, a loaner machine is to be provided to RTA at no additional cost to the RTA. The RTA also prefers to have the same service technician to work on the machines. Please provide a list of qualified technicians that would be assigned to RTA s account. Qualified means the service technicians meet the minimum training requirements of the firm. Also include a brief description of the experience of the service technicians and support staff that will be assigned to RTA s account. Service calls shall be prioritized, with emergency calls being given first priority. An emergency service request exists when a machine is producing copies that are unreadable, not usable, or producing no copies at all. All maintenance will be performed by fully trained and certified technicians. The contractor shall furnish, install, and maintain all equipment in accordance with manufacturer s specifications. The contractor will have an adequate inventory of spare parts immediately available for repairs. Repairs should be completed on the first visit. If delivery of an out of stock part is necessary, and is expected to take more than 48 hours, a loaner machine is to be provided to RTA at no additional cost to the RTA. Repeated service calls for the same reoccurring problem(s) is not acceptable. If a service technician is unable to successfully repair a reoccurring problem after the maximum downtime of 48 hours, or unless otherwise agreed, RTA may request to have the equipment immediately replaced with another comparable unit in good working order. The contractor will bear the cost of the removal of the original equipment, and the cost of the delivery of the replacement unit. The contract period for the replacement equipment will remain the same as the original equipment. The cost of the replacement unit will also not exceed the cost of the original equipment. Centralized software system maintenance is to cover the entire length of the agreement. Software maintenance is to cover general support (M-F/8-5), bug fixes, incremental updates, and new versions of the software. Meter Readings 6

7 The successful contractor shall make one (1) or more recommendations for collecting meter readings. Current meter readings are taken electronically on a quarterly basis, resulting in quarterly invoicing. Equipment Demonstration Each responsive proposer in the competitive range may have the opportunity to place their machine(s) one color and one black and white at RTA for a demonstration period of one week, prior to the final selection. Proposers must make all necessary arrangements for a demonstration within one (1) week from the date of notification. The demonstration shall be provided at no cost to RTA. This may require proposer to demonstrate copiers at more than one (1) placement site. All machines tested will be placed in the same area so that usage is identical. Individuals using the copier(s) during this demonstration period will be required to complete an evaluation. Equipment Installation and Site Preparation The RTA equipment installation sites where the existing Lanier LD 040SPF/Ricoh MPC3002 are being replaced should not require any modification or preparation. Proposed modifications or preparations are subject to RTA s approval prior to the placement of equipment. The Contractor is responsible for installation and cost of all modifications, unless otherwise agreed by the RTA. Supplies or equipment installed as part of the location electrical system must be approved by RTA s Facilities Manager prior to beginning any work. Such modifications will become the property of RTA. Installation shall comply with applicable rules of the National Electric Code. All electrical materials shall be UL approved or certified as being in compliance with the rules of the National Electric Code, and meeting or exceeding standards of the Underwriter s Laboratories, Inc. RTA will not make, nor allow others to make alterations to the equipment, or remove equipment other than as may be authorized by RTA, or mutually agreed upon in change of site conditions. The installation, setup, and testing of the centralized software solution is to be included in this procurement. The vendor will work with the RTA IT staff to define the server and database requirements in order to standup a virtual Microsoft Server 2012 R2 system. RTA will provide the virtual environment and base OS load system. Training The successful contractor will be required to provide at his/her own expense, all training, both initial and continuous, as required by RTA for the operation of the proposed equipment. One (1) operation manual is to be provided for each machine delivered. Training shall include, but not be limited to the proper use of the equipment features, briefing on safety precaution, how to load paper and toner, how to clear paper jams, where to locate the serial number and machine ID number, and how to collect meter readings. User and technical training on the centralized software system are to be included in the proposal. Contact information shall be provided for placing service calls and/or supply orders. This shall include contact name, telephone number, information needed, and service arrival time. 7

8 Full Service Maintenance A full service maintenance agreement shall commence after expiration of the manufacturer s warranty, including all parts, labor, travel, supplies (except paper and staples), and cost per copy for all fully networked copiers purchased under this agreement. Pricing shall be based upon the estimated annual usage calculated from the actual usage in the last twelve (12) months (January 1, December 31, 2016), with adjustments for future usage increases. Proposals shall include pricing for five (5) years as requested. Proposers may also include pricing for consideration for additional option year periods beyond these five (5) years, based upon the estimated life of the machines, and the availability of parts. A full service centralized software maintenance agreement shall commence after expiration of the vendor warranty, including general software support, bug fixes, incremental updates, and version updates for software purchased under this agreement Warranty and Guarantee Contractor guarantees that all equipment delivered and installed under the contract will be made from materials suitable and adequate for the purposes intended and described in the Contract, and in a workmanlike manner in accordance with the best engineering practices, and that such equipment will fully comply with the drawings, specifications, and the Contractor s proposal, or otherwise. All materials, specialties, equipment, parts and accessories supplied by the Contractor shall be of the same design and model on all equipment purchased under this specification, unless otherwise agreed. The Contractor shall assume all responsibility for these materials, specialties, equipment, parts and accessories whether manufactured by the Contractor or purchased by him/her from another source. The Contractor shall warrant and guarantee the Copier Equipment and Maintenance for a period of one (1) year from date of acceptance for equipment and labor. Any and all materials, specialties, equipment, parts, and accessories that prove to be defective in normal operation within the above referenced period shall be replaced or repaired by the Contractor free of any and all cost to the RTA, including all materials, labor, and transportation costs. Transportation of warranty replacement parts shall be of the fastest means possible, including airfreight if the part is of a size that can be reasonably shipped via airfreight. All Contractors will provide a written Statement of Warranty to include the material, labor, and transportation to replace or repair any defective parts/components provided under this project for period of one (1) year from acceptance. Site Visit RTA reserves the right to visit the business location/facility of the contractor to insure the contractor s capacity to provide specified equipment and services, prior to and after making the award. 8

