State of Missouri Missouri Lottery Commission REQUEST FOR PROPOSAL

Size: px
Start display at page:

Download "State of Missouri Missouri Lottery Commission REQUEST FOR PROPOSAL"

Transcription

1 State of Missouri Missouri Lottery Commission REQUEST FOR PROPOSAL RFP NO: RETURN BID BY: April 29, 2016 at 3:00 p.m. CONTACT NAME: Melissa Blankenship (573) TITLE: VoIP Phone System CONTRACT PERIOD: Initial work must be completed by August 1, 2016 with maintenance agreement in effect from August 1, 2016 through August 1, 2017 RENEWAL PERIODS: At the end of the initial maintenance contract period, the Missouri Lottery reserves the right, if mutually agreeable between the Lottery and the contractor, to renew the contract for two additional one-year terms. All terms, conditions and provisions of the original contract would remain the same and apply during the renewal period(s). The Missouri Lottery is accepting sealed bids for options to replace its current VoIP system which handles all incoming and outgoing calls for the Missouri Lottery. This includes two separate call centers spread over four regional offices. We are looking to have a fully managed solution in place, freeing up Lottery resources from maintaining a complicated phone network system. Bids must be received at the Missouri Lottery, P.O. Box 1603, 1823 Southridge Drive, Jefferson City, Missouri no later than 3:00 p.m. on April 29, Bids received after 3:00 p.m., April 29, 2016 will be marked late and will not be opened or evaluated. Sealed Proposal for RFP #00541 should be clearly displayed on the outside of the envelope or box containing the offeror s proposal. The offeror hereby agrees to provide the items at the prices quoted, pursuant to the terms of this document which are incorporated by reference and further understands that signature by an authorized official of the Missouri Lottery constitutes acceptance and a contract shall exist between the offeror and the Missouri Lottery. PLEASE PRINT THE FOLLOWING INFORMATION EXCEPT FOR THE REQUIRED SIGNATURE: Offeror s Company Name Mailing Address City/State/Zip Code Telephone Fax No. Mo. State Sales Tax # Fed. Tax ID #/SS# MO Corporate Charter # MO Payroll Withholding # MO State Vendor # (if known) Offeror s Authorized Signature Date NOTICE OF AWARD This proposal is accepted by the Missouri Lottery. Missouri Lottery Authorized Signature Date 1

2 SCOPE OF WORK 1. Requirements: 1.1 Call Centers 1.2 Phones Customer Service (mainly inbound support) 12 agents (3 in each regional office, one of which is both an agent and supervisor at each location) Inside Sales (inbound/outbound) 11 agents (3 are both agents and supervisor) Existing Lottery phones should be reused as much as possible and include: 1.3 Additional Features User phones including the call center agents low-end common area phones conference phones switchboard side cars Phone recording on a minimum of 41 devices hunt groups Click-to-call feature for Inside Sales call center with integration to their webbased ordering software, providing them the ability to click a Tel link which then auto dials the number Chat/IM and presence (internal) for entire user base Integration with Outlook for contacts/voic Out of business time cutovers for seamless transition Call reporting solution Agent/Supervisor GUI to manage phones and queue at both the agent level and supervisor overall queue level Multiple IVR auto attendants used on main line numbers for routing calls to appropriate areas of the business Ability to update different Music On Hold sources Phone Conference Bridge Solution integrated into system to host and schedule phone conferences; ability to host video conferencing a plus 2

3 IVR Solution for our Winning Numbers Hotlines (IVR that would automatically be updated each day with the most current winning numbers for all Missouri Lottery draw games currently seven games) Four regions with local numbers for customers to call. Below are actual stats for one month: 1.4 Product guarantee The contractor shall guarantee the operation of the system for one year from start of the implementation of all equipment. GENERAL CONTRACTUAL REQUIREMENTS 1. CONTRACT PERIOD The contract period shall be from date of award through August 1, At the end of the initial contract period, the Missouri Lottery reserves the right, if mutually agreeable between the Lottery and the contractor, to renew the contract for two additional one-year terms. All terms, conditions and provisions of the original contract would remain the same and apply during the renewal period(s). 3

4 2. CONTRACT PRICE Prices for the contract shall be determined by referring to the Pricing Pages which contain the prices proposed by the contractor and accepted by the Lottery. 3. CONTRACT DOCUMENTS 3.1 The contract between the Lottery and the contractor shall consist of: (1) the Request for Proposal (RFP); and any amendments thereto; and (2) the contractor's proposal submitted in response to the RFP. The Lottery reserves the right to clarify any contractual relationship in writing with the concurrence of the contractor, and such written clarification shall govern in case of conflict with the applicable requirements stated in the RFP or the contractor's proposal. In all other matters not affected by the written clarification, if any, the RFP shall govern. The offeror is cautioned that its proposal shall be subject to acceptance without further clarification. 3.2 The first page of the RFP must be manually signed on the Offeror s Authorized Signature line to be a valid bid. All other information on the first page should be provided, if applicable. The Pricing Page and all applicable exhibits should also be completed by the offeror. 3.3 The Lottery reserves the right to accept part, all, or none of the goods and/or services offered in the responses to the RFP. 3.4 Offeror s proposal shall be binding upon the offeror for 150 calendar days following the proposal due date. Any proposal on which the offeror shortens the acceptance period may be rejected. 3.5 In the event all offerors fail to meet the same mandatory requirement(s) in the RFP, the Lottery reserves the right, at its sole discretion, to waive the requirement(s) for all offerors and to proceed with the evaluation. In addition, the Lottery reserves the right to waive any minor irregularity or technicality found in any individual bid. 4. AMENDMENTS TO CONTRACT No modification of any provision in the contract shall be made or construed to have been made, unless such modification is mutually agreed to in writing by the contractor and the Lottery, and incorporated in a written amendment to the contract, approved by the Lottery prior to the effective date of such modification. 5. COMPETITIVE BIDDING It is the intent and purpose of the Lottery that this RFP permit competitive bidding. It shall be the offeror's responsibility to advise the Lottery if any language, requirements, etc., or any combination thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Lottery no later than five days prior to the bid closing date. 6. REGISTRATION WITH STATE The contractor must be (or become) registered with the Missouri Secretary of State's Office to do business in the State of Missouri before commencing work on the contract. Any monies owed to the State of Missouri by the contractor must be resolved before a contract may be awarded. 7. COPYRIGHT LIABILITY The contractor shall save and hold harmless the Lottery, their officers, agents and employees, from liability of any nature or kind arising out of a claim or suit for or on account of the use of any copyrighted composition, trademark, service mark, secure process, patented invention, article or appliance furnished or used in the performance of any contract resulting from this RFP. Contractor agrees to assume the defense of any and all such suits and pay the costs and expenses incidental thereto, subject to the right of the Lottery to provide additional legal counsel at the Lottery's own expense. 4

