Request for Proposal: Copier Fleet Minooka Elementary School
|
|
- Aubrey Sherman
- 5 years ago
- Views:
Transcription
1 1 Minooka 201 CCSD Aaron Souza Director of I.T. 305 W. Church St Minooka, IL Office: Request for Proposal: Copier Fleet Minooka Elementary School
2 2 Table of Contents Minooka 201 CCSD 1 Table of Contents 2 Instructions to Respondents 3 Required Equipment 4 Machine Requirements 4 Software Requirements 5 Initial Testing and Failure Discovery 5 Delivery & Equipment Removal 5 Training 5 Pricing/Compensation 6 Deciding Factors to Final Recommendation 7 Contract Terms 8 Proposal Elements: 11 Exhibit A - VENDOR INFORMATION AND AUTHORIZATION 12 Exhibit B - FINANCIAL SUMMARY 13
3 3 Instructions to Respondents The Board of Education of Minooka 201 Community Consolidated School District 201 ( The District ) is formally requesting proposals for a qualified copier fleet to provide services at Minooka Elementary School for the five calendar years ending September 30, 2018; September 30, 2019; September 30, 2020; September 30, 2021; September 30, Submissions from Responders/Vendors must be from established businesses that provide lease, maintenance, supply, and IT support of multifunction copiers. All proposed fleet recommendations are to be leased with a dollar buyout option end of the term. In addition to the equipment lease, the District is requesting the following service support; a maintenance/supply contract that runs concurrent with the lease agreement in addition to IT support for equipment and device management solutions. All proposals must be received no later than 10:00 AM, August 15, Proposals should be ed as PDF files to Dr. Kris Monn at kmonn@min201.org and Aaron Souza at asouza@min201.org. Requests for additional information must be submitted via to Aaron Souza ( asouza@min201.org ) no later than 4:00 PM, August Lack of knowledge will not be grounds to alter a proposal after the opening or recommendation of the award. The District retains the right to reject any or all submissions. The Board is expected to take action on the recommended solution at the August 21, 2017 Board of Education meeting. Sincerely, Aaron Souza Director of Information Technology Minooka CCSD 201
4 4 1. Required Equipment Minimum Machine Speed Quantity 3 Hole Punch Fax 11 x17 Expected Monthly Volume 40 ppm BW , ppm Color ,000 / 2,000 color 70 ppm BW , Machine Requirements a. All copiers are to be new (not used or refurbished) b. All machines are black and white unless specifically noted c. All copiers must have staple finishing d. All copiers will be networked to color scan to addresses or folders and print documents e. All scanned documents must be a text searchable PDF (After opening the PDF, you can use a PDF program s find function to find text). f. All copiers must be able to secure release print via password or RFID g. All copiers must be capable of printing double-sided documents h. All copiers must have an automated document feeder with single pass capability (scanning on both sides) i. Machines that require power beyond 110 volts, (i.e. 208v or 220v) need to be notated j. All color copy machines must be able to use card stock and print labels k. All color copy machines must be able to print on envelopes l. All copy machines should have a similar operation / menu structure to reduce training requirements for staff m. All copy machines must have at least one drawer capable of holding 500 sheets standard paper. n. Color copy machines must be able to use legal size paper o. All copy machines shall be under manufacturer's warranty while under contract p. The district does not guarantee any specific monthly print or copy volumes for the length of the lease, however hardware needs to be able to handle our expected volumes.