9 Invoicing Proposer shall indicate if they are able to invoice either on a monthly or quarterly basis. Each invoice shall contain the following information: Invoice for equipment purchase shall contain the following information: 1. Machine manufacturer and model number 2. Contractor s machine identification (ID) number. 3. Machine location Invoices for maintenance and cost-per-copy shall include the following information: 1. Machine manufacturer and model number. 2. Contractor s machine identification (ID) number. 3. Machine location. 4. Number of copies run on each individual machine for the agreed upon billing period. 5. Charge for actual copies made by RTA staff, and the number of copies deducted from the invoice charge for each individual machine, for copies run by service technicians. This amount shall be shown as a credit against the total number of copies on the invoice. Payment Terms The terms of the contract shall be net 30 days, however, if a prompt payment discount is offered, the RTA will pay within the specified period to take advantage of the discount offered. 9

10 Copier Usage Information 2016 Copier Usage Copier Model Current ID# Current Location 1st Qtr nd Qtr rd Qtr th Qtr 2016 TOTAL COPIES 1. Lanier LD 040SPF N2913 Line Shop 547 1,279 1,067 1,652 4, Lanier LD 040SPF N2918 Maintenance 36,101 36,688 33,609 42, , Lanier LD 040SPF N2920 NW Transit 5,151 2,427 2,377 2,196 12, Lanier LD 040SPF N2921 B&G 5,186 5,787 7,598 12,666 31, Lanier LD 040SPF N2924 Operations 14,582 11,073 10,218 17,077 52, Lanier LD 040SPF N2925 Dispatch 85,701 68,879 98,315 68, , Canon IR32541 N2917 WSP Basement Ricoh/MPC3002 N2910 Human Resources (B/W) 31,780 24,357 37,323 28, ,715 N2910 Human Resources (Color) 30,898 24,728 17,863 46, , Ricoh/MPC3002 N2916 Inventory (B/W) 17,829 21,987 23,637 21,520 84,973 N2916 Inventory (Color) 1,254 1,251 2,895 3,555 8,955 Total B/W 227, , , , ,390 Total Color 49,981 47,966 44,395 71, ,651 10

11 SPECIAL CONDITIONS PROPOSAL SUBMISSION: Proposals submitted shall be inclusive of the following: Proposal Pricing Form Summary of Requirements Company Profile Identify account representative(s) that will be assigned to RTA, if awarded this order, and provide a description of his/her qualifications and assurance that he/she has adequate time to dedicate to the RTA account. In addition, identify the account representative s back-up person and his/her qualifications. A brief summary of your approach to this project. Reference List: A minimum of three (3) current references from similar projects and a brief description of work performed. Include contact s names, addresses, telephone numbers, fax numbers, and addresses. One original and three (3) copies of the proposal shall be delivered to the undersigned. Affirmative Action Assurance Plan: Affirmative Action Assurance Plan Approval Letter from the City of Dayton, Human Relations Council. All firms will be required to comply with all Equal Employment Opportunity laws and regulations and file with RTA's DBE Officer, if requested, an Affirmative Action Assurance Plan, consistent with RTA's non-discriminatory policy, subject to RTA approval. All firms must submit with their proposal a letter from the City of Dayton's Human Relations Council, stating that they have an approved Affirmative Action Assurance Plan (approvals are valid for a one-year period). Failure to furnish the letter from the City of Dayton's Human Relations Council may be cause for rejection of your proposal. If a firm is not on the approved list, please contact the following office to obtain an application and submit a COPY of the completed application with your proposal: City of Dayton, Ohio Human Relations Council 371 W. Second Street Dayton, OH (937) BASIS OF AWARD: The award will be based on: Ability to meet specifications, including network requirements; Qualifications of service personnel and thoroughness of service department; Reasonableness of cost for machine(s) and maintenance; Performance of Copier; and References, received from responsive and responsible proposers as determined by the RTA. RTA reserves the right to select the Proposer, in the sole opinion of the RTA, best meets the needs of the Authority. 11

12 DURATION OF CONTRACT: Completion of the project is required within 30 days after receipt of initial award. DELIVERY SCHEDULE: The delivery of eight (8) copiers is due within 30 days upon receipt of initial award. The option to purchase three (3) additional copiers, if exercised, is due within 30 days upon receipt of RTA s written notification. The maintenance contract will be for five (5) years. The total duration of this contract, including the exercise of any option shall not exceed December 31, BUDGET RANGE: The RTA s anticipated budget range for this procurement is between $65,000 and $70,000. PRICE: The cost of the project shall be presented as a FIRM fixed price. The RTA desires pricing in the form of one all-inclusive sum. PAYMENT TERMS: Payment will be made within 30 days after submission of activity reports with proper invoices or vouchers. Payment for services shall not exceed the quoted price. TAX EXEMPT: The RTA is exempt from payment of all taxes, and taxes must not be included in the quoted price. Necessary exemption certificates shall be furnished to the successful bidder(s) upon request. INDEMNIFICATIONS: The successful contractor shall indemnify and save harmless RTA, its trustees, officers and employees from and against all loss, costs, liability, damage and expense whether direct, consequential or incidental, for personal injury and for property damage, such loss, costs, liability, damage and expense arising out of, or resulting in whole or in part, directly or indirectly, from work or operations under the contract but not limited to the acts, errors, omissions and negligence of Contractor's employees and agents, except to the extent of liability imposed due to RTA's own negligence. NON-WAIVER BY ACCEPTANCE OF PAYMENT: Neither the acceptance by the RTA of any services, the payment by the RTA for any services, nor both acceptance and payment, shall be deemed to waive, compromise, or affect in any manner the liability of the Contractor for any breach of contract, of warranty or of both contract and warranty. CONTRACTOR INSURANCE REQUIRMENTS: The Contractor shall maintain, at its own expense, throughout the period of the Contract and any extensions thereof the following minimum insurance coverages of the types and in the amounts described below that are applicable to the scope of work being performed: 1. Workers Compensation Insurance. Contractor must carry Workers' Compensation Insurance (including occupational disease) in compliance with Workers' Compensation statutes of any applicable jurisdiction in which the Work is to be performed. For the attainment of Workers Compensation in monopolistic states, including Ohio, 12

