REQUEST FOR PROPOSAL RFP-0066 NEW CITY COPIERS AND COPIER MAINTENANCE SERVICES PROPOSALS DUE: JANUARY 9TH, 2013 AT 11:00AM

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL RFP-0066 NEW CITY COPIERS AND COPIER MAINTENANCE SERVICES PROPOSALS DUE: JANUARY 9TH, 2013 AT 11:00AM"

Transcription

1 REQUEST FOR PROPOSAL RFP-0066 NEW CITY COPIERS AND COPIER MAINTENANCE SERVICES PROPOSALS DUE: JANUARY 9TH, 2013 AT 11:00AM IN THE OFFICE OF THE CITY CLERK (1ST FLOOR CITY HALL) ONE MANCHESTER BOULEVARD INGLEWOOD, CA THERE WILL BE A MANDATORY SITE VISIT ON DECEMBER 19TH, 2012 AT 10:00AM VENDORS ARE TO MEET IN COMMUNITY ROOM A LOCATED ON THE FIRST FLOOR OF CITY HALL CONTACT PERSON DURING BIDDING PERIOD: MICHAEL TATE, PROCUREMENT AND CONTRACTS COORDINATOR (310)

2 RFP-0066 TABLE OF CONTENTS 1. INVITATION TO SUBMIT PROPOSAL 3 2. INSTRUCTIONS TO BIDDERS 5 3. LIST OF GENERAL PROVISIONS 6 Page 4. SCOPE OF WORK SELECTION PROCESS ATTACHMENT A INFRASTRUCTURE INFORMATION PAGE BID ITEM PAGES PROPOSAL AND STATEMENT PAGES ATTACHMENT B BIDDERS WORKSHEET DECLARATION FOR THE BIDDER EXTENSION OF CONTRACT TO OTHER PUBLIC AGENCIES NON-COLLUSION DECLARATION NO BID FORM EXHIBIT A MACHINE INVENTORY AND ROLLING 49 MONTHLY USAGE HISTORY.. 2

3 RFP-0066 CITY OF INGLEWOOD INVITATION TO SUBMIT PROPOSAL (Specifications and Conditions Governing Proposal Award) Project for proposal : NEW CITY COPIERS AND COPIER MAINTENANCE SERVICES The City of Inglewood invites and will receive proposals duly filed as provided herein for the furnishing of services and or materials for the above-designated project. Each proposal shall be submitted and completed in all particulars as specified in this request for proposal and must be enclosed in a sealed envelope with the designation of the project " RFP-0066 NEW CITY COPIERS AND COPIER MAINTENANCE SERVICES appearing thereon. Proposals are to be sent to The Office of the City Clerk (1st FLOOR)One Manchester Boulevard Inglewood, CA Proposals are due on January 9 th, 2013 at 11:00 am There is a mandatory site visit December 19 th, 2012 at 10:00 am in Community Room A located on the first floor of City Hall. Specifications and other proposal documents for the above items are on file in the Purchasing Department, and may be obtained upon request. The City Council reserves the right to waive any irregularities and to take proposals under advisement for a period not to exceed sixty days from and after the date proposals are opened and announced. 3

4 RFP: NEW CITY COPIERS AND COPIER MAINTENANCE SERVICES The following conditions and terms apply: 1) The City Council reserves the right to reject any or all proposals 2) This RFP does not commit the City to award a contract, or to procure or contract for services or goods. 3) Attached are detailed specifications and conditions for proposal submission 4) You must execute your contract within ten (10) days after the City mails it. If the contract is not executed within ten (10) days, the City reserves the unilateral right to cancel it. 5) If any provisions of the contract are violated, the City, after suitable notice, may cancel the contract and make arrangements to have the products and or services supplied by others. Any extra cost to the City will be paid by the vendor. 6) RFP specifications may be obtained from the Purchasing Division located on the 8 th floor of City Hall, or call (310) ) All proposals must be for specific amounts. Any attempt to qualify prices with an escalation clause or any other method of making a price variable, is unacceptable. Please give unit price as specified. Proposal shall be valid for ninety (90) calendar days from receipt of bid. 8) The City reserves the right to add or subtract quantities based on the unit prices/unit lump sums so indicated as its budgetary needs may require. CITY MANAGER CITY OF INGLEWOOD, CALIFORNIA 4

5 RFP-0066 INSTRUCTIONS TO BIDDERS BEFORE SUBMITTING YOUR PROPOSAL, HAVE YOU PROPERLY COMPLETED THE FOLLOWING? Please Check Here 1. PROPOSAL: a. Have you submitted all of the information requested in the proposal? b. Have you submitted a price on all bid Items #1 through #19? c. Have you filled out the Proposal and Statement Pages for both Option #1 and Option #2? d. Have you signed the Proposal and Statement Pages for Option #1 and Option #2? e. Have you submitted Attachment A Infrastructure information sheet? f. Have you filled out Attachment B Bidders Worksheet? 2. CONTRACT COMPLIANCE: a. Have you completed the non-collusion affidavit? b. Is the non-collusion affidavit properly signed? c. Have you examined and understand the requirements and forms to be furnished on the project? 3. BUSINESS CERTIFICATE Are you aware of, Section 4, entitled Inglewood Business Tax Certificate? 5

6 RFP-0066 GENERAL PROVISIONS Section 1. SUBMISSION OF PROPOSAL 7 Section 2. PAYMENT TERMS 7 Section 3. REQUEST FOR INFORMATION 7 Section 4. INGLEWOOD BUSINESS TAX CERTIFICATE 7 Section 5. INSURANCE REQUIREMENTS 8 Section 6. INDEMNIFICATION 10 Section 7. ADDENDUMS (CHANGES TO THIS DOCUMENT) 10 Section 8. OR EQUAL CLAUSE 10 Section 9. NON-DISCRIMINATION 11 Section 10. EXECUTION OF AGREEMENT 11 Section 11. TERMINATION OF AGREEMENT 11 Section 12. RIGHT OF CITY TO WITHHOLD PAYMENT 11 Section 13. DURATION OF AGREEMENT 11 6

7 RFP-0066 GENERAL PROVISIONS The City of Inglewood, California hereby extends an invitation to submit a proposal in accordance with this RFP, to provide labor and or materials for the designated purchase. Furthermore the City makes no representation that any agreement will be awarded to any firm responding to this request. There are no expressed or implied obligations for the City to reimburse responding firms for any expense incurred in preparing a proposal in response to this request. All information submitted to the City of Inglewood shall become property of the City and will be returned to the bidder at the City s option. Section 1. SUBMISSION OF PROPOSAL No telegraphic proposal or telegraphic modification of the proposal will be considered. No proposal received after the time named or at any place other than the place stated in the Invitation to Submit Proposals will be considered. The proposal should be identified as follows : Sealed and addressed to THE OFFICE OF THE CITY CLERK LOCATED AT ONE MANCHESTER BLVD,INGLEWOOD CA The envelope shall be plainly marked in the upper left-hand plainly marked in the upper left-hand corner with the name and address of the bidder and bear the words "Proposal For..." followed by the name of the work and the date and hour of bid opening. Vendors are to include one original and Six (6) copies of the proposals. Section 2. PAYMENT TERMS Standard payment shall be made by City check. Section 3. REQUEST FOR INFORMATION Firms shall include all information and documents to describe the vendor s experience. Section 4. INGLEWOOD BUSINESS TAX CERTICATE The vendor agrees to at all times during the performance of the agreement, obtain and maintain an Inglewood City Business Tax Certificate. The purchase of said Certificate must be made prior to the purchase of product and a copy forwarded to the Purchasing Division. 7