5 5 3. Software Requirements a. A universal driver with finishing functions b. All copy devices will allow to use card readers or pin (passwords) for staff access and release c. Software that allows district to track and report all prints/copies/scans d. Software that allows jobs to released anywhere in the building, aka follow me printing e. Software will have parameters, capable of being adjustable by The District s IT department regarding routing, and restrictions. f. The District Technology staff will be issued specific contacts to address IT issues g. Unlimited on-site IT support for print control system, including updates or upgrades. h. Software licensing and support shall be valid throughout the entire lease period i. Software licensing shall be for the entire district, consisting of roughly 4,500 accounts. j. Ability to default jobs as black/white unless user specifically chooses color either at console or on computer 4. Initial Testing and Failure Discovery The District reserves the right to inspect all Products upon delivery and to perform any test the District deems necessary to adequately demonstrate that the Products meet all of the Contract specifications. Products which do not conform to the Fleet Recommendation or that are otherwise damaged may, at the District s option, be returned to vendor (at vendor s expense) for replacement. 5. Delivery & Equipment Removal The District shall be implementing this new fleet upon approval by the Board of Education August meeting. All equipment needs to be shipped and delivered in a responsible manner, noting that the actual delivery trucks will need to have lift gates or some other mechanism. There is no loading dock at Minooka Elementary School. The Responder will take away all old printers to be recycled at the Responder s expense. The Responder will provide free transportation of an existing copy machine to another location within the Minooka 201 School District at no extra charge.
6 6 6. Training The vendor will work with the district to assign installation schedules and provide training. The IT department needs to be trained on the basic usage of the equipment and advanced level training on the printer control system. The vendor will also come out and train the front office staff over the usage and basic troubleshooting of the copy machine, including typical paper jam remedies and loading all consumables. In addition, the vendor will need to provide at least 15 hours spread across multiple days to offer training sessions before, during, and after school hours for staff on the machine s functionality. The vendor will also supply a simple poster for the District to mount near each copy machine for staff to use a reference sheet on usage. 7. Pricing/Compensation Please structure the financing as a capital lease with an option to purchase on the following terms: a 60-month term, a $1 buyout option at the end of the lease, and an early buyout option that may be exercised at any time during the lease Please provide a schedule with 60 equal monthly payments as well as the payment total and effective interest rate. Interest and principal must be broken out on each payment. Please state whether the above interest rate and payment structure assumes tax exempt and bank qualified status for the lease. If so, please also provide the interest rate and monthly and total payments for treatment of the lease as a taxable lease. The lease and related documents will be subject to review and revisions by the Board of Education s legal counsel. For service, please show maintenance cost for machines in terms of cost per copy for both color and black and white machines at actual usage cost. Vendor will include all preventative maintenance in these costs. The district will only need to purchase staples and paper. In addition, explain any and all increases in service throughout the term of the lease. The value of any proposed Contract shall not surpass the not-to-exceed amount specified by the District on the Contract. The value during any renewal term shall be established by the District. Unless the District has requested that products ordered before the effective termination or expiration date, be delivered after the effective date of termination, the District shall not have any liability for any products delivered after the effective expiration/termination date. Responder shall submit invoices referencing this Contract with such supporting documentation as may be requested by the District, including but not limited to, proof of delivery. The District shall process payments in its normal course of business.
7 7 8. Deciding Factors to Final Recommendation The District will gather vendor recommendations and reach a decision according to the following criteria breakdown: Price Service (based on experience and/or testimonials) Ease of Use (based on hardware experience, teacher surveys, and/or testimonials) Software Management & IT Support Service (based on experience and/or testimonials.) The fleet recommendation is broken into three categories and all must be met for continued consideration: Required Equipment, Machine Requirements and Software Requirements. Consideration will be given to all RFP submissions meeting all categories.