13 coverage must be secured through the state fund. If Contractor is a qualified self-insurer in compliance with the laws of the state, this is also acceptable. A certificate of compliance from the appropriate workers' compensation bureau or board must be provided with the certificate of insurance. Vendor must also carry Employer s Liability Insurance with minimum limits of $500,000 each accident; $500,000 for disease (per employee); and $500,000 for disease (policy limit). This policy must include Ohio "Stop Gap" coverage. 2. Commercial General Liability Insurance. Contractor must carry Commercial General Liability Insurance written on ISO form CG (or its equivalent) with limits of $1,000,000 per occurrence and in the aggregate. RTA (including its directors, officers, employees and volunteers) must be named as an additional insured on the CGL for liability arising out of the acts or omissions of the Contractor, including coverage for liability arising out of products and completed operations. The coverage afforded to RTA shall be primary to any other insurance carried by the RTA, and the RTA's coverage shall not contribute to any loss made pursuant to this coverage grant. Commercial General Liability coverage (including RTA's status as additional insured) shall be maintained for at least two years after completion of Contractor's work performed under this contract. 3. Commercial Auto Liability Insurance. Contractor shall carry Commercial Automobile Liability Insurance covering all owned, leased and non-owned vehicles used in connection with the work to be performed under this contract, with limits of not less than $1,000,000 combined single limit per accident for bodily injury and property damage. RTA shall be afforded coverage under this policy for any liability arising out of the acts or omissions of Contractor. 4. Requirements common to all policies. a. Contractor shall be solely responsible for reimbursing any deductible amount to the insurer, even if payment is being made on behalf of RTA as an additional insured on Contractor's policy. Any deductibles or self-insured retentions in excess of $5,000 must be disclosed and approved in writing by RTA. b. Contractor waives all rights of recovery it may otherwise have against RTA including its directors, officers, employees and volunteers) to the extent these damages are covered by any of Contractor s insurance policies as required in this contract. c. All insurance required hereunder shall be placed with insurers that have a minimum A.M. Best s rating of A-/X and shall be licensed, admitted insurers authorized to do business in the state of Ohio. d. A certificate(s) of insurance showing that Contractor s insurance coverages are in compliance with the insurance requirements set forth below must be completed by the Contractor s insurance agent, broker, or insurance company after the contract has been awarded. All certificates (other than Ohio workers' compensation) shall provide for thirty (30) days written notice to RTA prior to cancellation or non-renewal of any insurance referred to therein. The certificate shall reference RTA's status as an additional insured with primary/noncontributory coverage under both the General Liability and Auto policies. e. Failure of RTA to receive certificate(s) or other evidence of full compliance with these insurance requirements (or failure of RTA to identify and/or object to a 13

14 deficiency in the certificate(s) that is/are provided by Contractor) shall not be construed as a waiver of Contractor s obligations to maintain such insurance. RTA shall have the right, but not the obligation, to prohibit Contractor from beginning performance under this contract until such certificates or other evidence that insurance has been placed in complete compliance with the above insurance requirements is received and approved by RTA. Contractor shall provide certified copies of all insurance policies required above within ten (10) days of written request from RTA. f. By requiring insurance herein, RTA does not represent that coverage and limits will necessarily be adequate to protect Contractor, and such coverage limits shall not be deemed as a limitation on Contractor s liability under the indemnities granted to RTA. g. Any subcontractors engaged by Contractor to perform the Work shall comply with these insurance and indemnification provisions and shall provide primary/noncontributory coverage to RTA as set forth herein. Proposal Evaluation and Selection Process Evaluation Criteria Significant criteria for evaluation and selection for the services indicated in the RFQ includes, but is not limited to the following, in descending order according to importance: Ability to meet specification, including network requirements Qualifications of service personnel and thoroughness of service department Reasonableness of cost for machine(s) and maintenance Performance of Copier References Method of Award A. The proposals will be evaluated by a Selection Committee established by the RTA. Proposals will be evaluated on the criteria noted above. The total evaluation points, as separately determined by each Selection Committee member will be added, and each proposer will be ranked in numerical sequence, from the highest to the lowest score. B. RTA reserves the right to reject any or all quotes, to accept other than the lowest price, to negotiate separately with any source whatsoever, and to accept the quotes considered to be most advantageous to the RTA. C. The RTA reserves the right to select the contractor(s) on the basis of quotes received without seeking further information or clarification from proposers. D. Upon review of the quotes, the RTA staff will designate the most qualified proposers as finalists. These finalists may be invited to participate in a question and answer session (interview process) to clarify their quote with the RTA Selection Committee members. 14

15 E. If interviews are held, the Selection Committee may re-evaluate the quotes of those firms. F. An award may then be made to the proposer(s) that best meet the needs of the RTA. G. Any matters concerning this procurement will be addressed directly to Herbert Carroll Greater Dayton Regional Transit Authority (RTA) at (937) The Selection Committee members are not to be contacted by any of the proposers regarding this Request for Quotation (RFQ). H. If additional information or clarification is required from a proposer, they will be contacted directly. 15