8 Section 5. INSURANCE REQUIREMENTS When a contractor does work under a City purchase order, the Department must have on file valid certificates of insurance and the required endorsements. The Department must submit the required certificates and endorsements to the City Clerk who will then forward the documents to the City Attorney s Office for review. REQUIRED INSURANCE COVERAGES The contractor shall obtain and maintain at its expense, until completion of performance and acceptance by City, the following insurance placed with an insurer admitted to write insurance in California or a nonadmitted insurer on California s List of Eligible Surplus Lines Insurers (LESLI) and having a rating of or equivalent to A:VIII by A.M. Best Company: a. Commercial General Liability Commercial General Liability (equivalent in coverage scope to Insurance Services Office, Inc. (ISO) form CG or 11 88) in an amount not less than $1,000,000 per occurrence and $2,000,000 general aggregate. Such insurance shall include products and completed operations liability, independent contractor s liability, broad form contractual liability, and cross liability protection. The "City of Inglewood, its officials, employees, and agents" must be separately endorsed to the policy as additional insureds on an endorsement equivalent to the Insurance Services Office, Inc. (ISO) forms CG of CG b. Automobile Liability Automobile Liability (equivalent in coverage scope to ISO form CA ) in an amount not less than $1,000,000 combined single limit per accident for bodily injury and property damage covering Auto Symbol 1 (Any Auto). If an automobile is not used in connection with the services provided by the contractor, the contractor should provide you with a written request for a waiver of this requirement. c. Professional Liability or Errors and Omissions Depending on the work or services to be performed, professional liability or errors and omissions liability insurance may be required. The City will require the contractor to provide professional liability or errors and omissions liability insurance in an amount not less than $1,000,000 per claim. d. Workers' Compensation and Employer's Liability Workers' Compensation as required by the California Labor Code and Employer's Liability in an amount not less than $1,000,000 per accident. 8

9 REQUIRED INSURANCE DOCUMENTATION a. Certificate of Insurance The contractor must provide you with a Certificate of Insurance evidencing the required insurance set forth above. The Certificate Holder must be the "City of Inglewood," and the Certificate Holder's address must be the address of your Department. b. Endorsements In addition to the Certificate of Insurance, the contractor must provide the following endorsements: 1) Additional insured endorsements to the general liability and auto liability* insurance policies. The "City of Inglewood, its officials, employees and agents" must be endorsed to the contractor s general liability policy as well as the auto liability policy as additional insureds on an endorsement equivalent to ISO forms CG or CG ) Cancellation notice endorsements. Each policy must be endorsed to provide that the policy shall not be cancelled or nonrenewed by either party or reduced in coverage or limits (except by paid claims) unless the insurer has provided the City with thirty (30) days prior written notice of cancellation (ten (10) days for cancellation due to nonpayment of premium is acceptable). 3) Primary and noncontributory coverage endorsements. The general liability and (if required) professional liability policies must be endorsed to provide that each policy shall apply on a primary and noncontributing basis in relation to any insurance or self-insurance, primary or excess, maintained by or available to the City or its officials, employees and agents. ADDITIONAL INSURANCE REQUIREMENTS FOR SPECIAL RISKS Additional insurance requirements may be imposed on certain contractors. Refer to City Attorney s Office for individual review of the following types of services or products: a. Construction, excavation, drilling, trenching or shoring services. b. Demolition or operations involving explosives or pyrotechnics. c. Environmental consulting, remediation, engineering or related services or operations. d. Medical-related services. e. Daycare or child care services. f. Services involving custom manufactured products. g. Products or services involving firearms, tobacco, alcohol, or controlled substances. h. Products or services involving hazardous or toxic substances. i. Testing services or operations. j. Aircraft-related products or services. k. Any unusual or high-risk activities, operations or products. 9

10 WAIVER OR MODIFICATION OF THE INSURANCE REQUIREMENTS Any waiver or modification of the insurance requirements can only be made by the City Attorney s Office. All waiver or modification requests are reviewed on a case-by-case basis. *Depending on the scope of services Section 6. INDEMNIFICATION Vendor shall indemnify and hold harmless the City and its officers, employees and volunteers from and against all claims, damages, losses and expenses including attorney fees arising out of the performance of the work described herein, caused in whole or part by any negligent act or omission of the vendor, anyone directly or indirectly employed by any of them or anyone for whose acts may be liable, except where caused by the active, sole negligence, or willful misconduct of the City. If any action or proceeding is brought against Indemnities by reason of any act of the matters against which consultant has agreed to indemnify Indemnities as provided above, vendor, upon notice from City, shall defend Indemnities at vendor s expense by counsel acceptable to City, such acceptance not to be unreasonably withheld Section 7. ADDENDUMS: (REVISIONS TO THIS DOCUMENT) In the event that it becomes necessary to clarify or revise this Bid, RFP or RFQ, such clarification or revision will be by addendum. Any addendum will become part of this Bid, RFP or RFQ and part of any contract awarded as a result of this Bid, RFP or RFQ. ALL ADDENDA WILL BE ISSUED ON THE CITY OF INGLEWOOD OPEN BIDS AND RFP S WEB PAGE.CLICK ON THE BID, RFP OR RFQ NUMBER LISTED ON THE COVER PAGE OF THIS DOCUMENT. TO ACCESS ADDENDA USE THE FOLLOWING WEB PAGE ADDRESS: There are no designated dates for release of addenda. Therefore interested bidders should check the Purchasing Open Bids and RFP s webpage on a daily basis. No additional addendums will be issued within three days of the bid opening date. It is the sole responsibility of the bidder to be knowledgeable of all addenda related to this procurement. Section 8. OR EQUAL CLAUSE Whenever a material, article, or piece of equipment is identified on the plans or in the specifications by reference to manufacturers' or vendors' names, trade names, catalogue numbers, etc., it is intended merely to establish a standard; and any material, article, or equipment of other manufacturers and vendors which will perform adequately the duties imposed by the general design will be considered equally acceptable provided the material, article, or equipment so proposed is, in the opinion of the Engineer of equal substance and function. Said materials, article or equipment shall not be purchased or installed by the Contractor without the City s Information and Technology Departments written approval. 10

11 Section 9. NON-DISCRIMINATION Labor Code 1735: Discrimination in employment because of race, color, etc. No discrimination shall be made in the employment of persons at the City of Inglewood because of the race, religious creed, color, national origin, or ancestry, physical disability, medical condition, marital status, or sex of such persons except as provided in Section of the Government Code, and every vendor for the City of Inglewood violating this section is subject to all the penalties imposed for a violation of this chapter. Section 10. EXECUTION OF AGREEMENT A bidder to whom award is made shall furnish all goods all in accordance with the provisions hereof and within the time stated in the proposal. If a bidder to whom an award is made fails or refuses to enter into the contract as herein provided or to conform to any of the stipulated requirements in connection therewith, an award may be made to the bidder whose proposal is next most acceptable to the City. Such bidder shall fulfill every stipulation embraced herein as if he/she were the party to whom the first award was made. A corporation to which an award is made will be required, before the contract is finally executed, to furnish evidence of its corporate existence, of its rights to do business in California. Section 11. TERMINATION OF AGREEMENT The City may terminate the contract at its own discretion or when conditions encountered make it impossible or impracticable to proceed, or when the City is prevented from proceeding with the contract by law, or by official action of a public authority. Section 12 RIGHT OF CITY TO WITHHOLD PAYMENT The City may withhold or nullify the whole or any part of any payment due the vendor to such extent as may reasonably be necessary to protect the City from loss as a result of: A. Claims or liens filed or reasonable evidence indicating probable filing of claims or liens; Whenever the City shall, in accordance herewith, withhold any monies otherwise due the vendor, written notice of the amount withheld and the reasons therefore shall be given the vendor, and, when the vendor shall remove the grounds for such withholding, the City will pay to the vendor, within 35 calendar days, the amount so withheld. Section 13 DURATION OF AGREEMENT The duration of this agreement will be (3) three years or 36 months. 11