8 8 9. Contract Terms The successful Vendor shall agree to enter into a contract with the School District regarding the services that includes at least the following terms: 1. Status as Independent Vendor. Vendor and the District are independent of one another, and neither has the authority to bind the other to any third person or otherwise to act in any way as the representative of the other, unless otherwise expressly agreed to in writing signed by both parties hereto. The Vendor shall be responsible for payment of all taxes imposed in connection with its performance of services and receipt of fees under this Contract. 2. Insurance. During the term of this Agreement, the Vendor, at its sole cost and expense, and for the benefit of the District, shall carry and maintain the following insurance: a. Comprehensive general liability and property damage insurance, insuring against all liability of the Vendor related to this Agreement, with a minimum combined single limit of One Million Dollars ($1,000,000.00) per occurrence and Two Million Dollars ($2,000,000) general aggregate; b. Professional Liability Insurance with limits in the per claim amount of not less than Two Million Dollars ($2,000,000.00) and the annual aggregate of not less than Three Million Dollars ($3,000,000); c. Automobile liability Insurance with a combined single limit of $1,000,000; d. Cyber liability/identity theft insurance with a combined limit of $1,000,000; e. Workers Compensation Insurance covering all costs, statutory benefits, and liabilities under State Workers Compensation and similar laws for the Vendor s respective employees; and f. Umbrella liability insurance with a minimum combined single limit of One Million dollars ($1,000,000.00) per occurrence and One Million Dollars ($1,000,000) general aggregate. All insurers shall be licensed by the State of Illinois and rated A+-VII or better by A.M. Best or comparable rating service. The comprehensive general liability and property damage insurance policy shall name the District, its Board, the Board members, employees, agents, and successors as an additional insured on a primary noncontributory basis with a waiver of subrogation in favor of the District. The Vendor shall provide the District with certificates of insurance and/or copies of policies reasonably acceptable to the District evidencing the existence of the coverage described above, including form and deductibles, during the duration of this Agreement. The failure to provide acceptable insurance shall be deemed a breach of this Agreement entitling the District to terminate this Agreement immediately. All policies of insurance shall provide by endorsement that no coverage may be canceled, terminated, or reduced by the insuring company without the insuring company having first given at least 30 days prior written notice to the District by certified mail, return receipt requested.
9 9 3. Compliance with Laws. The Vendor shall at all times observe and comply with all laws, ordinances, regulations and codes of the federal, state, county and other local government agencies, which may in any manner affect the performance of the contract and in particular any such laws pertaining to safety. In addition, the Vendor shall comply with all the District policies. It shall be mandatory that the Vendor will not discriminate against members of the public, any employee or applicant for employment because of race, color, religion, sex, national origin, ancestry, age, marital status, physical or mental impairment unrelated to ability, or unfavorable discharge from military service; and further that the Vendor will comply with all the provisions of the Illinois Human Rights Commission as required by the rules and regulations for public contracts. 4. Criminal Background Check. The Vendor shall authorize the District to execute fingerprint/criminal background investigations of any employee regularly assigned to perform work at the District and shall provide the District with a list of the names and addresses of each employee who may be so assigned. Costs related to criminal background investigation of the Vendor s employees are the responsibility of the Vendor. 5. No Assignment. The contract shall not be assigned, nor shall any part of the same be subcontracted, without the written consent of the District, and in no case shall such consent relieve the Vendor from its obligations, or change the terms of the contract. 6. Removal of Employees. The District reserves the right to request that the Vendor remove any employee for unsatisfactory performance, appearance, behavior, or attitude. 7. Termination. a. With Cause. The District reserves the right to terminate Vendor upon 30 days written notice if in the judgment of the District the Vendor has breached any provision of the contract or failed to perform to the satisfaction of the District. b. Without Cause. The District may terminate the contract without cause after providing 60 days notice to the Vendor. 8. Hold Harmless and Indemnification. To the extent permitted by law, the Vendor shall assume all liability for, and shall protect, defend, indemnify, and hold harmless the District and its members individually, their officers, employees, servants, and agents from and against all claims, actions, suits, judgments, costs, losses, expenses, and liabilities of whatsoever kind or nature including reasonable legal fees incurred by the District arising out of: a. Any infringement (actual or claimed) of any patents, copyrights, or trade names by reason of any work performed or to be performed by the Vendor under this Contract or by reason of anything to be supplied by the Vendor pursuant to this Contract. b. Bodily injury, including death, to any person or persons (including Vendor's officers, employees, agents, and servants) or damage to or destruction of any property, including the loss of use thereof: i. Caused in whole or in part by any act, error, or omissions by the Vendor or any subcontractor or anyone directly or indirectly employed by any of them regardless of whether or not it is caused in part by a party to be indemnified hereunder.