16 Summary of Requirements Required Clauses this Request for Quote Please acknowledge you have read and comply. The Federal Third Party Contracting Clauses & Required Submittals may be accessed at the Greater Dayton Regional Transit Authority (RTA) procurement website at http;//proc.greaterdaytonrta.org. On the top left of the screen, under Resources, click on RFQ Small Purchase Clauses & Submittals. In order for your quote to be considered, you must indicate below that you have read and will comply with the clauses that are marked as applicable to this RFQ. N/A N/A N/A N/A N/A N/A N/A Proposal Pricing Form Summary of Requirements No Obligation by Federal Government Program Fraud and False or Fraudulent Statements or Related Acts Audit and Inspection of Records Federal Changes Nondiscrimination (EEO) Title VI, Civil Rights Act of 1964, Compliance Americans with Disabilities Act (ADA) Termination of Contract for Default Termination for Convenience of the RTA Disadvantaged Business Enterprise Participation Incorporation of Federal Transit Administration (FTA) Terms Debarment and Suspension Cargo Preference Use of United State Flag Vessels Fly America Davis-Bacon Act Copeland Anti-Kickback Transit Employee Protective Provisions Drug and Alcohol Rules Patents Copyrights Trademarks 16

17 N/A Energy Conservation Recycled Products Certification of Contractor Regarding Debarment, Suspension, and other Ineligibility and Voluntary Exclusion Form Certification of Lower-Tier Participants (Subcontractors) regarding Debarment, Suspension, and other Ineligibility and Voluntary Exclusion Form Affidavit of Contractor or Subcontractors Prevailing Wages SIGNATURE: NAME PRINTED: TITLE: COMPANY: DATE: 17

18 PROPOSAL PRICING FORM RFQ GD PURCHASE OF COPIER EQUIPMENT AND MAINTENANCE Page 1 BASE PROPOSAL ITEMS Mid Volume Black & White (minimum 40 ppm) Manufacturer: Model Number: Manufacture Year: Machine Lifespan: Item 1 Description Qty. Unit Purchase Price Purchase of mid volume black and white copier/printer/fax/scanner machine, fully network connected. (Estimated quantity) 6 each $ $ Total Purchase Price Item 2 Description Five (5) years full service maintenance agreement, commencing after expiration of manufacturer s warranty, including all parts, labor, travel, supplies (except paper and staples), and cost per copy for all fully networked copiers purchased under this agreement, and others as may be separately listed for maintenance only under this agreement. Total Estimated Copy Qty. Cost Per Copy $ $ Total Cost Per Copy Item 3 Description: Fair Market Value Lease Option Monthly Cost Total Cost 48 month lease $ $ 60 month lease $ $ Full service maintenance agreement, including all parts, labor, travel, supplies (except paper and staples), and cost per copy for all fully networked copiers leased under this agreement, and others as may be separately listed for maintenance only under this agreement. 48 month Total Estimated Copy Qty. Cost Per Copy $ Total Cost Per Copy $ 60 month $ $ 18

19 PROPOSAL PRICING FORM RFQ Copier Equipment Purchase and Maintenance Page 2 ALTERNATE PROPOSAL ITEMS Black & White Low Volume (minimum 20 ppm) Manufacturer: Model Number: Manufacture Year: Machine Lifespan: Item 1 Description Qty. Unit Purchase Price Purchase of low volume black and white copier/printer/fax/scanner machine, fully network connected. (Estimate) 6 each $ $ Total Purchase Price Item 2 Description Five (5) years full service maintenance agreement, commencing after expiration of manufacturer s warranty, including all parts, labor, travel, supplies (except paper and staples), and cost per copy for all fully networked copiers purchased under this agreement, and others as may be separately listed for maintenance only under this agreement. Total Estimated Copy Usage Cost Per Copy $ $ Total Cost Per Copy Item 3 Description: Fair Market Value Lease Option Monthly Cost 48 month lease $ $ 60 month lease $ $ Total Cost Full service maintenance agreement, including all parts, labor, travel, supplies (except paper and staples), and cost per copy for all fully networked copiers leased under this agreement, and others as may be separately listed for maintenance only under this agreement. 48 month Total Estimated Copy Usage Cost Per Copy $ Total Cost Per Copy $ 60 month $ $ 19

20 PROPOSAL PRICING FORM RFQ PURCHASE OF COPIER EQUIPMENT AND MAINTENANCE Page 3 BASE PROPOSAL ITEMS Mid Volume Color (minimum 35 ppm) Manufacturer: Model Number: Manufacture Year: Machine Lifespan: Item 1 Description Qty. Unit Purchase Price Purchase of mid volume Color copier/printer/fax/scanner machine, fully network connected. (Estimated quantity) 2 each $ $ Total Purchase Price Item 2 Description Five (5) years full service maintenance agreement, commencing after expiration of manufacturer s warranty, including all parts, labor, travel, supplies (except paper and staples), and cost per copy for all fully networked copiers purchased under this agreement, and others as may be separately listed for maintenance only under this agreement. Total Estimated Copy Qty. Cost Per Copy $ $ Total Cost Per Copy Item 3 Description: Fair Market Value Lease Option Monthly Cost Total Cost 48 month lease $ $ 60 month lease $ $ Full service maintenance agreement, including all parts, labor, travel, supplies (except paper and staples), and cost per copy for all fully networked copiers leased under this agreement, and others as may be separately listed for maintenance only under this agreement. 48 month Total Estimated Copy Qty. Cost Per Copy $ Total Cost Per Copy $ 60 month $ $ 20

21 Proposed Copier Features Base Proposal Low Volume Mid Volume Copier Brand and Model # Requirement Type Monthly volume Warm-up time First copy speed Copies per minute Number of paper cassettes Paper capacity, letter Paper capacity, legal Total capacity, all cassettes Bypass tray Electrical requirements Power requirements Magnification (example 1.1) Reduction (% of original) Copy interrupt Paper weight(s) Document Feed Auto Duplex Manual, Auto Maximum size Original Maximum Size Original Maximum copy size Job interrupt Resolution Duplex tray type Copy memory (indicate size) Print memory (indicate size) Fax memory (indicate size) Network connected Network configured/connected Continuous run/refill Finisher (number of trays) Offset stacker paper capacity Top bin Stapling position (list each) Copier restriction(s) (i.e. recycled bond or 25% cotton paper Y/N/F If applicable Standard Y/N Comments Key: Y = Yes; N = No; F = Future 21