12 RFP-0066 SCOPE OF WORK INTRODUCTION Inglewood City Hall is conveniently located at One Manchester Boulevard near the corner of Manchester Boulevard and La Brea Avenue. The City of Inglewood has 625 employees, located throughout the City. Copier machines are located in City Hall, the Library, the Police Station, the City Yard and several parks. The City of Inglewood currently leases 46 copier machines, and 1 computer, that include full maintenance included in the monthly lease price. The City is looking for a vendor that can provide a copier solution that meets our current needs at a minimum, and can also reduce our overall copier costs. All pricing will include installation, training maintenance, and all taxes and fees. The City intends to award a contract to the vendor who proposes the best product for the best overall value. This may or may not equate to the lowest cost submitted. Vendors who submit a proposal to this Request For Proposals, but who do not participate in the mandatory site visit will not be considered. Prospective vendors may have not more than two (2) delegates attend the mandatory site visit. During the mandatory site visit the prospective vendors will visit (and see) most of the existing machines. (The site visits will be fast-paced; however, because of multiple site prospective vendors should plan for the total site visits of more than two hours.) The mandatory site visit will be held on December 19 th at 11:00 am. Vendors are to meet in Community Room A on the first floor of City Hall. SPECIFICATIONS Vendors must complete the enclosed BID ITEM PAGES for each requested digital copier, as well as a sheet that lists one (1) computer. Vendors may propose not more than one (1) model per each City-requested digital copier, and computer All digital copiers must be 120 volt, not exceeding 20 amps. PROPOSAL CONTENT As well as pricing vendors must submit proposals that include as much information on each item quoted as the vendor determines will assist the City in the process of evaluation and selection. In order for proposals to be considered by the City, proposals shall address each of the following items: 1. Proposals shall include at least three (3) current government / public account references, if possible. References shall minimally consist of the business name, business address, business phone number, and the name of a contact person at the business. 12

13 2. The vendor shall submit a description of the firm's organizational structure, history, legal status (i.e., partnership, corporation, etc.); and a brief description of the vendor's experience in providing sales and service of copiers. 3. Vendor shall state the experience of their service technicians for the copiers being provided. It is the City s preference that all technicians conducting service on City copiers be employed by the prospective vendor rather than an outsourced independent service contractor. 4. Specifically describe all inclusions and exclusions of the maintenance agreement. Indicate frequency of preventive maintenance visits, excluding reported copier failures. 5. At the City s request, vendors shall provide City staff with a demonstration of the equipment. 6. Proposals must clearly describe the method of acquisition, cost proposed and the terms of the acquisition (i.e., lease with maintenance agreement, cost per copy lease, monthly minimums, etc). Also note the terms of your proposal and when it will expire. 7. Rate Increases -No allowance will be made for any rate increase (equipment, supplies, parts, labor) during the term of the contract 8. The proposal price shown on the BID ITEM PAGES shall include all final costs, inclusive of all shipping costs, installation fees, equipment removal costs, lease fees, documentation fees, required insurance cost by the leasing agency (if any), all taxes and all related copier and copier supply costs. The City will not fund any other costs. 9. All vendors are to provide thirty Six (36) month lease pricing for lease to own and straight lease. Note: The City expects that all digital copiers will have the same lease termination date. 10. Provide a price on the BID ITEM PAGES for a comprehensive maintenance agreement. Indicate how the maintenance agreement will be structured. Indicate if there will be charges for any base minimum copies per month or any maximums. Note any cost increase when maximum is exceeded. Unless noted otherwise, maintenance agreements are assumed to include all parts, labor, drums, preventative maintenance costs, all necessary incidentals and toners (color and b/w) to provide the City with fully functional copiers operating at their highest efficiency throughout the term of this contract. Costs listed shall include all taxes. 13

14 11. Proposal must contain availability/delivery time for each copier proposed as well as vendor s schedule to provide training to City staff after delivery of proposed equipment. 12. Proposals must include the ATTACHMENT A INFRASTRUCTURE INFORMATION sheet, and ATTACHMENT B BIDDERS WORKSHEET. As well as all PRICE ITEM SHEETS and PROPOSAL AND STATEMENT PAGES. (For a full list please see Instructions to Bidders on page 5 of this document). 13. Proposals shall include manufacturer s brochure explaining copier s features and specifications for each specified unit. All copiers proposed shall be the manufacturer s most current models. 14. In addition to the above, vendors are encouraged to provide any additional information that would assist the City in evaluating the proposal(s). SERVICE On the Exhibit A is a monthly volume history for year 2011 to assist with providing a monthly cost for a full coverage maintenance plan. Service maintenance contracts shall include: all labor, travel, and all parts and expendable supplies (except stapes and paper),including all taxes and fees. Certain service performance standards have been established by the City and must be maintained. Failure to meet these requirements may disqualify your bid or if awarded the contract, may result in the termination of such contract. The City requires full on-site maintenance. The following service standards must be met: 1. The successful vendor must be able to provide maintenance service to all areas of the City. The City requires a one-point service contract location, which will be responsible for all service requirements. 2. The City has established maximum on-site response time of four (4) business hours to service calls for all areas. Normal business hours are considered 8:00 a.m. to 5:00 p.m. Monday through Friday, excluding City holidays. 3. In the event that the successful vendor s and the City s response time records differ, the City s records shall prevail. Failure to maintain an average response time within the set limits over any one (1) month period will result in non-payment of the base maintenance service amount for that month. Failure to maintain average response time in any six month period may result in termination of the contract and removal from the City s bid list. 4. The machine is to be operational within four (4) hours from the time the technician arrives. Any variance in excess of this time must be coordinated with the Purchasing Division and the user department. 14

15 5. If the machine is not repairable within sixteen (16) business hours (two business days) from the original arrival of the service technician, a loaner machine of acceptable volume will be provided by the service company at no additional cost upon request of the using department. 6. Certain critical operations may require 24-hour service maintenance available. In your response, indicate your availability of this service and indicate the additional charges, if any, for this service. An estimate for repair for damage or loss caused by the negligence of the City or its employees, and not covered by the service agreement, will be submitted in advance by the maintenance technician to the using department prior to any repair work being accomplished, who shall approve/disapprove the repair work. Repair work performed without the City s pre-approval shall be at the successful vendor s sole expense. 7. Preventative maintenance calls shall be the responsibility of technicians, and the City departments shall not be expected to place calls to request this service. 8. The successful vendor shall provide and install a History Record Call on each machine. The History Record Call will contain the following minimum information: Model, serial number and location Date, time and description of each service Meter reading at each service call Length of time the machine was out of service Name/initials of the technician 9. A service report shall be made by the service technician upon each service visit. If parts are not readily available, the technician will note this on the History Record Card, the department shall be notified of the technician s inability to remedy the problem, and the technician shall provide an approximate date and time when the machine will be fully serviced. 10. A report shall be maintained and provided by the vendor quarterly to the City which provides the following minimum information: Department name and location of the machine Model and serial number Beginning and ending meter readings Number of service calls Average response time Average length of down time 15