10 10 ii. Arising directly or indirectly out of the use, misuse, or failure of any machinery or equipment used directly or indirectly in the performance of this Contract. 9. Damage to Property. In the event the District s property or any of the surrounding areas are destroyed or damaged as a result of the Vendor s work under the contract, the Vendor shall, at Vendor s sole cost, restore the property or any surrounding area. Such restoration shall be to a condition at least equivalent to the condition of the affected area immediately before the destruction or damage. 10. Responsibility for Equipment/Materials Shipped. The Vendor shall be responsible for the equipment or supplies covered by this contract until they are delivered at the designated point, but the Vendor shall bear all risk on rejected equipment and supplies after notice of rejection. Rejected equipment or supplies must be removed by and at the expense of the Vendor promptly after notification of rejection. Upon failure to do so within ten days after date of notification, the District may return the rejected equipment or supplies to the Vendor at the Vendor s risk and expense, or dispose of them as its own property. 11. Governing Law. This Contract shall be governed by, construed, and enforced in accordance with the laws of the State of Illinois without regard to conflict of law principles. Jurisdiction and venue for all disputes hereunder shall be the Circuit Court located in Will County, Illinois, or the federal district court for the Northern the District of Illinois.
11 11 Proposal Elements: 1. The proposal must include the following information: a. Length of time your company has been in business b. Approximate number of Illinois schools you serve c. Number of certified service technicians specializing in proposal s copiers d. Number of local IT support staff to assist with printer control system (do not include service technicians in this number) e. State that Vendor will provide four hour or less response time with an emergency response time of two hours f. Must have locally accessible parts and supply departments g. At least two school references using both copy machines and printer control systems in recommendation 2. In addition, Vendors must complete the following documentation: a. Exhibit A: Vendor Information and Authorization b. Exhibit B: Financial Summary 3. Alternative proposals providing a solution going beyond our requirements will also be evaluated. We are currently considering adding a secondary 40 ppm BW copier. Please be sure to mark alternative proposals to ensure fair comparisons.
12 12 Exhibit A - VENDOR INFORMATION AND AUTHORIZATION NOTE: UNSIGNED PROPOSALS WILL NOT BE ACCEPTED The undersigned Vendor declares that it has examined and familiarized itself with the request for proposal document dated August, In making this proposal, the undersigned waives all right to plead any misunderstanding of the request for proposal document and agrees to perform all of the work required herein. If this proposal is accepted, the undersigned offers and agrees to furnish all services upon which prices are quoted, at the price and times stated, and subject to all conditions and terms recorded on this proposal. Company Name: Signed: Print Name: Address: Telephone: Date: Title: City: State: Fax: Subscribed to and Sworn Before me this day of, Notary Public NOTE: If a joint venture is proposed, each party must provide this authorization.
13 13 Exhibit B - FINANCIAL SUMMARY Note: Failure to submit a response in a manner that does not allow a clear determination of an exact amount may be considered non-responsive. A. Lease amount per Month B. Service Agreement amount (actual) per page (Color, Black and White) C. Dollar Buyout Option D. Other Costs (if any) E. Early Buyout Option Contract Year Ending: (A): Lease Amount (B): Service Agreement Color (B): Service Agreement Black and White September 30, 2018 September 30, 2019 September 30, 2020 September 30, 2021 September 30, 2022 (C) Buyout Option Cost (D) Other Costs (E) Early Buyout Option
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 informationCHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois
CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois REFURBISHED LAPTOP COMPUTER UNITS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School District No. 4, Champaign
More informationSt. George CCSD #258
St. George CCSD #258 ATTENTION Please read specifications for complete proposal instructions! Specifications Mowing and Lawn Services Proposals Due At: St. George CCSD #258 5200 E. Center Street Bourbonnais,
More informationPurchase Order Terms and Conditions