22 Additional Items to Address Copier Model # Additional Information Does this copier print in color? What is the copier volume? Do you recommend a recirculating automatic document feeder (RADF)? Why or why not? Is a fax module available for sending faxes from desktop? Is image editing available? Is stackless duplexing available? Does copier provide automatic sizing for reduction and enlargement? Is automatic shut-off included? What is the random access memory (RAM)? Is additional RAM available? How is memory allocated between functions? Is it shared between functions or is there a cache of memory dedicated for each function? Does machine accept generic memory (SIMMS) or use only proprietary memory? Is network printing standard or an option? List all parts that are included in full service maintenance. Include parts that break and parts that wear out. What is the duty cycle of the machine you are recommending? What copier segment does the machine you are recommending fit into? Segment 2 (20 ppm); Segment 3 (30 ppm to 50 ppm); Segment 4 (50 ppm to 70 ppm) What other features are available on the proposed machine: stapling, folding, 3-hole punch, etc.? What security features are available on this machine? Y/N/F If applicable Standard Y/N Comments Key: Y = Yes; N = No; F = Future Please duplicate this page to complete for each model. 22

23 PROPOSAL PRICING FORM RFQ PURCHASE OF COPIER EQUIPMENT AND MAINTENANCE Page 4 Centralized Software System Software Vendor: Product/Version: Item 1 Description Qty. Unit Purchase Price Purchase of centralized software system to 1 each manage multifunction printer/copier/scan/fax machines. $ $ Total Purchase Price Item 2 Description Five (5) years full service maintenance agreement, commencing after expiration of vendor warranty, including general support (M- F/8-5), bug fixes, incremental updates, and new versions of the software. Annual Cost Number of Years $ Total Cost OFFER: By execution below, Proposer hereby offers to furnish the goods and/or services as indicated herein. Name of Individual, Partner or Corporation Address City, State and Zip Code Address Telephone Number Fax Number Authorized Signature Title Date 23

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 January 3, 2017 TO: RE: Prospective Proposers Request for Quotation (RFQ) RFQ 17-01 First Aid Kits, Installation, and Vendor

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

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 7, 2017 TO: Prospective Quoters RE: Request for Quotation (RFQ) 17-02 Graphics Material for Buses The Greater Dayton

More information

July 20, 2018 at 2:00 p.m

July 20, 2018 at 2:00 p.m July 3, 2018 TO: Prospective Quoters RE: Request for Quotation (RFQ) 18-12 Power Supply for Substation The Greater Dayton Regional Transit Authority (RTA) is interested in obtaining quotes for Power Supply

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 August 4, 2017 TO: RE: Prospective Proposers Request for Quotation (RFQ) RFQ 17-19 Background Checks The Greater Dayton Regional

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 March 9, 2018 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 TO: Prospective Quoters RE: Request for Quotation (RFQ) 18-06 Office Supplies The Greater Dayton Regional Transit

More information

May 21, Prospective Quoters. RE: Request for Quotation RFQ Seat Inserts Strip and Recover with New Material

May 21, Prospective Quoters. RE: Request for Quotation RFQ Seat Inserts Strip and Recover with New Material May 21, 2018 TO: Prospective Quoters RE: Request for Quotation RFQ 18-09 Seat Inserts Strip and Recover with New Material The Greater Dayton Regional Transit Authority (RTA) is interested in obtaining

More information

August 28, Prospective Quoters. RE: Request for Quotation (RFQ) Elevator Drives and Monitoring Software

August 28, Prospective Quoters. RE: Request for Quotation (RFQ) Elevator Drives and Monitoring Software August 28, 2017 TO: Prospective Quoters RE: Request for Quotation (RFQ) 17-22 Elevator Drives and Monitoring Software The Greater Dayton Regional Transit Authority (RTA) is seeking to obtain quotes from

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 January 3, 2018 TO: RE: Prospective Proposers Request for Quotation (RFQ) RFQ 18-01 Bus Stop Signs The Greater Dayton Regional

More information

February 4, Prospective Quoters. Request for Quotation (RFQ) RFQ Hardware for Steel Pole Foundations (Low Quote)

February 4, Prospective Quoters. Request for Quotation (RFQ) RFQ Hardware for Steel Pole Foundations (Low Quote) February 4, 2019 TO: RE: Prospective Quoters Request for Quotation (RFQ) RFQ 19-02 Hardware for Steel Pole Foundations (Low Quote) The Greater Dayton Regional Transit Authority (RTA) is interested in obtaining

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 September 28, 2016 TO: Prospective Quoters RE: Request for Quotation (RFQ) RFQ 16-24 Tree Removal (4) West Project The Greater

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 PROPOSALS June 9, 2018 FOR COMPREHENSIVE COPIER SERVICES. RESPONSE DEADLINE FOR SEALED BID PROPOSALS: June 28, 12:00 p.m.

REQUEST FOR PROPOSALS June 9, 2018 FOR COMPREHENSIVE COPIER SERVICES. RESPONSE DEADLINE FOR SEALED BID PROPOSALS: June 28, 12:00 p.m. REQUEST FOR PROPOSALS June 9, 2018 FOR COMPREHENSIVE COPIER SERVICES RESPONSE DEADLINE FOR SEALED BID PROPOSALS: June 28, 2018 @ 12:00 p.m. DATE THAT SEALED BID PROPOSALS WILL BE PUBLICLY OPENED: June

More information

Quote- RFQ Keldric Owens. Technology Manager.