16 The quarterly report shall be submitted to: Information Technology and Communications Department City of Inglewood One Manchester Blvd Inglewood, CA Each individual machine will maintain an average up time of ninety-eight percent (98%) during the term of this Agreement. Machines that fall below this level of up time during any two (2) month period, and suitably sized for their replacement, shall be replaced with any copier of similar volume and features at no charge to the City. This up time is exclusive of operator caused damage or error. In the event the City deems the vendor has not met the criteria set forth in maintaining an acceptable up time or becomes, in the sole opinion of the City as unresponsive, the City reserves the right to obtain an outside vendor to meet the City s requirements for service and equipment. The cost of these services will be deducted from the awarded vendor s invoice. TRAINING The successful vendor will be required to provide Key Operator training and general operating training upon installation of each copier, and as required at no additional charge to the City. Vendor shall submit a training plan that outlines the proposed training for the system. The vendor s training plan will identify the training staff, include the size and assumed skill levels of each group and the functional responsibilities covered in each session; and number of hours of each training session. Vendor shall provide printed training materials for each trainee, assist with ongoing training until staff is comfortable with the software and hardware. All trainings will be on-site at the City of Inglewood. 1. The City requires technical support and backend training for the City s information technology staff/consultant, with a minimum of four (4) hours training to cover all aspects on network information. 2. The City requires user training with a minimum of one training session per digital copier, with training to occur at the copier s installed location. 3. System Documentation: The vendor shall provide one (1) copy of system administration documentation for hardware, operating software and applications software. This system administration documentation should describe installation procedures, configuration, troubleshooting, maintenance, and contain a system diagram. 16

17 SELECTION PROCESS The selection of the successful vendor will be based on the information submitted in the proposal. Proposals will be evaluated on the following criteria, including, but not limited to: Conformance with City s equipment specifications * Additional features included in the proposal Service Warranty Reliability/reputation of the vendor and the equipment proposed Vendor's experience Vendor's ability to provide timely service Cost** *The City reserves the right to evaluate and accept any copier (excluding cpm requirement) not meeting a technical specification as shown providing it can be proved that it will not impact normal performance or quality of operation. **Final cost shall be evaluated by reviewing costs for Option #1 36 Month lease price for all copiers with per copy maintenance charge, and Option #2 36 Month lease to own price for all copiers with per copy maintenance charge and machine buy out. At the City s request, vendors will provide a demonstration of the equipment proposed, at a site as determined by the City. Demonstrations shall occur within five working days of said request. The final selection and award of the purchase will be made after a complete analysis has been conducted. NOTE: CITY FULLY EXPECTS VENDOR TO TAKE ALL NECESSARY STEPS FOR THE INSTALLATION OF NEW MACHINES ON THE DATES DETERMINED BY THE CITY AFTER AWARD. Invoicing shall be Monthly. Summary grand total for month with back up invoices for each machine. Invoicing must be mailed in a hard copy format and mailed to: City of Inglewood Purchasing Division One Manchester Blvd (8 th floor) City Hall Inglewood, Ca An electronic copy must also be sent to the City of Inglewood Purchasing Division. To: jochoa@cityofinglewood.org and mtate@cityofinglewood.org NOTE : UPON AWARD ALL LEASE AGREEMENTS AND DELIVERY RECEIPTS ARE TO BE SUBMITTED TO THE PURCHASING AND SERVICES DIVISION OF THE CITY OF INGLEWOOD 17

18 ATTACHMENT A INFRASTRUCTURE INFORMATION SHEET Requirements Yes/No Specifications or Explanation Works in a Microsoft Network Environment Works with the all currently supported Microsoft Operating Systems (2000, XP, Vista, 7, Server OS 20xx). If No, identify operating systems it works with. Can Authenticate using Microsoft Network Security? Works with existing installed Microsoft File Servers? Works with Exchange Servers? (Exchange 2010) In detail, how are scanned images placed in a folder? Describe how the folder is set up, where the device has access to it, and how the security and process is accomplished. Are there additional hardware requirements? If yes provide Specifications and retail costs. Provide annual maintenance or support costs in Maintenance column. 18

19 Are there additional software requirements? If Yes provide Specifications and retail costs. Provide annual maintenance or support costs in Maintenance column. Can it be restricted to send /documents to a single domain? And/or multiple domains? The fax functionality works with the Analog Cisco VOIP phone line (FXS) Please clarify if the fax functionality supports broadcasting feature. Explain how this works with outgoing fax messages. Please clarify if the incoming fax messages can be delivered via or network file storage Please confirm if the proposed copiers will work with the existing ecopy Stations. (ShareScan OP d) Please confirm the availability of TWAIN drivers for the proposed copiers. 19

20 RFP-0066 Bid item Pages: The following are a list of the current machine models that the City has in place (with current quantities). Vendors are to enter their proposed machine that meets the current specifications of the machines listed at a minimum. All machines offered are to be the most current generation and year model available. All machines must be new and unused. Prices listed on each bid sheet are to include all taxes, fees, installation, and training. The specifications below are some of the features on the machines. Vendors are responsible to quote based on all of the features listed. Vendors are to list a price on each of the 19 Bid item sheets shown below, but with the latest generation, and in your specific brand offering. Vendors are asked to supply pricing for each bid item sheet. For monthly lease and monthly lease to own with end of lease buy out price. Vendors are also asked for the cost per copy for each machine type. The City reserves the right to add or subtract machine types from this list. 20

21 BID ITEM PAGES Item #1 through Item #19 ITEM #1 City Specs Qty 2 ea 1 Make and Model Number Xerox Work Center 5638PT 2 Copies Per Minute Your Machine Proposal 3a Copy (Black & White) Y 3b Copy (Color) N 3c Print (Black & White) Y 3d Print (Color) N 3e Scan (Black & White) Y 3f Scan (Color) N 3g Facsimile N 3h Duplex Y 3i Stapler Y 3J Staple Capacity Y 3K Paper Capacity 3L Other (Specify) OPTION #1 lease price per month. $ X 2 ea $ OPTION #2 lease to own price per month $ x 2 ea $ End of lease buy out price $ x 2 ea $ Cumulative Total for all machines listed under this item number Maintenance cost per copy $ black and white x 9,800 total copies per month $ A.Copy also includes enlargements and reductions. B.Duplex also includes multiple page duplex. C.Paper trays must support letter, legal and 11x17 paper sizes. 21

22 ITEM #2 Qty 1 ea City Specs Your Machine Proposal 1 Make and Model Number Xerox Work Center 5655PT 2 Copies Per Minute 3a Copy (Black & White) Y 3b Copy (Color) N 3c Print (Black & White) Y 3d Print (Color) N 3e Scan (Black & White) Y 3f Scan (Color) N 3g Facsimile N 3h Duplex Y 3i Stapler Y 3J Staple Capacity Y 3K Paper Capacity 3L Other (Specify) OPTION # 1 lease price per month. $ OPTION #2 lease to own price per month $ End of lease buy out price $ Cumulative Total for all machines listed under this item number Maintenance cost per copy $ black and white x 4,500 copies per month $ A.Copy also includes enlargements and reductions. B.Duplex also includes multiple page duplex. C.Paper trays must support letter, legal and 11x17 paper sizes. 22

23 ITEM #3 Qty 5 ea City Specs Your Machine Proposal 1 Make and Model Number Xerox Work Center 7346P 2 Copies Per Minute 3a Copy (Black & White) Y 3b Copy (Color) Y 3c Print (Black & White) Y 3d Print (Color) Y 3e Scan (Black & White) Y 3f Scan (Color) Y 3g Facsimile N 3h Duplex Y 3i Stapler Y 3J Staple Capacity Y 3K Paper Capacity 3L Other (Specify) OPTION #1 lease price per month. $ X 5 ea $ OPTION #2 lease to own price per month $ x 5 ea $ End of lease buy out price $ x 5 ea $ Cumulative Total for all machines listed under this item number Maintenance cost per copy $ color x 7,800 copies per month $ $ black and white x 31,000 copies per month $ A.Copy also includes enlargements and reductions. B.Duplex also includes multiple page duplex. C.Paper trays must support letter, legal and 11x17 paper sizes. 23