Purchase Order Terms and Conditions 1. These terms and conditions together with the terms and conditions on the face of the Purchase Order, and any specifications, drawings, instructions or other written
More informationCITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS
CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS THE FOLLOWING TERMS AND CONDITIONS APPLY TO ALL PURCHASES OF SERVICES BY OR ON BEHALF OF THE CITY OF NAPERVILLE UNLESS SPECIFICALLY PROVIDED OTHERWISE
More informationCONTRACT FOR SERVICES RECITALS
CONTRACT FOR SERVICES THIS AGREEMENT is entered into between the (hereinafter Authority ) and [INSERT NAME] (hereinafter Contractor ) and sets forth the terms of this Agreement. Authority and Contractor
More informationCherokee 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 informationLEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR
MANALAPAN TOWNSHIP MONMOUTH COUNTY, NEW JERSEY Notice is hereby given that sealed proposals addressed to Rose LaFergola, RPPO/QPA, will be received on or before Friday, August 3, 2012 at 11:00 am at which
More informationVendor 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 informationSOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR
SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR Bid #08-15 Sealed bids for a three year, annually renewable contract to provide School Fencing Repairs and installation
More informationPAN OSTON PURCHASE ORDER TERMS & CONDITIONS
PAN OSTON PURCHASE ORDER TERMS & CONDITIONS 1. ACKNOWLEDGMENT AND ACCEPTANCE OF ORDER. This Order constitutes an offer that is expressly limited to the Terms and Conditions contained herein. The Terms
More informationOhio 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 informationInvitation 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 informationFATIGUE 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 informationPURCHASE ORDER TERMS & CONDITIONS. Order Acceptance
PURCHASE ORDER TERMS & CONDITIONS Order Acceptance A. This Purchase order is limited to the terms and conditions contained on the face herein. Any additional or different terms proposed by Seller in any
More informationTERMS AND CONDITIONS
TERMS AND CONDITIONS 1. Agreement; Modification of Terms. These terms and conditions (the Terms ) apply to all orders for, and all sales and rentals of, all equipment ( Equipment ) described in the quotation,
More informationNEBBIOLO STANDARD TERMS & CONDITIONS OF SALE
NEBBIOLO STANDARD TERMS & CONDITIONS OF SALE 1. GENERAL These Terms and Conditions of Sale ("Terms and Conditions") and any attached exhibits [together with those terms and conditions appearing on the
More informationSERVICE AGREEMENT CONTRACT NO.
SERVICE AGREEMENT CONTRACT NO. THIS SERVICE AGREEMENT dated 20 between STOCKTON UNIVERSITY (the "UNIVERSITY") and (the SERVICE PROVIDER ), with a business address at. 1.1 Services. ARTICLE 1 SCOPE OF SERVICES
More informationGENERAL TERMS AND CONDITIONS
GENERAL TERMS AND CONDITIONS The following terms and conditions apply to all contracts or purchase agreements made with The College of New Jersey unless specifically deleted on this form. Vendors submitting
More informationRFP GENERAL TERMS AND CONDITIONS
RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00
More informationREQUEST 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 informationCITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION
CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative
More informationCooper Heat Treating LLC Terms and Conditions of Order Effective April 2, 2013
1. DEFINITIONS - The terms defined in this paragraph shall have the meanings set forth below: 1.1. Customer means Cooper Heat Treating LLC. 1.2. Order means this written Purchase Order between Customer
More informationGALESBURG 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 informationWESTERN 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 informationMANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES
REQUEST FOR SEALED QUALIFICATIONS FOR PROFESSIONAL SERVICES UNDER A FAIR AND OPEN PROCESS MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES Contract Term February 1, 2017 through January 31, 2018 SUBMISSION
More informationUnion College Schenectady, NY General Purchasing Terms & Conditions
Union College Schenectady, NY 12308 General Purchasing Terms & Conditions 1. DEFINITIONS. a. UNION COLLEGE represents the Trustees of Union College, is the purchaser of goods specified in the Purchase
More informationBUSINESS ASSOCIATE AGREEMENT
BUSINESS ASSOCIATE AGREEMENT This Business Associate Agreement (the Agreement ) is entered into this day of, 20, by and between the University of Maine System ( University ), and ( Business Associate ).