5 8. SITE VISITS The Lottery shall have the right, acting by itself or through its authorized representatives, to enter the premises of the contractor at all times to examine the facilities and to inspect and copy the records of the contractor pertaining to the operation thereof related to the Lottery account. 9. LEGAL PROVISIONS 9.1 The contract shall be construed according to the laws of the State of Missouri. The contractor shall comply with all local, state and federal laws regulations related to the performance of the contract. 9.2 Provisions Required by Law Deemed Inserted - Each and every provision of law and clause required by law shall be inserted herein and the contract(s) will be read and enforced as though it were included herein, and if through mistake or otherwise any such provision is not inserted, or is not correctly inserted, then upon the application of either party the contract will forthwith be physically amended to make such insertion or correction. 9.3 To the extent that a provision of the contract is contrary to the Constitution or laws of this State, or of the United States, the provision shall be void and unenforceable. However, the balance of the contract shall remain in force between the parties. 10 INVOICING AND PAYMENT REQUIREMENTS 10.1 Payment in accordance with the price stated on the Pricing Page shall be made in arrears after receipt of a properly itemized invoice and approval by the Lottery The contractor shall understand and agree the state reserves the right to make contract payments to the contractor through electronic funds transfer (EFT). Therefore, prior to any payments becoming due under the contract, the contractor must update their vendor registration with their ACH-EFT payment information at Each contractor invoice must be on the contractor s original descriptive business invoice form and must contain a unique invoice number. The invoice number will be listed on the state s EFT addendum record to enable the contractor to properly apply state payments to invoices. The contractor must comply with all other invoicing requirements stated in the RFP The contractor may obtain detailed information for payments issued for the past 24 months from the State of Missouri s central accounting system (SAM II) on the Vendor Services Portal at Payment terms should be net 30 days unless otherwise stated in the RFP. No late charges shall be applied which are not in compliance with Chapter RSMo. This statute may be found at The contractor shall agree that funds expended for the purposes of the contract must be appropriated by the General Assembly of the State of Missouri for each fiscal year included within the contract period. Therefore, the contract(s) shall automatically terminate without penalty or termination costs if such funds are not appropriated. In the event that funds are not appropriated for the contract, the contractor shall not prohibit or otherwise limit the Lottery's right to pursue and contract for alternate solutions and remedies as deemed necessary for the conduct of state government affairs. The requirements stated in this paragraph shall apply to any amendment or the execution of any option to extend the contract. 11. CANCELLATION/TERMINATION 11.1 The Lottery reserves the right to terminate the contract at any time, for the convenience of the State of Missouri, without penalty or recourse, by giving written notice to the contractor at least thirty (30) calendar days prior to the effective date of such termination. In the 5

6 event of termination pursuant to this paragraph, all documents, data, reports, supplies, equipment, and accomplishments prepared, furnished or completed by the contractor pursuant to the terms of the contract shall, at the option of the Lottery, become property of the Lottery. The contractor shall be entitled to receive compensation for services and/or supplies delivered to and accepted by the Lottery pursuant to the contract prior to the effective date of termination The Lottery may cancel the contract at any time for material breach of contractual obligations by providing the contractor with a written notice of such cancellation and for any reason stated in Section , RSMo. Should the Lottery exercise its right to cancel the contract for such reasons, the cancellation shall become effective on the date as specified in the notice of cancellation sent to the contractor In the event that any of the drawings would be discontinued, the Lottery reserves the right to cancel the portion of this contract related to that drawing by giving the contractor at least thirty (30) days written notice prior to discontinuation of that portion of the contract. 12. CONFLICT OF INTEREST 12.1 No official or employee of the Lottery or its governing body and no other public official of the State of Missouri who exercises any functions or responsibilities in the review or approval of the undertaking or carrying out of the project covered by the contract shall voluntarily acquire any personal interest, directly or indirectly, in the contract or proposed contract The contractor covenants that he/she presently has no interest and shall not acquire any interest, directly or indirectly, which would conflict in any manner or degree with the performance of the services hereunder. The contractor further covenants that no person having any such known interest shall be employed or conveyed an interest, directly or indirectly, in the contract. 13. LIABILITIES, RIGHTS AND REMEDIES 13.1 The contractor shall agree that the Lottery shall not be responsible for any liability incurred by the contractor or his/her employees arising out of the ownership, selection, possession, leasing, renting, operation, control, use, maintenance, delivery, and/or return and installation of equipment provided by the contractor except as otherwise provided in this contract The contractor shall agree and understand that the contract shall constitute an assignment by the contractor to the Lottery of all rights, title, and interest in and to all causes of action that the contractor may have under the antitrust laws of the United States or the State of Missouri for which causes of action have accrued or will accrue as the result of or in relation to the particular goods or services purchased or procured by the contractor in the fulfillment of the contract with the Lottery The contractor represents himself/herself to be an independent contractor offering such services to the general public and shall not represent its employees to be employees of the State of Missouri. Therefore, the contractor shall assume all legal and financial responsibility for taxes, FICA, employee fringe benefits, workmen s compensation, employee insurance, minimum wage requirements overtime, etc., and agrees to indemnify, save and hold the Lottery, its officers, agents, and employees harmless from and against, any and all loss, costs (including attorney fees) and damage of any kind related to such matters Upon filing for any bankruptcy or insolvency proceeding by or against the contractor(s), whether voluntarily or upon the appointment of a receiver, trustee or assignee for the benefit of creditors, the Lottery reserves the right at its sole discretion to either cancel the contract or affirm the contract and to hold the contractor responsible for damages Neither the contractor nor the Lottery shall be liable to the other for any delay in or failure of performance of any covenant contained in the agreement, nor shall any such delay in or 6