24 ITEM #4 Qty 2 ea City Specs Your Machine Proposal 1 Make and Model Number Xerox Work Center 7675P 2 Copies Per Minute 3a Copy (Black & White) Y 3b Copy (Color) Y 3c Print (Black & White) Y 3d Print (Color) Y 3e Scan (Black & White) Y 3f Scan (Color) Y 3g Facsimile N 3h Duplex Y 3i Stapler Y 3J Staple Capacity Y 3K Paper Capacity 3L Other (Specify) OPTION #1 lease price per month. $ X 2 ea $ OPTION #2 lease to own price per month $ x 2 ea $ End of lease buy out price $ x 2 ea $ Cumulative Total for all machines listed under this item number Maintenance cost per copy $ color x 2,500 copies per month $ $ black and white x 30,000 copies per month $ A.Copy also includes enlargements and reductions. B.Duplex also includes multiple page duplex. C.Paper trays must support letter, legal and 11x17 paper sizes. 24

25 ITEM #5 Qty 1 ea City Specs Your Machine Proposal 1 Make and Model Number Xerox Work Center 5687PT 2 Copies Per Minute 3a Copy (Black & White) Y 3b Copy (Color) N 3c Print (Black & White) Y 3d Print (Color) N 3e Scan (Black & White) Y 3f Scan (Color) N 3g Facsimile N 3h Duplex Y 3i Stapler Y 3J Staple Capacity Y 3K Paper Capacity 3L Other (Specify) OPTION #1 lease price per month. $ OPTION #2 lease to own price per month $ End of lease buy out price $ Cumulative Total for all machines listed under this item number Maintenance cost per copy $ black and white x 11,200 copies per month $ A.Copy also includes enlargements and reductions. B.Duplex also includes multiple page duplex. C.Paper trays must support letter, legal and 11x17 paper sizes. 25

26 ITEM #6 Qty 9 ea City Specs Your Machine Proposal 1 Make and Model Number Xerox Work Center M15i 2 Copies Per Minute 3a Copy (Black & White) Y 3b Copy (Color) N 3c Print (Black & White) Y 3d Print (Color) N 3e Scan (Black & White) Y 3f Scan (Color) N 3g Facsimile N 3h Duplex Y 3i Stapler Y 3J Staple Capacity Y 3K Paper Capacity 3L Other (Specify) OPTION #1 lease price per month. $ X 9 ea $ OPTION #2 lease to own price per month $ x 9 ea $ End of lease buy out price $ x 9 ea $ Cumulative Total for all machines listed under this item number Maintenance cost per copy $ black and white x 5,400 copies per month $ A.Copy also includes enlargements and reductions. B.Duplex also includes multiple page duplex. C.Paper trays must support letter, legal and 11x17 paper sizes. 26

27 ITEM #7 Qty 4 ea City Specs Your Machine Proposal 1 Make and Model Number Xerox Work Center WPC123 2 Copies Per Minute 3a Copy (Black & White) Y 3b Copy (Color) N 3c Print (Black & White) Y 3d Print (Color) N 3e Scan (Black & White) Y 3f Scan (Color) N 3g Facsimile N 3h Duplex Y 3i Stapler Y 3J Staple Capacity Y 3K Paper Capacity 3L Other (Specify) OPTION #1 lease price per month. $ X 4 ea $ OPTION #2 lease to own price per month $ x 4 ea $ End of lease buy out price $ x 4 ea $ Cumulative Total for all machines listed under this item number Maintenance cost per copy $ black and white x 11,400 copies per month $ A.Copy also includes enlargements and reductions. B.Duplex also includes multiple page duplex. C.Paper trays must support letter, legal and 11x17 paper sizes. 27

28 ITEM #8 Qty 11 ea City Specs Your Machine Proposal 1 Make and Model Number Xerox Work Center WPC232H 2 Copies Per Minute 3a Copy (Black & White) Y 3b Copy (Color) N 3c Print (Black & White) Y 3d Print (Color) N 3e Scan (Black & White) Y 3f Scan (Color) N 3g Facsimile N 3h Duplex Y 3i Stapler Y 3J Staple Capacity Y 3K Paper Capacity 3L Other (Specify) OPTION #1 lease price per month. $ X 11 ea $ OPTION #2 lease to own price per month $ x 11 ea $ End of lease buy out price $ x 11 ea $ Cumulative Total for all machines listed under this item number Maintenance cost per copy $ black and white x 59,700 copies per month $ A.Copy also includes enlargements and reductions. B.Duplex also includes multiple page duplex. C.Paper trays must support letter, legal and 11x17 paper sizes. 28

29 ITEM #9 Qty 1ea City Specs Your Machine Proposal 1 Make and Model Number Xerox Work Center WPC238H 2 Copies Per Minute 3a Copy (Black & White) Y 3b Copy (Color) N 3c Print (Black & White) Y 3d Print (Color) N 3e Scan (Black & White) Y 3f Scan (Color) N 3g Facsimile N 3h Duplex Y 3i Stapler Y 3J Staple Capacity Y 3K Paper Capacity 3L Other (Specify) OPTION #1 lease price per month. $ OPTION #2 lease to own price per month $ End of lease buy out price $ Cumulative Total for all machines listed under this item number Maintenance cost per copy $ black and white x 9,200 copies per month $ A.Copy also includes enlargements and reductions. B.Duplex also includes multiple page duplex. C.Paper trays must support letter, legal and 11x17 paper sizes. 29

30 ITEM #10 Qty 1 ea City Specs Your Machine Proposal 1 Make and Model Number Xerox Work Center WCP255 2 Copies Per Minute 3a Copy (Black & White) Y 3b Copy (Color) N 3c Print (Black & White) Y 3d Print (Color) N 3e Scan (Black & White) Y 3f Scan (Color) N 3g Facsimile N 3h Duplex Y 3i Stapler Y 3J Staple Capacity Y 3K Paper Capacity 3L Other (Specify) OPTION #1 lease price per month. $ OPTION #2 lease to own price per month $ End of lease buy out price $ Cumulative Total for all machines listed under this item number Maintenance cost per copy $ black and white x 3,900 copies per month $ A.Copy also includes enlargements and reductions. B.Duplex also includes multiple page duplex. C.Paper trays must support letter, legal and 11x17 paper sizes. 30

31 ITEM #11 Qty 1 ea City Specs Your Machine Proposal 1 Make and Model Number Xerox Work Center WCP245 2 Copies Per Minute 3a Copy (Black & White) Y 3b Copy (Color) N 3c Print (Black & White) Y 3d Print (Color) N 3e Scan (Black & White) Y 3f Scan (Color) N 3g Facsimile N 3h Duplex Y 3i Stapler Y 3J Staple Capacity Y 3K Paper Capacity 3L Other (Specify) OPTION #1 lease price per month. $ OPTION #2 lease to own price per month $ End of lease buy out price $ Cumulative Total for all machines listed under this item number Maintenance cost per copy $ black and white x 7,700 copies per month $ A.Copy also includes enlargements and reductions. B.Duplex also includes multiple page duplex. C.Paper trays must support letter, legal and 11x17 paper sizes.. 31