More informationBUSINESS ASSOCIATE AGREEMENT
BUSINESS ASSOCIATE AGREEMENT THIS BUSINESS ASSOCIATE AGREEMENT (the Agreement ) is entered into this day of, 20, by and between the University of Maine System acting through the University of ( University
More informationAtlantis Industries Corporation Terms and Conditions
Atlantis Industries Corporation Terms and Conditions 1. ACCEPTANCE OF PURCHASE ORDER ATLANTIS INDUSTRIES CORPORATION (BUYER) OFFERS TO PURCHASE THE MATERIALS OR SERVICES DESCRIBED HEREIN ONLY UPON THE
More informationAGREEMENT FOR TRANSPORTATION SERVICES
AGREEMENT FOR TRANSPORTATION SERVICES This Agreement is made this day of 20, by and between Long Island University ( University ), an educational institution incorporated and doing business under the laws
More informationREQUEST 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 informationColor 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 informationCounty 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 informationTOWN 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 informationFIXTURING/INSTALLATION AGREEMENT
Dept Index Contract No. Requisition No. FIXTURING/INSTALLATION AGREEMENT This FIXTURING/INSTALLATION AGREEMENT by and between THE UNIVERSITY OF NORTH FLORIDA BOARD OF TRUSTEES, a public body corporate
More informationFleetPride, Inc. Standard Terms and Conditions of Purchase
FleetPride, Inc. 1. Terms of Agreement: The following terms and conditions of sale (these Standard Terms and Conditions ) contain general provisions applicable to all FleetPride, Inc. ( FleetPride ) supply
More informationSAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES
SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES On this day of, 2017, the Board of Commissioners of the Port of New Orleans hereinafter sometimes
More informationTERMS AND CONDITIONS OF SALE
TERMS AND CONDITIONS OF SALE 1. Acceptance; Agreement. These Terms and Conditions supersede all other terms and conditions, oral or written, and all other communications between the parties suggesting
More informationINTRODUCTION TERMS AND CONDITIONS
MASTER AGREEMENT FOR PROFESSIONAL SERVICES (AIA) (Unlimited) THIS AGREEMENT FOR PROFESSIONAL SERVICES shall become effective DATE, 2016, between the City of Meridian, a municipal corporation organized
More informationDANTE HALL SERVICE AGREEMENT CONTRACT NO.
DANTE HALL SERVICE AGREEMENT CONTRACT NO. THIS AGREEMENT dated 20 between STOCKTON UNIVERSITY (the "UNIVERSITY") as assignee and sub lessor of Stockton Affiliated Services, Inc., a New Jersey non-profit
More informationARCHITECT 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 informationMaster Service Agreement (Updated 9/15/2015)
Master Service Agreement (Updated 9/15/2015) This Master Service Agreement is entered into this day of 20 by and between Multifamily Management, Inc. (MMI) ( Management Agent ), as Agent for Owner, and
More informationSERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ).
SERVICE AGREEMENT THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ). WITNESSETH: WHEREAS, Owner desires to engage Vendor, as an independent contractor,
More informationTERMS AND CONDITIONS OF SERVICE 1. DEFINITIONS: Affiliate means any entity which directly or indirectly owns or controls, is controlled by, or is
TERMS AND CONDITIONS OF SERVICE 1. DEFINITIONS: Affiliate means any entity which directly or indirectly owns or controls, is controlled by, or is under common control with, Donnelley Financial or Client,
More informationTelemetry Upgrade Project: Phase-3
Telemetry Upgrade Project: Phase-3 Cedar River Water & Sewer District is soliciting Statements of Qualifications from interested consulting engineering firms capable of providing Telemetry/SCADA Engineering
More informationWorkforce 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 informationP 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 informationTire 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 informationACCENTURE 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 informationVan 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 informationCITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of
CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of January, 2016, by and between the CITY OF TUMWATER, a Washington municipal
More informationWatershed 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 informationREQUEST FOR PROPOSALS SAFETY VENDING MACHINE SERVICES WLSSD RFP #1386
2626 Courtland Street Duluth, MN 55806-1894 phone 218.722.3336,fax 218.727.7471, www.wlssd.com Western Lake Superior Sanitary District REQUEST FOR PROPOSALS SAFETY VENDING MACHINE SERVICES WLSSD RFP #1386
More informationFontaine Commercial Trailer. Terms and Conditions of Purchase Guide
Guide TERMS AND CONDITIONS OF PURCHASE 1. Acceptance; Agreement. These Terms and Conditions supersede all other terms and conditions, oral or written, and all other communications between the parties suggesting
More informationI. 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 informationAGREEMENT made this day of, 2017, by and between the NEW JERSEY. Street, P.O. Box 990, Trenton, New Jersey , and (the
ATTACHMENT A REV.1/17/18 FINAL CONTRACT FOR TITLE SERVICES-ON AN AS-NEEDED BASIS AGREEMENT made this day of, 2017, by and between the NEW JERSEY ECONOMIC DEVELOPMENT AUTHORITY (the "Authority or NJEDA"),
More informationCounty of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018
County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624
More informationCITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES
CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES The following are MANDATORY TERMS to which the Contractor MUST agree without word modification.