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

More information

January 23, Prospective Proposers. RE: Request for Quotation (RFQ) Fire Sprinkler Periodic Testing and Inspection

January 23, Prospective Proposers. RE: Request for Quotation (RFQ) Fire Sprinkler Periodic Testing and Inspection January 23, 2018 TO: Prospective Proposers RE: Request for Quotation (RFQ) 18-02 Fire Sprinkler Periodic Testing and Inspection The Greater Dayton Regional Transit Authority (RTA) is seeking to obtain

More information

I. SUBMISSION DEADLINE

I. SUBMISSION DEADLINE REQUEST FOR PROPOSALS FOR MULTIFUNCTION COPIER/SCANNER/PRINTER/FAX SERVICES Cincinnati Museum Center ( CMC ) invites proposals from qualified and experienced companies that will provide full-service copy/scanner/print/fax

More information

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

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

More information

Color Copier/Printer Lease

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

More information

Cherokee County Water and Sewerage Authority

Cherokee County Water and Sewerage Authority Cherokee County Water and Sewerage Authority August 30, 2018 The Cherokee County Water and Sewerage Authority is accepting proposals from qualified vendors for multifunction printers and copiers. Sealed

More information

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

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

More information

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

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

More information

August 28, Prospective Proposers. RE: Request for Quotation (RFQ) Elevator Maintenance

August 28, Prospective Proposers. RE: Request for Quotation (RFQ) Elevator Maintenance August 28, 2017 TO: Prospective Proposers RE: Request for Quotation (RFQ) 17-21 Elevator Maintenance The Greater Dayton Regional Transit Authority (RTA) is seeking to obtain proposals from firms interested

More information

COVINA-VALLEY UNIFIED SCHOOL DISTRICT

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

More information

SCOPE OF WORK: Copier/Printer/Scanner/Fax Equipment & Maintenance

SCOPE OF WORK: Copier/Printer/Scanner/Fax Equipment & Maintenance SCOPE OF WORK: Copier/Printer/Scanner/Fax Equipment & Maintenance 1.0 Introduction: The Real Property Tax Appeals Commission is seeking qualified companies to provide multifunction Copier/Printer/Scanner/Fax

More information

Request for Proposal: Copier Fleet Minooka Elementary School

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

More information

Ohio Public Employees Retirement System. Request for Proposal

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

More information

OSCEOLA COUNTY BOARD OF COUNTY COMMISSIONERS PROCUREMENT SERVICES OFFICE REQUEST FOR QUOTATION RFQ IS WIDE FORMAT PRINTING EQUIPMENT

OSCEOLA COUNTY BOARD OF COUNTY COMMISSIONERS PROCUREMENT SERVICES OFFICE REQUEST FOR QUOTATION RFQ IS WIDE FORMAT PRINTING EQUIPMENT OSCEOLA COUNTY BOARD OF COUNTY COMMISSIONERS PROCUREMENT SERVICES OFFICE REQUEST FOR QUOTATION RFQ-14-03834-IS WIDE FORMAT PRINTING EQUIPMENT BIDDER INFORMATION: Company Name:... Address:... Address:...

More information

Request for Proposal High Volume Copier

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

More information

Burbank-Glendale-Pasadena Airport Authority ( Authority ) NOTICE INVITING BIDS REQUEST FOR BID # ADM COPIER LEASE & MAINTENANCE SERVICE

Burbank-Glendale-Pasadena Airport Authority ( Authority ) NOTICE INVITING BIDS REQUEST FOR BID # ADM COPIER LEASE & MAINTENANCE SERVICE Burbank-Glendale-Pasadena Airport Authority ( Authority ) NOTICE INVITING BIDS REQUEST FOR BID # ADM2016-001 COPIER LEASE & MAINTENANCE SERVICE NIGP COMMODITY CODES 60038 Copy Machines 60042 Copy Machines

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

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

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

More information

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

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

More information

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

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

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

More information

INSTRUCTIONS TO VENDORS

INSTRUCTIONS TO VENDORS REQUEST FOR PROPOSAL MANAGED PRINT SERVICES FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2018-P05 May 29, 2018 Illinois Valley Community College District No. 513 (the College) is accepting sealed

More information

Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS

Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS 1. PURCHASE ORDER DEFINED: The term "purchase order" as used in these terms and conditions means the document entitled "Purchase

More information

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

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, will be received until 2:00 p.m., Wednesday, September 10, 2014, in the Purchasing Division,,, New Castle, DE 19720 (Telephone: 302-395-5250). Minority and Women-owned Business Enterprises

More information

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

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

More information

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

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

More information

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

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA The City of San Mateo Public Works Department hereby requests proposals from qualified firms to provide

More information

REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER February 13, 2017

REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER February 13, 2017 REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER 2017-08 February 13, 2017 Request for Qualifications: Project 2017-08 Licensed Professional Architectural Services The EVERETT HOUSING AUTHORITY is soliciting

More information

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

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

More information

Request for Proposals. Copiers

Request for Proposals. Copiers Request for Proposals Copiers Submittal Deadline: June 22, 2015 Background Information The Erie County Industrial Development Agency is a corporate governmental agency, constituting a public benefit corporation

More information

SIGN AND RETURN THIS PAGE REQUEST FOR PROPOSAL. Proposal Number: 14-15/13

SIGN AND RETURN THIS PAGE REQUEST FOR PROPOSAL. Proposal Number: 14-15/13 OAKLAND UNIFIED SCHOOL DISTRICT PROCUREMENT DEPARTMENT 900 HIGH STREET OAKLAND, CA 94601 PROPOSALS MUST BE RECEIVED BY: April 30, 2015 by 2:00 P.M. at the above address SIGN AND RETURN THIS PAGE Proposal

More information

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

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

More information

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

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

More information

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) MAIL BIDS TO: FLORIDA KEYS AQUEDUCT AUTHORITY 7000 Front St. (Stock Island) KEY WEST, FLORIDA 33040 (No