32 ITEM #12 Qty 1 ea City Specs Your Machine Proposal 1 Make and Model Number Xerox Work Center WCP Copies Per Minute 3a Copy (Black & White) Y 3b Copy (Color) Y 3c Print (Black & White) Y 3d Print (Color) Y 3e Scan (Black & White) Y 3f Scan (Color) Y 3g Facsimile N 3h Duplex Y 3i Stapler Y 3J Staple Capacity Y 3K Paper Capacity 3L Other (Specify) OPTION #1 lease price per month. $ OPTION #2 lease to own price per month $ End of lease buy out price $ Cumulative Total for all machines listed under this item number Maintenance cost per copy $ color x 1,500 copies per month $ $ black and white x 4,400 copies per month $ A.Copy also includes enlargements and reductions. B.Duplex also includes multiple page duplex. C.Paper trays must support letter, legal and 11x17 paper sizes. 32

33 ITEM #13 Qty 1 ea City Specs Your Machine Proposal 1 Make and Model Number Xerox Work Center 4110CPC 2 Copies Per Minute 3a Copy (Black & White) Y 3b Copy (Color) N 3c Print (Black & White) Y 3d Print (Color) N 3e Scan (Black & White) Y 3f Scan (Color) N 3g Facsimile N 3h Duplex Y 3i Stapler Y 3J Staple Capacity Y 3K Paper Capacity 3L Other (Specify) OPTION #1 lease price per month. $ OPTION #2 lease to own price per month $ End of lease buy out price $ Cumulative Total for all machines listed under this item number Maintenance cost per copy $ black and white x 98,500 copies per month $ A.Copy also includes enlargements and reductions. B.Duplex also includes multiple page duplex. C.Paper trays must support letter, legal and 11x17 paper sizes. 33

34 ITEM #14 Qty 1 ea City Specs Your Machine Proposal 1 Make and Model Number Xerox Work Center DocuColr Copies Per Minute 3a Copy (Black & White) Y 3b Copy (Color) Y 3c Print (Black & White) Y 3d Print (Color) Y 3e Scan (Black & White) Y 3f Scan (Color) Y 3g Facsimile N 3h Duplex Y 3i Stapler Y 3J Staple Capacity Y 3K Paper Capacity 3L Other (Specify) OPTION #1 lease price per month. $ OPTION #2 lease to own price per month $ End of lease buy out price $ Cumulative Total for all machines listed under this item number Maintenance cost per copy $ color x 1,900 copies per month $ $ black and white x 1,100 copies per month $ A.Copy also includes enlargements and reductions. B.Duplex also includes multiple page duplex. C.Paper trays must support letter, legal and 11x17 paper sizes. 34

35 ITEM #15 Qty 1ea City Specs Your Machine Proposal 1 Make and Model Number Xerox Work Center WC Copies Per Minute 3a Copy (Black & White) Y 3b Copy (Color) N 3c Print (Black & White) Y 3d Print (Color) N 3e Scan (Black & White) Y 3f Scan (Color) N 3g Facsimile N 3h Duplex Y 3i Stapler Y 3J Staple Capacity Y 3K Paper Capacity 3L Other (Specify) OPTION #1 lease price per month. $ OPTION #2 lease to own price per month $ End of lease buy out price $ Cumulative Total for all machines listed under this item number Maintenance cost per copy $ black and white x 900 copies per month $ A.Copy also includes enlargements and reductions. B.Duplex also includes multiple page duplex. C.Paper trays must support letter, legal and 11x17 paper sizes. 35

36 ITEM #16 Qty 1 ea City Specs Your Machine Proposal 1 Make and Model Number Xerox Work Center 7232P 2 Copies Per Minute 3a Copy (Black & White) Y 3b Copy (Color) Y 3c Print (Black & White) Y 3d Print (Color) Y 3e Scan (Black & White) Y 3f Scan (Color) Y 3g Facsimile N 3h Duplex Y 3i Stapler Y 3J Staple Capacity Y 3K Paper Capacity 3L Other (Specify) OPTION #1 lease price per month. $ OPTION #2 lease to own price per month $ End of lease buy out price $ Cumulative Total for all machines listed under this item number Maintenance cost per copy $ color x 150 copies per month $ $ black and white x 50 copies per month A.Copy also includes enlargements and reductions. B.Duplex also includes multiple page duplex. C.Paper trays must support letter, legal and 11x17 paper sizes. 36

37 ITEM #17 Qty 2 ea City Specs Your Machine Proposal 1 Make and Model Number Xerox Work Center 4118X 2 Copies Per Minute 3a Copy (Black & White) Y 3b Copy (Color) N 3c Print (Black & White) Y 3d Print (Color) N 3e Scan (Black & White) Y 3f Scan (Color) N 3g Facsimile N 3h Duplex Y 3i Stapler Y 3J Staple Capacity Y 3K Paper Capacity 3L Other (Specify) OPTION #1 lease price per month. $ X 2 ea $ OPTION #2 lease to own price per month $ x 2 ea $ End of lease buy out price $ x 2 ea $ Cumulative Total for all machines listed under this item number Maintenance cost per copy $ black and white x 800 copies per month $ A.Copy also includes enlargements and reductions. B.Duplex also includes multiple page duplex. C.Paper trays must support letter, legal and 11x17 paper sizes. 37

38 ITEM #18 Qty 1 ea City Specs Your Machine Proposal 1 Make and Model Number Xerox Work Center4260XF 2 Copies Per Minute 3a Copy (Black & White) Y 3b Copy (Color) N 3c Print (Black & White) Y 3d Print (Color) N 3e Scan (Black & White) Y 3f Scan (Color) N 3g Facsimile N 3h Duplex Y 3i Stapler Y 3J Staple Capacity Y 3K Paper Capacity 3L Other (Specify) OPTION #1 lease price per month. $ OPTION #2 lease to own price per month $ End of lease buy out price $ Cumulative Total for all machines listed under this item number Maintenance cost per copy $ black and white x 600 copies per month $ A.Copy also includes enlargements and reductions. B.Duplex also includes multiple page duplex. C.Paper trays must support letter, legal and 11x17 paper sizes. 38

39 ITEM #19 Qty 1 ea City Specs Your Machine Proposal 1 Computer Note: used with DocuColr 240 Copier. Quote Computer only DC240 DXP2502 FREEFLOW OPTION #1 lease price per month. $ OPTION #2 lease to own price per month $ End of lease buy out price $ Maintenance flat rate cost per month (for computer) $ Balance of page left blank 39

40 PROPOSAL AND STATEMENT PAGES To the Mayor and City Council City of Inglewood Inglewood, CA THE UNDERSIGNED PROPOSES AND AGREES TO FURNISH IN ACCORDANCE WITH SPECIFICATIONS COPIERS AND MAINTENANCE AT THE FOLLOWING PRICES: OPTION #1 LEASE AND MAINTENANCE PRICE ITEMS # 1 THROUGH ITEM # 19 (TOTAL ALL ITEMS) A. MONTHLY LEASE $ X 36 MONTHS= $ B. MONTHLY MAINTENANCE : $ X 36 MONTHS $ 36 MONTH GRAND TOTAL $ 40

41 OPTION #1 $ ( 36 MONTH GRAND TOTAL IN WORDS) The undersigned understands that the City of Inglewood reserves the right to accept or reject any or all quotations submitted; to re-advertise at its discretion. Company s Legal Name Street Address of Company City State Zip code Phone number Authorized Signature Title Date Type or Print Above Name Tax Identification Number The original copy of the quote must be signed in writing, sealed and submitted in the envelope furnished. 41

42 OPTION #2 LEASE TO OWN AND MAINTENANCE PRICE ITEMS # 1 THROUGH ITEM # 19 (TOTAL ALL ITEMS) A. MONTHLY LEASE $ X 36 MONTHS= $ B. MONTHLY MAINTENANCE : $ X 36 MONTHS $ C. TOTAL END OF LEASE BUY OUT COST $ 36 MONTH GRAND TOTAL $ (Including end of lease buy out cost) 42