7 failure of performance constitute default or give rise to any liability for damages, if and only to the extent that such delay or failure is caused by force majeure. As herein used force majeure includes: an act of God, public enemy, fire, flood, epidemic, quarantine restriction, strikes, freight embargoes, or closure of all major access roads to a geographic area. The existence of such causes of such delay or failure shall extend the period of performance to such extent as may be necessary to enable complete performance in the exercise of reasonable diligence after the causes of delay or failure have been removed. 14. ASSIGNMENTS The contractor shall not transfer any interest in the contract, whether by assignment or otherwise, without the prior written consent of the Lottery. 15. NOTIFICATIONS Any written notice to the contractor shall be deemed sufficient when deposited in the United States mail, postage prepaid, and addressed to the contractor at his/her address as listed on signature page of the contract or at such address as the contractor may have requested in writing; sent via telefax transmission with receipt acknowledged; or hand carried and presented to an authorized employee of the contractor at his/her address as listed on the signature page of the contract. 16. CONTRACT COORDINATION The contractor shall fully coordinate his or her activities in the performance of the contract with those of the Lottery. As the work of the contractor progresses, advice and information on matters covered by the contract shall be made available by the contractor to the Lottery throughout the effective period of the contract. 17. OWNERSHIP OF CONTRACT MATERIALS 17.1 All materials developed or acquired by the contractor as a result of work under the contract shall become the property of the Lottery. No material or reports prepared by the contractor shall be released to the public without the prior written consent of the Lottery Original designs for the Lottery are exclusive property of the Lottery. No complete design (or art) or any part of a design (or art) can be used by the contractor in the production of products for another client without prior consent. 18. ACCOUNTING RECORDS The contractor is required to maintain its books, records and other evidence pertaining to the contract in accordance with generally accepted principles of accounting and such other procedures specified by the Lottery. These records shall be available to the Lottery, its internal auditors or external auditors (and other designees) and the Missouri State Auditor's Office at all times during the contract period and for three (3) full years from the expiration date of final payment on the contract, whichever is later. 19. NON-DISCRIMINATION IN EMPLOYMENT 19.1 In connection with the furnishing of supplies or performance of work under the contract, the contractor and all subcontractors shall agree to the following: Not to discriminate against recipients of services on the basis of race, color, religion, national origin, sex, disability, veteran status, or age Not to discriminate against any employee or applicant for employment on the basis of race, color, religion, national origin, sex, disability, veteran status, or age If the contractor or subcontractor employs at least fifty (50) persons, to have and maintain an affirmative action program which shall include: a) A written policy statement committing the organization to affirmative action and assigning management responsibilities and procedures for evaluation and dissemination. b) The identification of a person designated to handle affirmative action. 7

8 c) The establishment of nondiscriminatory selection standards, objective measures to analyze recruitment, an upward mobility system, a wage and salary structure, and standards applicable to layoff, recall, discharge, demotion, and discipline. d) The exclusion of discrimination from all collective bargaining agreements. e) Performance of an internal audit of the reporting system to monitor execution and to provide for future planning. 20. AMERICANS WITH DISABILITIES ACT In connection with the furnishing of goods and services under the contract, the contractor and contractor s subcontractor shall comply with all applicable requirements and provisions of the Americans with Disabilities Act (ADA). 21. CERTIFICATION The contractor hereby certifies compliance with the Non-Discrimination in Employment and Americans With Disabilities Act clauses listed. If discrimination by a contractor is found to exist, the Lottery shall take appropriate enforcement action which may include, but not necessarily be limited to, cancellation of the contract, removal from all offerors' lists issued by the Lottery until corrective action by the contractor is made and ensured, and referral to the Attorney General's Office, whichever enforcement action may be deemed most appropriate. 22. INSURANCE REQUIREMENTS The contractor shall understand and agree that the Lottery cannot save and hold harmless and/or indemnify the contractor or employees against any liability incurred or arising as a result of any activity of the contractor or any activity of the contractor's employees related to the contractor's performance under the contract. Therefore, the contractor must acquire and maintain adequate liability insurance in the form(s) and amount(s) sufficient to protect the Lottery, its employees, its clients and the general public against any such loss, damage and/or expense related to his/her performance under the contract. The contractor shall provide the Lottery with a Certificate of Insurance as evidence that said liability insurance is in full force and effect. 23. BOND REQUIREMENTS 23.1 Performance Bond The contractor shall submit a performance bond in the amount of $5,000 to the Lottery within 30 days after award of the contract. The bond shall be in the form of a bond, certified check, bank draft or bank letter of credit. Personal or company checks are not acceptable. The contract number and dates of performance must be specified in the performance bond In the event that the Lottery exercises an option to extend the contract for an additional period, the contractor shall be required to maintain the validity and enforcement of the bond for the said period, pursuant to the provisions of this paragraph in an amount stipulated at the time of contract extension. 24. LIQUIDATED DAMAGES The contractor may be assessed as liquidated damages the amount of a pro-rated daily rate of their monthly maintenance fee for the duration of the time of any service disruptions or problems. 25. PARTICIPATION BY OTHER ORGANIZATIONS 25.1 The contractor must comply with any Organization for the Blind/Sheltered Workshop, Service Disabled Veteran Business Enterprise (SDVE), and/or Minority Business Enterprise/Women Business Enterprise (MBE/WBE) participation levels committed to in the contractor s awarded proposal The contractor shall prepare and submit to the Lottery a report detailing all payments made by the contractor to Organizations for the Blind/Sheltered Workshops, SDVEs and/or 8