More informationRequest For Proposals. For Copier. For GREENVILLE UTILITIES COMMISSION
Request For Proposals For Copier For GREENVILLE UTILITIES COMMISSION Of the City of Greenville, North Carolina 401 South Greene Street Greenville, North Carolina 27834 Issue Date June 19, 2017 Response
More informationCITY 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 informationAGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES
AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES This is an agreement ( Agreement ) by and between the Ventura County Transportation Commission, hereinafter
More informationTERMS AND CONDITIONS OF SALE
TERMS AND CONDITIONS OF SALE 1. Acceptance; Agreement. These Terms and Conditions supersede all other terms and conditions, oral or written, and all other communications between the parties suggesting
More informationFORM CONTRACT FOR INDIGENT DEFENSE SERVICES
FORM CONTRACT FOR INDIGENT DEFENSE SERVICES WHEREAS, the City of, Washington (hereinafter City ) provides indigent defense services to individuals who have been certified for representation in criminal
More informationMEMORANDUM 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 informationCITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT
CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT THIS Agreement is made effective as of the day of 201_, by and between the City of Port Orchard, a municipal corporation, organized under the laws of
More informationREQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN GENERAL INFORMATION LOOMIS PARK MASTER PLAN
REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN Issue Date: August 1, 2016 Proposal Receipt Date: Issuing Office: August 29, 2016, 3:00 PM Parks and Recreation The City of Jackson, Michigan is requesting
More informationPROQUIRE 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 informationCONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES
CITY OF SUISUN CITY CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES THIS CONTRACT SERVICES AGREEMENT (herein Agreement ) is made and entered into this day
More informationCity of Loveland, Ohio
City of Loveland, Ohio Request for Proposal (RFP) Information Technology (IT) Managed Services Provider Proposals are due by 4:30 PM, November 1, 2017 The City of Loveland is inviting qualified Information
More informationTRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT
TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT This CONSULTING SERVICES AGREEMENT (this Agreement ) is entered into effective as of, by and between Trinity University, an agency and institution of higher
More informationEXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES
EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES This agreement ("Agreement"), dated as of, 2018 ( Effective Date ) is by and between the Sonoma County Waste Management Agency, (hereinafter
More informationCounty of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018
County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)
More informationRequest for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades
Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades Posting Date: January 8, 2014 Response Deadline: January 29, 2014 3:00 p.m.central Standard Time (CST)
More informationRequest for Proposal General Ledger Software
Request for Proposal General Ledger Software Date of Issue: August 12, 2013 Proposals must be received by: September 13, 2013, 5 p.m. CST 1 I. INFORMATION ABOUT THE VILLAGE Located approximately 14 miles
More informationRequest for Proposal (RFP) For Plat book Printing
Request for Proposal (RFP) For Plat book Printing Posting Date: May 23, 2012 Response Deadline: June 8, 2012 4:00 p.m. Central Standard Time (CST) To: John Lefebvre Marinette County Land Information Director
More information7/14/16. 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 informationCONSULTANT SERVICES AGREEMENT
CONSULTANT SERVICES AGREEMENT THIS AGREEMENT ( Agreement ) is made and entered into this 20 th day of December, 2012, by and between the City of Rio Vista, a municipal corporation of the State of California
More informationWashington University in St. Louis
Washington University in St. Louis Construction Terms and Conditions A. AGREEMENT. The Purchase Order, these Terms and Conditions, any special conditions, Owner s Policies, Design Standards and Insurance
More informationCITY 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 informationNotice 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 informationPROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND
PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND This AGREEMENT, is made and entered into this day of, 2019, by and between the CITY OF EL SEGUNDO, a municipal corporation ( CITY ) and,
More informationCITY 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 informationRequest for Proposal (RFP) For Jail Security System Control Upgrade
Request for Proposal (RFP) For Jail Security System Control Upgrade Posting Date: June 10, 2013 Response Deadline: June 26, 2013 4:00 p.m. Central Daylight Time (CDT) To: Robert Majewski Marinette County
More information3. Authorized Exceptions to Appendix A, Standard Terms and Conditions for Product and Related Services Contracts, version 09/24/2015.