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL COPIER/PRINTER MULTIFUNCTIONAL DEVICES FOR THE UNIVERSITY OF MAINE PRINTING AND MAILING SERVICES RFP #19-10 ISSUE DATE: FEBRUARY 24, 2010 PROPOSALS MUST BE RECEIVED BY: MARCH 16, 2010

More information

CITY OF VANDALIA, OHIO INVITATION TO BID FOR Copier Lease. Bid Due Date and Hour: 10:00 AM, April 9, 2018

CITY OF VANDALIA, OHIO INVITATION TO BID FOR Copier Lease. Bid Due Date and Hour: 10:00 AM, April 9, 2018 CITY OF VANDALIA, OHIO INVITATION TO BID FOR 2018 Copier Lease Bid Due Date and Hour: 10:00 AM, April 9, 2018 City Manager s Office City of Vandalia 333 James E. Bohanan Memorial Drive Vandalia, OH 45377

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

RFQ for Multifunction Copy/Print/Scan Solution

RFQ for Multifunction Copy/Print/Scan Solution SUPERIOR COURT OF CALIFORNIA, COUNTY OF SANTA CRUZ RFQ for Multifunction Copy/Print/Scan Solution Michelle Duarte 5/11/18 The Superior Court of California, County of Santa Cruz is issuing this Request

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

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

Workforce Management Consulting Services

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

More information

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 MISSAUKEE COUNTY PO BOX 800 LAKE CITY MI 49651 (231) 839-4967 November 30,

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 October 3, 2018 TO: Prospective Proposers RE: Request for Quotation (RFQ) 18-18 Maintenance Tools & Workwear The Greater Dayton

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

Proposal No:

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

More information

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

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

More information

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

The Greater Dayton Regional Transit Authority (RTA) is interested in obtaining quotes for Radiator Repairs. Your firm is invited to submit a quote.

The Greater Dayton Regional Transit Authority (RTA) is interested in obtaining quotes for Radiator Repairs. Your firm is invited to submit a quote. January 16, 2019 TO: RE: Prospective Quoters Request for Quotation (RFQ) 19-1 Radiator Repairs (Low Quote) The Greater Dayton Regional Transit Authority (RTA) is interested in obtaining quotes for Radiator

More information

TEMPORARY SERVICE APPLICATION (HYDRANT METERS)

TEMPORARY SERVICE APPLICATION (HYDRANT METERS) TEMPORARY SERVICE APPLICATION (HYDRANT METERS) Order Taken By: Account No: Date: Work Order No.: TYPE (Please check one) New Service Exchange Meter Relocate Meter Discontinue Service BILLING DATA SERVICE

More information

ACCENTURE LLP PURCHASE ORDER TERMS AND CONDITIONS

ACCENTURE LLP PURCHASE ORDER TERMS AND CONDITIONS ACCENTURE LLP PURCHASE ORDER TERMS AND CONDITIONS 1. The Vendor-furnished products (including, without limitation, software, hardware, equipment and any parts, components and accessories) ( Products )

More information

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE 1. DEFINITIONS 1 2. COMPOSITION OF THE ARCHITECT-ENGINEER 1 3. INDEPENDENT CONTRACTOR 1 4. RESPONSIBILITY OF THE ARCHETECT-ENGINEER

More information

REQUEST FOR PROPOSALS. For. Consulting Services for Enterprise Resource Planning (ERP) System Requirements Analysis and RFP Development

REQUEST FOR PROPOSALS. For. Consulting Services for Enterprise Resource Planning (ERP) System Requirements Analysis and RFP Development REQUEST FOR PROPOSALS For Consulting Services for Enterprise Resource Planning (ERP) System Requirements Analysis and RFP Development Proposal Issue Date August 22, 2017 Proposal Submittal Due Date September

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

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305)

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305) Visit our website for business opportunities at: www.miamigov.com/procurement PURCHASE ORDER/RELEASE NUMBER 14537 Show this number on all packages, invoices, and shipping papers. Page No. City of Miami

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

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

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,

More information

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

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

More information

REQUEST FOR QUOTE # 16471

REQUEST FOR QUOTE # 16471 REQUEST FOR QUOTE # 16471 RFQ # 16471 Quotation Due By: Bid Due Time: 12/13/2013 10:00:00 AM VENDOR INFO: VENDOR #: 99999.00 NAME: CONTACT: ADDRESS 1: ADDRESS 2: CITY: STATE: ZIP: EMAIL: PHONE: FAX: REPLY

More information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,

More information

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project # PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #00-00-0000 Page 1 Contract # THIS AGREEMENT, made and entered into this day of, 2014, by and between SPOKANE AIRPORT, by and through its

More information

APPLICABILTIY OF THIRD PARTY CONTRACT PROVISIONS (excluding micro-purchases, except Davis-Bacon requirements apply to contracts exceeding $2,000)

APPLICABILTIY OF THIRD PARTY CONTRACT PROVISIONS (excluding micro-purchases, except Davis-Bacon requirements apply to contracts exceeding $2,000) PROVISION APPLICABILTIY OF THIRD PARTY CONTRACT PROVISIONS (excluding micro-purchases, except Davis-Bacon requirements apply to contracts exceeding $2,000) Professional Services/A&E No Federal Gov t Obligations

More information

West Hartford Housing Authority Request for Proposals (RFP) HQS Services

West Hartford Housing Authority Request for Proposals (RFP) HQS Services I. INTRODUCTION The West Hartford Housing Authority (WHHA) is seeking proposals from qualified Housing Quality Standard inspection firms (Proposers) to perform HQS inspections of its Housing Choice Vouchers