9 MBE/WBEs participating in the contract for the reporting period. The contractor must submit the report on a monthly basis, unless otherwise determined by the Lottery The Lottery will monitor the contractor s compliance in meeting the Organizations for the Blind/Sheltered Workshop, SDVE, and MBE/WBE participation levels committed to in the contractor s awarded proposal. If the contractor s payments to the participating entities are less than the amount committed, the Lottery may cancel the contract and/or suspend or debar the contractor from participating in future state procurements, or retain payments to the contractor in an amount equal to the value of the participation commitment less actual payments made by the contractor to the participating entity. If the Lottery determines that the contractor becomes compliant with the commitment, any funds retained as stated above, will be released If a participating entity fails to retain the required certification or is unable to satisfactorily perform, the contractor must obtain other certified MBE/WBEs, other organizations for the blind/sheltered workshops or other SDVEs to fulfill the participation requirements committed to in the contractor s awarded bid The contractor must obtain the written approval of the Lottery for any new entities. This approval shall not be arbitrarily withheld If the contractor cannot obtain a replacement entity, the contractor must submit documentation to the Lottery detailing all efforts made to secure a replacement. The Lottery shall have sole discretion in determining if the actions taken by the contractor constitute a good faith effort to secure the required participation and whether the contract will be amended to change the contractor s participation commitment No later than 30 days after the effective date of the first renewal period, the contractor must submit an affidavit to the Lottery. The affidavit must be signed by the director or manager of the participating Organizations for the Blind/Sheltered Workshop verifying provision of products and/or services and compliance of all contractor payments made to the Organizations for the Blind/Sheltered Workshops. The contactor may use the affidavit available on the Division of Purchasing s website at or another affidavit providing the same information. 26. AUTHORIZED PERSONNEL 26.1 The contractor shall only employ personnel authorized to work in the United States in accordance with applicable federal and state laws. This includes but is not limited to the Illegal Immigration Reform and Immigrant Responsibility Act (IIRIRA) and INA Section 274A If the contractor is found to be in violation of this requirement or the applicable state, federal and local laws and regulations, and if the Lottery has reasonable cause to believe that the contractor has knowingly employed individuals who are not eligible to work in the United States, the Lottery shall have the right to cancel the contract immediately without penalty or recourse and suspend or debar the contractor from doing business with the state. The Lottery may also withhold up to twenty-five percent of the total amount due to the contractor The contractor shall agree to fully cooperate with any audit or investigation from federal, state, or local law enforcement agencies If the contractor meets the definition of a business entity as defined in section , RSMo, pertaining to section , RSMo, the contractor shall maintain enrollment and participation in the E-Verify federal work authorization program with respect to the employees hired after enrollment in the program who are proposed to work in connection with the contracted services included herein. If the contractor s business status changes during the life of the contract to become a business entity as defined in section , RSMo, pertaining to section , RSMo, then the contractor shall, prior to the performance of any services as a business entity under the contract: 9

10 a. Enroll and participate in the E-Verify federal work authorization program with respect to the employees hired after enrollment in the program who are proposed to work in connection with the services required herein; AND b. Provide to the Lottery the documentation required in the exhibit titled, Business Entity Certification, Enrollment Documentation, and Affidavit of Work Authorization affirming said company s/individual s enrollment and participation in the E-Verify federal work authorization program; AND c. Submit to the Lottery a completed, notarized Affidavit of Work Authorization provided in the exhibit titled, Business Entity Certification, Enrollment Documentation, and Affidavit of Work Authorization In accordance with subsection 2 of section , RSMo, the contractor should renew their Affidavit of Work Authorization annually. A valid Affidavit of Work Authorization is necessary to award any new contracts. 10

11 PROPOSAL SUBMISSION INFORMATION 1. All questions regarding the bid process must be directed to the contact person indicated on the first page of the RFP. Offerors may not directly contact members of the Commission or any other Lottery employees concerning this RFP while the bid and evaluation process is in progress. 1.1 Offerors shall submit one electronic copy of the proposal to the address indicated on the first page of this document. 2. After determining that a proposal satisfies the mandatory requirements stated in the Request for Proposal, the evaluator(s) shall use both objective analysis and subjective judgment in conducting a comparative assessment of the proposal in accordance with the evaluation criteria stated below. The contract shall be awarded to the lowest and best proposal. Proposals will be evaluated on the following criteria: Evaluation Criteria Scoring Category Maximum Points Cost 130 Functionality 60 MBE/WBE Participation 10 TOTAL 200 Bonus Points: Blind/Sheltered Workshop Utilization 10 points Veteran s Preference.. 3 points 3. The offeror is advised that an evaluation committee and other subject-matter experts shall be used to review and assess the proposals for responsiveness to mandatory requirements of the RFP and in accordance with the subjective evaluation criteria stated in the RFP. The ethical standards of 1 Code of State Regulation (CSR) (7)(O) will apply to evaluators. Offerors can be sanctioned for unauthorized contact with any evaluator under 1 CSR (8)(G) and (H). 4. The cost evaluation shall be based on the pricing provided by the offeror in response to the Pricing Page, including contract renewal periods. The total costs for the original contract period and each potential renewal period shall be added together for use as the total cost for cost evaluation purposes. Cost evaluation points shall be determined from the result of the calculation stated above using the following formula: Lowest Responsive Offeror s Price Compared Offeror s Price X 130 maximum cost points = Cost evaluation points The offeror must respond to the Pricing Page with firm, fixed pricing for all applicable costs necessary to satisfy the requirements of the RFP. All prices quoted shall be firm, fixed for the contract period stated on page one. Unless stated herein, the Lottery shall assume absolutely no other costs to satisfy the RFP s requirements. Therefore, the successful offeror shall be responsible for any additional costs. 5. Offeror shall submit any other information that they feel would help the Lottery evaluate their ability to fulfill the requirements of this contract. 6. Offeror shall submit with their proposal a litigation bond in the amount of $25,000. The bond shall be in the form of a bond, certified check, bank draft, or bank letter of credit with the Missouri Lottery listed as the payee. Personal or company checks are not acceptable. The RFP number and effective dates shall be specified in the litigation bond. 11

12 6.1 The litigation bond would permit the Lottery to recover damages or costs incurred if the offeror should bring suit on frivolous or unreasonable grounds or in bad faith and subsequently loses the case. 6.2 The litigation bond shall remain in force for all offerors for one (1) year from the date the bid responses were due. 7. Minority Business Enterprise (MBE)/ Women Business Enterprise (WBE) Participation 7.1 In order for the Lottery to meet the provisions of Executive Order 05-30, the offeror should secure participation of certified MBEs and WBEs in providing the products/services required in this RFP. The targets of participation recommended by the State of Missouri are 10% MBE and 5% WBE of the total dollar value of the contract. A. These targets can be met by a qualified MBE/WBE offeror themselves and/or through the use of qualified subcontractors, suppliers, joint ventures, or other arrangements that afford meaningful opportunities for MBE/WBE participation. B. The services performed or the products provided by MBE/WBEs must provide a commercially useful function related to the delivery of the contractually-required service/product in a manner that will constitute an added value to the contract and shall be performed/provided exclusive to the performance of this contract. Therefore, if the services performed or the products provided by MBE/WBEs is utilized to any extent in the offeror s obligations outside of this contract, it shall not be considered a valid added value to this contract and shall not qualify as participation in accordance with this clause. C. In order to be considered as meeting these targets, the MBE/WBEs must be qualified at the time the proposal is submitted. (See below for a definition of a qualified MBE/WBE.) 7.2 The offeror s proposed participation of MBE/WBE firms in meeting the targets of the RFP will be considered in the evaluation process as specified below: A. If Participation Meets Target: Offerors proposing MBE and WBE participation percentages that meet the State of Missouri s target participation percentage of 10% for MBE and 5% for WBE shall be assigned the maximum stated MBE/WBE Participation evaluation points. B. If Participation Exceeds Target: Offerors proposing MBE and WBE participation percentages that exceed the State of Missouri s target participation shall be assigned the same MBE/WBE Participation evaluation points as those meeting the State of Missouri s target participation percentages stated above. C. If Participation Below Target: Offerors proposing MBE and WBE participation percentages that are lower than the State of Missouri s target participation percentages of 10% for MBE and 5% for WBE shall be assigned a proportionately lower number of the MBE/WBE Participation evaluation points than the maximum MBE/WBE Participation evaluation points. D. If No Participation: Offerors failing to propose any commercially useful MBE/WBE participation shall be assigned a score of 0 in this evaluation category. 7.3 MBE/WBE Participation evaluation points shall be assigned using the following formula: Offeror s Proposed MBE % < 10% + WBE % < 5% State s Target MBE % (10) + WBE % (5) x Maximum MBE/WBE Participation Evaluation points (10) = Assigned MBE/WBE Participation points 7.4 If the offeror is proposing MBE/WBE participation, in order to receive evaluation consideration for MBE/WBE participation, the offeror must provide the following information 12