Amendment Number 3 to Contract Number DIR-TSO-2542 between State of Texas, acting by and through the Department of Information Resources and Cisco Systems, Inc. This Amendment Number 3 to Contract Number
More informationTERMS AND CONDITIONS OF SALE- NU-LINE PRODUCTS
TERMS AND CONDITIONS OF SALE- NU-LINE PRODUCTS 1. Acceptance; Agreement. These Terms and Conditions supersede all other terms and conditions, oral or written, and all other communications between the parties
More informationWater Utility Disinfection Survey
6666 West Quincy Avenue Denver, CO 80235-3098 T 303.794.7711 www.awwa.org American Water Works Association Request for Proposal Water Utility Disinfection Survey Issued by: Technical and Education Council
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS Information Technology Support Services RELEASE DATE: November 3, 2017 DUE DATE: November 17, 2017 at 3:00 PM PT INTRODUCTION The City of Sammamish, Washington invites proposals from
More informationPATRIOT 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 informationSAMPLE DOCUMENT SUBCONTRACT AGREEMENT
SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office and
More informationContractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.
SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office
More informationBID 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 informationRICE UNIVERSITY SHORT FORM CONTRACT
RICE UNIVERSITY SHORT FORM CONTRACT This Rice University Short Form Contract (this Contract ) is entered into by and between WILLIAM MARSH RICE UNIVERSITY, a Texas non-profit corporation (the University
More informationCITY OF ROHNERT PARK CITY COUNCIL AGENDA REPORT
Mission Statement We Care for Our Residents by Working Together to Build a Better Community for Today and Tomorrow. Item 5.C.3 Meeting Date: February 26, 2013 Department: Submitted By: Agenda Title: CITY
More informationCboe Global Markets Subscriber Agreement
Cboe Global Markets Subscriber Agreement Vendor may not modify or waive any term of this Agreement. Any attempt to modify this Agreement, except by Cboe Data Services, LLC ( CDS ) or its affiliates, is
More informationRequest for Qualifications (RFQ #704-18) Establish a Hybrid Law Enforcement Model Consulting & Support Services
Request for Qualifications (RFQ #704-18) To Establish a Hybrid Law Enforcement Model Consulting & Support Services Posted on website (http://www.publicpurchase.com/gems/cityoflancaster,ca/buyer/public/home):
More informationARTICLE V Indemnification; Insurance
ARTICLE V Indemnification; Insurance 5.1 The Recipient shall act as an independent contractor, and not as an employee, agent, partner, joint venturer, representative or associate of the City, in operating
More informationRequest 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 informationPO Terms for Ariba (Effective as of ).DOC
TERMS AND CONDITIONS 1. GENERAL. The vendor/seller (the Company ) identified on the attached purchase order (the PO ) shall provide the purchaser identified on the PO ( Purchaser ) all products and/or
More informationPURCHASE ORDER TERMS & CONDITIONS
1. DEFINITIONS: District: Vendor: Order: PURCHASE ORDER TERMS & CONDITIONS Sierra Joint Community College District Person, firm or corporation supplying the goods or services under the Order and includes
More information