43 OPTION #2 $ ( 36 MONTH GRAND TOTAL IN WORDS) The undersigned understands that the City of Inglewood reserves the right to accept or reject any or all quotations submitted; to re-advertise at its discretion. Company s Legal Name Street Address of Company City State Zip code Phone number Authorized Signature Title Date Type or Print Above Name Tax Identification Number The original copy of the quote must be signed in writing, sealed and submitted in the envelope furnished. 43

44 ATTACHMENT B Bid Item Page total Current Xerox Model Total Monthly Volume Black Total Mounthly Volume Color Proposed Model Lease Pmt Option #1 Mo Pmt Lease Option #2 Own Mo. Pmt End of lease Buyout Mo. Maint. CPC - Blk Mo. Maint. CPC - Color 44 #1 5638PT 9,800 0 #2 5655PT 4,500 0 #3 7346P 31,000 7,800 #4 7675P 30,000 2,500 #5 5687PT 11,200 0 #6 M15i 5,400 0 #7 WPC123 11,400 0 #8 WPC232H 59,700 0 #9 WPC238H 9,200 0 #10 WCP255 3,900 0 #11 WCP245 7,700 0 #12 WCP2636 4,400 1,500 # CPC 98,500 0 #14 CtrDocuColr240 1,100 1,900 #15 WC # P # X # XF #19 Comp DC240 DXP2502(Freeflow) MONTHLY 290,150 13,850 ANNUALLY 3,481, , MONTH TOTAL 10,445, ,600 NOTE ANY ADDITIONAL COSTS OR FEES RELATED TO THE LEASE OR COPIER MAINTENANCE SERVICES NOTE: SHEETS ARE TO TOTAL NUMBERS LISTED ON BID ITEM PAGES #1 THROUGH #19

45 RFP-0066 DECLARATION FOR THE BIDDER I declare that I am an authorized agent or officer of the organization submitting this proposal and in such capacity I am empowered to submit this proposal on behalf of (organization):. I also verify that all information submitted and contained herein is true and correct to the best of my knowledge and belief. BY: Signature: Printed Name: Position/Title: Date of Execution: 45

CITY OF INGLEWOOD, CALIFORNIA RFP-0100

CITY OF INGLEWOOD, CALIFORNIA RFP-0100 CITY OF INGLEWOOD, CALIFORNIA RFP-0100 REQUEST FOR PROPOSAL FOR AUDIO VIDEO SYSTEM FOR INGLEWOOD CITY COUNCIL PRE-PROPOSAL CONFERENCE: THERE IS A PRE-PROPOSAL CONFERENCE SCHEDULED FOR JULY 16 TH 2015 AT

More information

Invitation To Bid. for

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

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)

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

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid TOWN OF CENTREVILLE Queen Anne s County, Maryland Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report Invitation for Bid Documents Available: Mandatory Pre-bid Meeting: Proposal

More information

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

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

More information

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

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

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

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

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

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

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

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 SANDY CITY 10000 CENTENNIAL PARKWAY SANDY, UTAH 84070 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 INVITATION FOR BID: This is a formal solicitation of sealed bids which will

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole Bid Package For Lease of Golf Carts City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN 37864-5500 Phone: (865) 868-1570 Fax: (865) 453-5518 Contact: Nicole Catlett Email: ncatlett@seviervilletn.org

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

THE CITY OF BRENTWOOD 2348 South Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR 2015 VIDEO PRODUCTION SERVICES

THE CITY OF BRENTWOOD 2348 South Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR 2015 VIDEO PRODUCTION SERVICES THE CITY OF BRENTWOOD 2348 South Brentwood Blvd. Brentwood, MO 63144 REQUEST FOR PROPOSAL FOR 2015 VIDEO PRODUCTION SERVICES THIS IS NOT AN ORDER RFP 2015 Video Production Services Page 1 of 14 CITY OF

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

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

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85. Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester,

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

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

More information

RFQ #2766 Sale of Surplus Scrap Metal

RFQ #2766 Sale of Surplus Scrap Metal RFQ #2766 Sale of Surplus Scrap Metal RFQ NO. 2766 Today is: August 6, 2014 Phone: 805/875-8001 Email: m_villarreal@ci.lompoc.ca.us Re: Sale of Surplus Scrap Material For Department Use Qty Description

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

City of Los Banos 520 J Street Los Banos, CA (209) Contact Person: Tim Marrison Fire Chief (209)

City of Los Banos 520 J Street Los Banos, CA (209) Contact Person: Tim Marrison Fire Chief (209) INVITATION TO BID FOR THE PURCHASE AND INSTALLATION OF A 4000- GALLON ABOVE GROUND BLAST/IMPACT RESISTANT PORTABLE FUEL STORAGE TANK (AST) SPLIT 1,000/3,000 GALLONS WITH FUEL MANAGEMENT AND GASOLINE AND

More information

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch The St. Charles City-County Library is accepting bids pursuant to this Invitation for Bid from qualified

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

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the removal of wood waste for the Forestry Division Instructions to Bidders 1. An advertisement

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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS The bidder shall carefully examine the instruction contained herein and satisfy himself/herself as to the conditions with which he/she must comply prior to bid and to the conditions

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

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

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

More information

2:00 P.M. Prevailing Time; May 18, 2017; in the office of Business Services, Support Services Building, Room 1306.

2:00 P.M. Prevailing Time; May 18, 2017; in the office of Business Services, Support Services Building, Room 1306. 3301 N Mulford Road, Rockford, IL 61114-5699 (815)921-7821 Toll-free (800)973-7821 www.rockvalleycollege.edu BID/RFP NUMBER: #17-18 Michael Papp Director of Business Services Rock Valley College 3301 N

More information

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

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

More information

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION Notice is hereby given that the City of Highwood is seeking bids for Roadway Snow Removal and

More information

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS NOTICE TO BIDDERS Notice is hereby given that the City of Livermore invites sealed bids for FIRE AND BURGLAR ALARM MONITORING SERVICES IN CITY OWNED BUILDINGS. Each bid shall be in accordance with the

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

City of Bowie Private Property Exterior Home Repair Services

City of Bowie Private Property Exterior Home Repair Services City of Bowie Private Property Exterior Home Repair Services The City requires private property repair services for the Code Compliance Division of the Department of Community Services. Work is generated

More information

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

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

More information

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

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

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

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

CITY OF OAK HARBOR REQUEST FOR PROPOSAL CITY OF OAK HARBOR REQUEST FOR PROPOSAL WHIDBEY ISLAND MARATHON SHUTTLE SERVICE 2016 CALENDAR OF EVENTS Request for Proposals Published.. February 13, 2016 Closing Date for Receipt of Proposals.. February

More information

Invitation to Bid For Printing PIKEPASS Fulfillment Folders (ITB # )

Invitation to Bid For Printing PIKEPASS Fulfillment Folders (ITB # ) 1 INTRODUCTION: Oklahoma Turnpike Authority 3500 Martin Luther King Ave. Oklahoma City, OK 73111 Invitation to Bid For Printing PIKEPASS Fulfillment Folders (ITB #2017-003) The Oklahoma Turnpike Authority

More information

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE )

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE ) BID DOCUMENT CITY OF BEVERLY HILLS PUBLIC WORKS DEPARTMENT 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED Sealed bids are requested on the list of materials, supplies,

More information

Request For Proposal (RFP) for

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

More information

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COUNTY OF OSWEGO PURCHASING DEPARTMENT COUNTY OF OSWEGO PURCHASING DEPARTMENT BID #4-10 - SALE OF FERROUS METALS County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com Fred M. Maxon,