13 with the proposal: A. Participation Commitment - If the offeror is proposing MBE/WBE participation, the offeror must complete Exhibit A, Participation Commitment, by listing each proposed MBE and WBE, the committed percentage of participation for each MBE and WBE, and the commercially useful products/services to be provided by the listed MBE and WBE. If the offeror submitting the proposal is a qualified MBE and/or WBE, the offeror must include the offeror in the appropriate table on the Participation Commitment Form. B. Documentation of Intent to Participate The offeror must either provide a properly completed Exhibit B, Documentation of Intent to Participate Form, signed and dated no earlier than the RFP issuance date by each MBE and WBE proposed or must provide a letter of intent signed and dated no earlier than the RFP issuance date by each MBE and WBE proposed which: (1) must describe the products/services the MBE/WBE will provide and (2) should include evidence that the MBE/WBE is qualified, as defined herein (i.e., the MBE/WBE Certification Number or a copy of MBE/WBE certificate issued by the Missouri OEO). If the offeror submitting the proposal is a qualified MBE and/or WBE, the offeror is not required to complete Exhibit B, Documentation of Intent to Participate Form or provide a recently dated letter of intent. 7.5 Commitment If the offeror s proposal is awarded this contract, the percentage level of MBE/WBE participation committed to by the offeror on Exhibit A, Participation Commitment shall be interpreted as a contractual requirement. 7.6 Definition -- Qualified MBE/WBE: A. In order to be considered a qualified MBE or WBE for purposes of this RFP, the MBE/WBE must be certified by the State of Missouri, Office of Administration, Office of Equal Opportunity (OEO) at the time of submission of the proposal. B. MBE or WBE means a business that is a sole proprietorship, partnership, joint venture, or corporation in which at least fifty-one percent (51%) of the ownership interest is held by minorities or women and the management and daily business operations of which are controlled by one or more minorities or women who own it. C. Minority is defined as belonging to one of the following racial minority groups: African Americans, Native Americans, Hispanic Americans, Asian Americans, American Indians, Eskimos, Aleuts, and other groups that may be recognized by the Office of Advocacy, United States Small Business Administration, Washington, D.C. 7.7 Resources - A listing of several resources that are available to assist offerors in their efforts to identify and secure the participation of qualified MBEs and WBEs is available at the website shown below or by contacting the Office of Equal Opportunity (OEO) at: Office of Administration, Office of Equal Opportunity Harry S Truman Bldg., Room 630 P.O. Box 809 Jefferson City, MO Phone: (877) or (573) Fax: (573) Website: 8. Organizations for the Blind and Sheltered Workshops 8.1 Pursuant to section , RSMo and 1 CSR , a ten (10) bonus point preference shall be granted to offerors including products and/or services manufactured, produced or assembled by a qualified nonprofit organization for the blind established pursuant to 41 U.S.C. sections 46 to 48c or a sheltered workshop holding a certificate of approval from the Department of Elementary and Secondary Education pursuant to section , RSMo. 13

14 A. In order to qualify for the ten bonus points, the offeror must meet the following conditions and provide the following evidence: 1) The offeror must either be an organization for the blind or sheltered workshop or must be proposing to utilize an organization for the blind/sheltered workshop as a subcontractor and/or supplier in an amount that must equal the greater of $5,000 or 2% of the total dollar value of the contract for purchases not exceeding $10 million. 2) The services performed or the products provided by an organization for the blind or sheltered workshop must provide a commercially useful function related to the delivery of the contractually-required service/product in a manner that will constitute an added value to this contract and shall be performed/provided exclusive to the performance of the contract. Therefore, if the services performed or the products provided by the organization for the blind or sheltered workshop is utilized, to any extent, in the offeror s obligations outside of this contract, it shall not be considered a valid added value to the contract and shall not qualify as participation in accordance with this clause. 3) If the offeror is proposing participation by an organization for the blind or sheltered workshop, in order to receive evaluation consideration for participation by the organization for the blind or sheltered workshop, the offeror must provide the following information with the proposal: Participation Commitment - The offeror must complete Exhibit A, Participation Commitment, by identifying the organization for the blind or sheltered workshop, and the commercially useful products/services to be provided by the listed organization for the blind or sheltered workshop. If the offeror submitting the proposal is an organization for the blind or sheltered workshop, the offeror must be listed in the appropriate table on the Participation Commitment Form. Documentation of Intent to Participate The offeror must either provide a properly completed Exhibit B, Documentation of Intent to Participate Form, signed and dated no earlier than the RFP issuance date by the organization for the blind or sheltered workshop proposed or must provide a recently dated letter of intent signed and dated no earlier than the RFP issuance date by the organization for the blind or sheltered workshop which: (1) must describe the products/services the organization for the blind/sheltered workshop will provide and (2) should include evidence of the organization for the blind/sheltered workshop qualifications (e.g. copy of certificate or Certificate Number for Missouri Sheltered Workshop). B. A list of Missouri sheltered workshops can be found at the following internet address: C. The websites for the Missouri Lighthouse for the Blind and the Alphapointe Association for the Blind can be found at the following internet addresses: D. Commitment If the offeror s proposal is awarded this contract, the participation committed to by the offeror on Exhibit A, Participation Commitment, shall be interpreted as a contractual requirement. 9. Service-Disabled Veteran Enterprises (SDVEs) Preference 9.1 Service-Disabled Veteran Enterprises (SDVEs) Preference - Pursuant to section , RSMo, and 1 CSR , the State of Missouri has a goal of awarding three (3) percent of all contracts for the performance of any job or service to qualified service- 14