More information

City of Forest Park Request for Proposals. Secure Access Control Systems

City of Forest Park Request for Proposals. Secure Access Control Systems City of Forest Park Request for Proposals Secure Access Control Systems Mandatory Pre-Proposal Conference March 9, 2016 at 10 am Bid Deadline March 25, 2016, at 2pm Purpose: The City of Forest Park is

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study CITY OF CHINO HILLS Request for Proposals (RFP) for Water Fixed Assets Assessment Study Date: April 15, 2014 Department: Project Name: Proposal Due Date: Public Works Department Water Fixed Assets Assessment

More information

Watershed Educational Campaign Project

Watershed Educational Campaign Project Request for Proposal 40686 Watershed Educational Campaign Project For Grand River Dam Authority PROPOSALS TO BE SUBMITTED TO: Grand River Dam Authority Central Purchasing Unit 226 West Dwain Willis Avenue

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

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

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

Request for Proposals RFP Copiers, and Related Services and Software

Request for Proposals RFP Copiers, and Related Services and Software Request for Proposals RFP 12.20.2017 Copiers, and Related Services and Software SULLIVAN COUNTY COMMUNITY COLLEGE SUNY Sullivan is issuing a Request for Proposals RFP 12.20.2017 Copiers, Copy Related Services

More information

KIRKWOOD SCHOOL DISTRICT

KIRKWOOD SCHOOL DISTRICT KIRKWOOD SCHOOL DISTRICT KIRKWOOD SCHOOL DISTRICT, OFFICE OF THE CHIEF FINANCIAL OFFICER, FINANCE & OPERATIONS, ADMINISTRATIVE SERVICES CENTER, 11289 MANCHESTER ROAD, KIRKWOOD, MO 63122 Bids will be received

More information

GRAND RIVER DAM AUTHORITY REQUEST FOR QUOTE # 11135

GRAND RIVER DAM AUTHORITY REQUEST FOR QUOTE # 11135 REQUEST FOR QUOTE # 11135 RFQ # 11135 Quotation Due By: 08/08/2012 10:00 AM CT REPLY TO: MK Monica Fowler PURCHASING DEPARTMENT 226 W DWAIN WILLIS AVE TO: PROVIDE COMPANY NAME, ADDRESS, E-MAIL PO BOX 409

More information

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE:

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE: KANSAS CITY KANSAS PUBLIC SCHOOLS / USD 500 PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS 66104 WEB SITE: WWW.KCKPS.ORG/PURCHASING PORCELAIN WHITEBOARDS WITH ALUMINUM FRAMES BID NO:

More information

CONSTRUCTION TERMS AND CONDITIONS

CONSTRUCTION TERMS AND CONDITIONS CONSTRUCTION TERMS AND CONDITIONS These Terms and Conditions are applicable to construction procurements with an engineer s estimate of less than twenty five thousand dollars ($25,000.00). Acceptance of

More information

SAN DIEGO CONVENTION CENTER CORPORATION

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

More information

OGC-S Owner-Contractor Construction Agreement

OGC-S Owner-Contractor Construction Agreement Owner-Contractor Construction Agreement This agreement is entered into as of ( Effective Date ) between Lone Star College (the "College"), a public junior college pursuant to Section 130.004 of the Texas

More information

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: 1285-44202 HIGH POWER LINE REPAIR SERVICES Jacksonville Aviation Authority Procurement Department 14201 Pecan Park Road, 2 nd Floor Jacksonville,

More information

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion Page 1 of 11 Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion The Town of Wilton (the Town) will receive sealed qualifications

More information

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time) ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB

More information

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

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

More information

REQUEST FOR PROPOSALS FOR RISK MANAGEMENT INSURANCE CONSULTANT/BROKER SERVICES

REQUEST FOR PROPOSALS FOR RISK MANAGEMENT INSURANCE CONSULTANT/BROKER SERVICES Dear Interested Party: Date: August 14, 2017 REQUEST FOR PROPOSALS FOR RISK MANAGEMENT INSURANCE CONSULTANT/BROKER SERVICES The Connecticut Housing Finance Authority ("CHFA") requests proposals for Risk

More information

The vendor will provide at least one day of training at each location.

The vendor will provide at least one day of training at each location. SPECIFICATIONS The bid must include the price on a flat cost-per-copy basis. The cost to the school/district will be determined by multiplying the number of copies made by the quoted cost per copy. Copy

More information

Request for Proposals: Purchase of Staff Computers

Request for Proposals: Purchase of Staff Computers 1 INTRODUCTION 1.1 Objective CAPITAL AREA DISTRICT LIBRARY 401 S. CAPITAL AVE., LANSING, MI 48933 (517) 367 6300 Request for Proposals: Purchase of Staff Computers The Capital Area District Library (hereinafter

More information

SUBCONTRACT (SHORT FORM)

SUBCONTRACT (SHORT FORM) SUBCONTRACTOR: PHONE SUBCONTRACT (SHORT FORM) PROJECT: LOCATION: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC. (Contractor) and (Subcontractor) which are

More information

Real Estate Services For Neighborhood Stabilization Program 3

Real Estate Services For Neighborhood Stabilization Program 3 COUNTY OF YUBA REQUEST FOR PROPOSAL Real Estate Services For Neighborhood Stabilization Program 3 PROPOSAL DUE DATE: Monday, May 21, 2012, 5:00pm PST The County of Yuba wishes to retain professional real

More information

PROQUIRE LLC PURCHASE ORDER TERMS AND CONDITIONS

PROQUIRE LLC PURCHASE ORDER TERMS AND CONDITIONS PROQUIRE LLC PURCHASE ORDER TERMS AND CONDITIONS 1. The Vendor-furnished products (including, without limitation, software, hardware, equipment and any parts, components and accessories) ( Products ) and/or

More information

DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01

DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01 DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01 PROJECT TITLE: Marketing and Outreach Proposal PROPOSAL DUE DATE: February 27, 2015 by 4:00 P.M. Mailed,

More information