More information

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name: INVITATION FOR BID Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit Company Name: IFB No. IFB-CL-1909 Date of Issue: October 12, 2018 Bid Due Date: October

More information

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT SPECIFICATIONS AND BID FORMS FOR WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883. BID: #15-013 BOE Due on

More information

Champaign Park District: Request for Bids for Playground Surfacing Mulch

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

More information

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler INVITATION FOR BID Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler Company: IFB No. IFB-CL-1905 Date of Issuance: August 8, 2018 Bid Due Date: August 28,

More information

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES DATE: April 8, 2016 PROPOSAL: Q16-131 The Town of Chapel Hill Business Management

More information

BID DOCUMENTS FOR. WTP VFD Replacement Bid

BID DOCUMENTS FOR. WTP VFD Replacement Bid BID DOCUMENTS FOR WTP VFD Replacement Bid CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 September 18, 2018 NOTICE TO BIDDERS WTP VFD REPLACEMENT BID FOR THE CITY OF OWOSSO, MICHIGAN Sealed proposals

More information

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

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

More information

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas INVITATION TO SEALED BID 16-89 Sealed Bids will be received by the Office of the City Purchasing Manager for the City of Hutchinson prior to 10:00 A.M., Tuesday, February 2, 2016. Request For Formal Bid

More information

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation *** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is

More information

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

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

More information

Request for Proposal For Scrap Metal Removal

Request for Proposal For Scrap Metal Removal Daryl Huddleston Director of Transportation 900 S Powell Rd Independence, MO 64056 (816)521-5335 Fax (816)521-5660 Request for Proposal For Scrap Metal Removal Proposal Due: On or before June 21, 2018

More information

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

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

More information

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

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES Cecil County Government Purchasing Department Bid #13-13 SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE

More information

NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT

NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT EMPLOYEE BENEFITS INSURANCE BROKER AND CONSULTING SERVICES RFP NO. 1516-2 I. INTRODUCTION A. PURPOSE The purpose of this Request for Proposal ( RFP ) is to solicit

More information

P R O P O S A L F O R M

P R O P O S A L F O R M GRAVEL 22A & 23A P R O P O S A L F O R M Bid Due: May 18, 2018-9:00 am To: Grand Traverse County Road Commissioners 1881 LaFranier Road Traverse City, MI 49696 The undersigned hereby certifies that they

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

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

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING Release Date: Friday, January 19, 2018 Due Date: Friday, February 16, 2018, 4:00 p.m. Housing Programs

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

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

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

More information

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program Request For Proposal City of St. Joseph, Michigan Three Year Cross Connection Control Program City of St. Joseph 700 Broad Street St. Joseph, MI 49085 I. Purpose This Request for Proposal ( RFP ) is to

More information

Request for Proposal Data Network Cabling

Request for Proposal Data Network Cabling Request for Proposal Data Network Cabling Vernon Public Schools, Connecticut BID # VPS-FY16-004 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov Proposals Due: Thursday,

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

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

More information

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE TOWN OF HOPKINTON PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the complete removal and replacement of existing roof at 659 Knox Rd 1440 North for

More information

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL Request for Proposals (RFP) SAU #44 and the Nottingham School District REQUEST FOR PROPOSAL ( RFP ) RFP NOTT 05-17 INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL SAU #44 and the Nottingham School District

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

NEAPA Northeast Alabama Purchasing Association

NEAPA Northeast Alabama Purchasing Association NEAPA Northeast Alabama Purchasing Association REQUEST FOR BID ATTENTION ALL BIDDERS YOU MUST MARK ON THE ENVELOPE: New Tires SEALED BID #3321 NEAPA is soliciting sealed bids for the above project. Bids

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: September 11, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 11 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: SEPTEMBER

More information

**AMENDED** PLEASE FAX YOUR QUOTE TO: RFQ NO Send your quote to: Maria Salazar Today is: December 1, 2016

**AMENDED** PLEASE FAX YOUR QUOTE TO: RFQ NO Send your quote to: Maria Salazar Today is: December 1, 2016 **AMENDED** RFQ #2840 Sale of Surplus Scrap Metal PLEASE FAX YOUR QUOTE TO: RFQ NO. 2840 Send your quote to: Maria Salazar Today is: December 1, 2016 Department: Purchasing Phone: 805/875-8001 Fax Number:

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

Invitation To Bid. for

Invitation To Bid. for PLYMOUTH TOWNSHIP POLICE DEPARTMENT Thomas J. Tiderington, Chief of Police 9955 N Haggerty Rd Plymouth, MI 48170 (734) 354-3232 Invitation To Bid for TOWING SERVICES Contact: Lieutenant Daniel Kudra Phone:

More information

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA INVITATION TO SUBMIT PROPOSALS The Village of Sparta is accepting sealed bids from

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

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS IN THE CITY OF BELLFLOWER SPECIFICATIONS NO. 16/17-02 The City of Bellflower

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

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864) 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 Construction Service for Piedmont Community

More information

QUOTATION FORM. CLOSING DATE AND TIME: January 24, 2017 at 3:00 P.M.

QUOTATION FORM. CLOSING DATE AND TIME: January 24, 2017 at 3:00 P.M. THE CORPORATION OF THE DISTRICT OF SAANICH Purchasing Services Section 2 nd Floor - 770 Vernon Avenue, Victoria, BC V8X 2W7 Telephone: (250) 475-1775 Fax: (250) 475-5460 Email: purchase@saanich.ca QUOTATION

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

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017 GENERATOR RFP# PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017 Please mark your sealed envelope RFP # Proposal and deliver to the following address and person: Purchasing Supervisor

More information

CITY OF O FALLON, MISSOURI REQUEST FOR PROPOSALS RFP NUMBER DOCUMENT SCANNING. September 15, 2017

CITY OF O FALLON, MISSOURI REQUEST FOR PROPOSALS RFP NUMBER DOCUMENT SCANNING. September 15, 2017 City of O Fallon Document Scanning Request for Proposals #17-056 CITY OF O FALLON, MISSOURI REQUEST FOR PROPOSALS RFP NUMBER 17-056 DOCUMENT SCANNING September 15, 2017 INCLUDED ARE: Proposal Instructions

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

REQUEST FOR PROPOSALS For: Youth Sports Officials and Scorekeepers

REQUEST FOR PROPOSALS For: Youth Sports Officials and Scorekeepers CITY OF GLENDORA REQUEST FOR PROPOSALS For: Youth Sports Officials and Scorekeepers Prepared by Community Services Department 116 E. Foothill Boulevard Glendora, California 91741 Phone: (626) 914-8228

More information

REQUEST FOR PROPOSAL. UPS Maintenance

REQUEST FOR PROPOSAL. UPS Maintenance REQUEST FOR PROPOSAL UPS Maintenance DATE: February 7, 2008 QUESTIONS DUE BY: February 19, 2008 DUE DATE and BID OPENING: February 26, 2008 TIME OF BID OPENING: 2:00 P.M. EST LOCATION OF BID OPENING: 103

More information

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

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

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: OCTOBER 26, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL PAGE 1 of 10 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: NOVEMBER

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 SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: AUGUST 13, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 10 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: AUGUST

More information

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company:

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company: Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company: RFP No. DPL-CL-1904 Issued: September 25, 2018 Due Date: October 16, 2018 at 2:00 p.m. Page 2 of 11 DPL-CL-1904 The

More information

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C) Request for Proposals t o provide Janitorial Services Residence Halls RFP-18111 Due Date Proposal Submissions March 8, 2018 by 3:00 p.m. MANDATORY Pre-Proposal Meeting March 1, 2018 @ 2:00 p.m. in New

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