15 disabled veteran business enterprises (SDVEs). A three (3) point bonus preference shall be granted to offerors including products and/or services manufactured, produced or assembled by a qualified SDVE. a. In order to qualify for the three bonus points, the following conditions must be met and the following evidence must be provided: 1) The offeror must either be an SDVE or must be proposing to utilize an SDVE as a subcontractor and/or supplier that provides at least three percent (3%) of the total contract value. 2) The services performed or the products provided by the SDVE must provide a commercially useful function related to the delivery of the contractually-required service/product in a manner that will constitute an added value to the contract and shall be performed/provided exclusive to the performance of the contract. Therefore, if the services performed or the products provided by the SDVE are utilized, to any extent, in the offeror s obligations outside of the contract, it shall not be considered a valid added value to the contract and shall not qualify as participation in accordance with this clause. 3) In order to receive evaluation consideration for participation by an SDVE, the offeror must provide the following information with the proposal: Participation Commitment - The offeror must complete Exhibit A, Participation Commitment, by identifying each proposed SDVE, the committed percentage of participation for each SDVE, and the commercially useful products/services to be provided by the listed SDVE. If the offeror submitting the proposal is a qualified SDVE, the offeror must be listed in the appropriate table on the Participation Commitment Form. Documentation of Intent to Participate The offeror must either provide a properly completed Exhibit B, Documentation of Intent to Participate Form, signed and dated no earlier than the RFP issuance date by the SDVE or a recently dated letter of intent signed and dated no earlier than the RFP issuance date by the SDVE which: (1) must describe the products/services the SDVE will provide and (2) must include the SDV Documents described below as evidence that the SDVE is qualified, as defined herein. Service-Disabled Veteran (SDV) Documents - If a participating organization is an SDVE, unless previously submitted within the past five (5) years to Purchasing, the offeror must provide the following Service-Disabled Veteran (SDV) documents: a copy of the SDV s award letter from the Department of Veterans Affairs or a copy of the SDV s discharge paper (DD Form 214, Certificate of Release or Discharge from Active Duty); and a copy of the SDV s documentation certifying disability by the appropriate federal agency responsible for the administration of veterans affairs. NOTE: a) If the offeror submitting the proposal is a qualified SDVE, the offeror must include the SDV Documents as evidence that the offeror qualifies as an SDVE. However, the offeror is not required to complete Exhibit B, 15

16 Documentation of Intent to Participate Form or provide a recently dated letter of intent. b) If the SDVE and SDV are listed on the following Internet address, the offeror is not required to provide the SDV Documents listed above. b. Commitment If awarded a contract, the SDVE participation committed to by the offeror on Exhibit A, Participation Commitment, shall be interpreted as a contractual requirement. c. Definition - Qualified SDVE: 1) SDVE is doing business as a Missouri firm, corporation, or individual or maintaining a Missouri office or place of business, not including an office of a registered agent; 2) SDVE has not less than fifty-one percent (51%) of the business owned by one (1) or more service-disabled veterans (SDVs) or, in the case of any publicly-owned business, not less than fifty-one percent (51%) of the stock of which is owned by one (1) or more SDVs; 3) SDVE has the management and daily business operations controlled by one (1) or more SDVs; 4) SDVE has a copy of the SDV s award letter from the Department of Veterans Affairs or a copy of the SDV s discharge paper (DD Form 214, Certificate of Release or Discharge from Active Duty), and a copy of the SDV s documentation certifying disability by the appropriate federal agency responsible for the administration of veterans affairs; and 5) SDVE possesses the power to make day-to-day as well as major decisions on matters of management, policy, and operation. 10. Affidavit of Work Authorization and Documentation 10.1 Pursuant to section , RSMo, if the offeror meets the section , RSMo, definition of a business entity ( the offeror must affirm the offeror s enrollment and participation in the E-Verify federal work authorization program with respect to the employees hired after enrollment in the program who are proposed to work in connection with the services requested herein. The offeror should complete applicable portions of Exhibit C, Business Entity Certification, Enrollment Documentation, and Affidavit of Work Authorization. The applicable portions of Exhibit C must be submitted prior to an award of a contract. 11. Miscellaneous Information 11.1 The offeror must be in compliance with the laws regarding conducting business in the State of Missouri. The offeror certifies by signing the signature page of this original document and any addendum signature page(s) that the offeror and any proposed subcontractors either are presently in compliance with such laws or shall be in compliance with such laws prior to any resulting contract award. The offeror shall provide documentation of compliance upon request by the Missouri Lottery. The compliance to conduct business in the state shall include, but not necessarily be limited to: a. Registration of business name (if applicable) with the Secretary of State at b. Certificate of authority to transact business/certificate of good standing (if applicable) c. Taxes (e.g., city/county/state/federal) d. State and local certifications (e.g., professions/occupations/activities) e. Licenses and permits (e.g., city/county license, sales permits) f. Insurance (e.g., worker s compensation/unemployment compensation) 16

17 11.2 In providing a response, the offeror should review Executive Order (see the following web link: and provide adequate explanation of any offshore (outside the United States) product/service provided or performed that meets or can be justified pursuant to exception conditions described in Section 4 of the Executive Order. Exhibit D is provided to submit offshore information Offerors as Employees: Offerors who are employees of the State of Missouri, a member of the Missouri General Assembly or a statewide elected official should complete, sign and return Exhibit D with their proposal. This document must be satisfactorily completed prior to award of the contract. 17

18 PRICING PAGE 1. Offeror shall provide a firm, fixed price for providing the services described in this RFP. This fee must include all management time, driving time and all other expenses necessary to perform this contract. VoIP Phone system fee: $ First year maintenance fee: $ 2. Offeror shall state the maximum percentage of increase that could be charged if the renewal options are exercised. The percentages are to be calculated as a percentage of the ORIGINAL maintenance fee quoted above. First Renewal Period Second Renewal Period % Over ORIGINAL Contract Prices % Over ORIGINAL Contract Prices Offeror's Authorized Signature Date 18

19 EXHIBIT A PARTICIPATION COMMITMENT Minority Business Enterprise/Women Business Enterprise (MBE/WBE) and/or Organization for the Blind/Sheltered Workshop and/or Service-Disabled Veteran Business Enterprise (SDVE) Participation Commitment If the offeror is committing to participation by or if the offeror is a qualified MBE/WBE and/or organization for the blind/sheltered workshop and/or a qualified SDVE, the offeror must provide the required information in the appropriate table(s) below for the organization proposed and must submit the completed exhibit with the offeror s proposal. For Minority Business Enterprise (MBE) and/or Woman Business Enterprise (WBE) Participation, if proposing an entity certified as both MBE and WBE, the offeror must either (1) enter the participation percentage under MBE or WBE, or must (2) divide the participation between both MBE and WBE. If dividing the participation, do not state the total participation on both the MBE and WBE Participation Commitment tables below. Instead, divide the total participation as proportionately appropriate between the tables below. MBE Participation Commitment Table (The services performed or the products provided by the listed MBE must provide a commercially useful function related to the delivery of the contractually-required service/product in a manner that will constitute an added value to the contract and shall be performed/provided exclusive to the performance of the contract.) 1. Name of Each Qualified Minority Business Enterprise (MBE) Proposed Committed Percentage of Participation for Each MBE (% of the Actual Total Contract Value) % Description of Products/Services to be Provided by Listed MBE The offeror should also include the paragraph number(s) from the RFP which requires the product/service the MBE is proposed to perform and describe how the proposed product/service constitutes added value and will be exclusive to the contract. Product/Service(s) proposed: RFP Paragraph References: % % % Product/Service(s) proposed: RFP Paragraph References: Product/Service(s) proposed: RFP Paragraph References: Product/Service(s) proposed: RFP Paragraph References: Total MBE Percentage: % 19

State of Missouri Missouri Lottery REQUEST FOR PROPOSAL

State of Missouri Missouri Lottery REQUEST FOR PROPOSAL State of Missouri Missouri Lottery REQUEST FOR PROPOSAL RFP NO.: 00469 RETURN BID BY: March 17, 2014 at 3:00 PM CONTACT NAME: Melissa Blankenship (573) 526-7451 TITLE: Video Surveillance System This document

More information

State of Missouri Missouri Lottery INVITATION FOR BID

State of Missouri Missouri Lottery INVITATION FOR BID State of Missouri Missouri Lottery INVITATION FOR BID IFB NO.: 00648 RETURN BID BY: April 3, 2018 at 3:00 PM CONTACT NAME: Melissa Blankenship (573) 526-7451 TITLE: Million Dollar Club Promotional T-shirts

More information

State of Missouri Missouri Lottery REQUEST FOR PROPOSAL

State of Missouri Missouri Lottery REQUEST FOR PROPOSAL State of Missouri Missouri Lottery REQUEST FOR PROPOSAL RFP NO.: 00475 RETURN BID BY: March 28, 2014 at 3:00 PM CONTACT NAME: Melissa Blankenship (573) 526-7451 TITLE: LED Illuminated Liquid Chalk Menu

More information

REQUEST FOR PROPOSAL T-shirt Printing Services

REQUEST FOR PROPOSAL T-shirt Printing Services REQUEST FOR PROPOSAL 2017 T-shirt Printing Services Release Date: November 28, 2016 Due Date: 4 p.m. January 11, 2017 2017 T-Shirt Printing Services RFP Page 1 of 28 PROPOSAL MUST BE RECEIVED NO LATER

More information

ALL BIDS MUST BE EXTENDED AND TOTALED. (SEE ATTACHED FOR CONDITIONS AND INSTRUCTIONS)

ALL BIDS MUST BE EXTENDED AND TOTALED. (SEE ATTACHED FOR CONDITIONS AND INSTRUCTIONS) BID FORM MISSOURI DEPARTMENT OF TRANSPORTATION 3602 North Belt Highway St. Joseph, Missouri 64506-1399 REQUEST NO. DATE 06/25/14 PAGE NO. NW-15-002 1 NO. OF PAGES SEALED BIDS, SUBJECT TO THE ATTACHED CONDITIONS

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) TO: RFP NO: TITLE: ISSUE DATE: BUYER of RECORD: PHONE: FAX: EMAIL: PROPOSALS MUST BE RECEIVED NO LATER THAN: DATE: Tuesday, January 12, 2016 TIME: 2:00PM CST RETURN BID TO: University

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

More information

THIS QUOTATION # SHOULD BE REFERENCED ON ALL MAILING LABELS, ENVELOPES, AND OTHER CORRESPONDENCE.

THIS QUOTATION # SHOULD BE REFERENCED ON ALL MAILING LABELS, ENVELOPES, AND OTHER CORRESPONDENCE. MISSOURI DEPARTMENT OF TRANSPORTATION INFORMAL QUOTE GUIDELINES AND DOCUMENTATION FOR PURCHASES FROM $3,000 TO $24,999.99 THIS IS NOT AN ORDER REQUEST FOR QUOTATION It is the vendor s responsibility 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

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

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

More information

PLEASANTVILLE HOUSING AUTHORITY

PLEASANTVILLE HOUSING AUTHORITY PLEASANTVILLE HOUSING AUTHORITY REQUEST FOR PROPOSALS/QUOTES - PROFESSIONAL SERVICES FEE ACCOUNTANT SUBMISSION DATE: Insert Date PUBLIC NOTICE FOR REQUEST FOR PROPOSALS/QOUTE - PROFESSIONAL SERVICE CONTRACT

More information

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION] P.O. Number [INSTRUCTIONS FOR COMPLETING THIS FORM ARE IN ITALICS AND BRACKETS. PLEASE COMPLETE EVERY FIELD AND DELETE ALL INSTRUCTIONS INCLUDING THE BRACKETS.] STATE OF MINNESOTA MINNESOTA STATE COLLEGES

More information

FIXTURING/INSTALLATION AGREEMENT

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

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office SERVICES CONTRACT/P. O. # Title: THIS CONTRACT, and amendments and supplements thereto, is

More information

QUOTE DUE BY (DATE AND TIME): MAY 6, 2015, 1:00 P.M. C.S.T. SW AM

QUOTE DUE BY (DATE AND TIME): MAY 6, 2015, 1:00 P.M. C.S.T. SW AM MISSOURI DEPARTMENT OF TRANSPORTATION INFORMAL QUOTE GUIDELINES AND DOCUMENTATION FOR PURCHASES FROM $3,000 TO $24,999.99 THIS IS NOT AN ORDER REQUEST FOR QUOTATION It is the vendor s responsibility to

More information

SAMPLE 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 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 information

BUSINESS ASSOCIATE AGREEMENT

BUSINESS 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 information

Request for Quotation

Request for Quotation University of South Carolina Purchasing Department 1600 Hampton Street, 6th floor Columbia, SC 29208 Telephone: (803) 777-4115 Request for Quotation Page One THIS IS NOT AN ORDER Quotation must be received

More information

ISSUE DATE: March 10, 2016 PHONE NO: (573)

ISSUE DATE: March 10, 2016 PHONE NO: (573) LINCOLN UNIVERSITY PURCHASING DEPARTMENT REQUEST FOR QUOTATION (RFQ) RFQ NO.: B16-1092 REQ NO: 107469 TITLE: Commencement Stage and Production FY 16 BUYER: John C. Stegmann ISSUE DATE: March 10, 2016 PHONE

More information

EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES

EXHIBIT 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 information

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

REQUEST FOR PROPOSALS TELEPHONE SYSTEM REQUEST FOR PROPOSALS TELEPHONE SYSTEM 360 Main St. Delta, Colorado 81416 Phone (970) 874-7903 Fax (970) 874-6931 www.cityofdelta.net Issue Date: November 30, 2018 Contact: Glen L. Black Submission Deadline:

More information

Mold Remediation and Clean Up of Central High School

Mold Remediation and Clean Up of Central High School GOOCHLAND COUNTY REQUEST FOR QUOTATION Mold Remediation and Clean Up of Central High School FROM: Goochland County Parks, Recreation & Facilities P.O. Box 10, 1800 Sandy Hook Road Goochland, VA 23063 Phone

More information

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT BUSINESS ASSOCIATE AGREEMENT This Business Associate Agreement (the Agreement ) is entered into this day of, 20, by and between ( Covered Entity ) and the University of Maine System, acting through the

More information

4. CARGO PREFERENCE REQUIREMENTS 46 U.S.C CFR

4. CARGO PREFERENCE REQUIREMENTS 46 U.S.C CFR FEDERAL CLAUSES 4. CARGO PREFERENCE REQUIREMENTS 46 U.S.C. 1241 46 CFR Part 381 Applicability to Contracts: The Cargo Preference requirements apply to all contracts involving equipment, materials, or commodities

More information

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL RFP #14-03 Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM

More information

BUSINESS ASSOCIATE AGREEMENT

BUSINESS 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 information

3. Authorized Exceptions to Appendix A, Standard Terms and Conditions for Product and Related Services Contracts, version 09/24/2015.

3. Authorized Exceptions to Appendix A, Standard Terms and Conditions for Product and Related Services Contracts, version 09/24/2015. Amendment Number 3 to Contract Number DIR-TSO-2542 between State of Texas, acting by and through the Department of Information Resources and Cisco Systems, Inc. This Amendment Number 3 to Contract Number

More information

Request for Proposal Airwatch Mobile Device Management

Request for Proposal Airwatch Mobile Device Management January 17, 2013 Request for Proposal 13026 Airwatch Mobile Device Management Tulsa Public Schools is inviting proposals to provide a mobile device management solution for the District in accordance with

More information

COMMISSION ADOPTED POLICY Procurement Policy

COMMISSION ADOPTED POLICY Procurement Policy Procurement Policy Adopted: December 16, 2014 Revised: N/A Page 1 of 6 1.0 Purpose and Need All procurement shall be in accordance with the Code of Virginia 2.2-4300, the Virginia Public Procurement Act,

More information

Independent Contractor Agreement Form

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

More information

ACA UNIFORM TERMS AND CONDITIONS

ACA UNIFORM TERMS AND CONDITIONS ACA UNIFORM TERMS AND CONDITIONS ARIZONA COMMERCE AUTHORITY (ACA) UNIFORM TERMS AND CONDITIONS 1. Definition of Terms As used in this Solicitation and any resulting Contract, the terms listed below are

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

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More information

Professional and Technical Services Contract State of Minnesota

Professional and Technical Services Contract State of Minnesota Professional and Technical Services Contract State of Minnesota SWIFT Contract No.: Attachment IV Note: If you take exception to any of the terms, conditions or language in the contract, you must indicate

More information

Referral Agreement. 2.7 Under Xennsoft s direction, assist in the setup, training and support of the Products with

Referral Agreement. 2.7 Under Xennsoft s direction, assist in the setup, training and support of the Products with Referral Agreement This Referral Agreement ( Agreement ) grants to the person or entity Referring Party identified below ( Contractor ) the right to refer to Xennsoft LLC, a Utah Limited Liability Company

More information

TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852P020

TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852P020 TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852P020 Issue Date: January 24, 2018 Title: Healthy Communities Action Teams to Prevention Childhood Obesity Issuing Agency: Virginia Foundation

More information

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH: PROFESSIONAL SERVICES AGREEMENT For On-Call Services THIS AGREEMENT is made and entered into this ENTER DAY of ENTER MONTH, ENTER YEAR, in the City of Pleasanton, County of Alameda, State of California,

More information

PURCHASE ORDER ACKNOWLEDGEMENT

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

More information

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

IFB: MDI-SAB-14-B-0003 NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000

IFB: MDI-SAB-14-B-0003 NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000 NOTICE TO GENERAL CONTRACTORS IFB: MDI-SAB-14-B-0003 PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000 Notice is hereby given that sealed bids for the CONSTRUCTION OF Building 7 Renovations, 2002

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

SAN DIEGO CONVENTION CENTER CORPORATION

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

More information

CITY OF LOS ANGELES NONDISCRIMINATION EQUAL EMPLOYMENT PRACTICES AFFIRMATIVE ACTION

CITY OF LOS ANGELES NONDISCRIMINATION EQUAL EMPLOYMENT PRACTICES AFFIRMATIVE ACTION CITY OF LOS ANGELES NONDISCRIMINATION EQUAL EMPLOYMENT PRACTICES AFFIRMATIVE ACTION CONSTRUCTION & NONCONSTRUCTION CONTRACTORS (VENDORS, SUPPLIERS, CONSULTANTS) Los Angeles Administrative Code (LAAC),

More information

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 a REPLACEMENT STEPS FOR WILLIAM CHRISMAN RFP# 2019-PUR-038 PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 Please mark your sealed envelope RFP #2019-PUR-038 Proposal and deliver

More information

ADDENDUM NO. 5. Bidders are hereby informed that all bids received on 03/20/2014 have been rejected.

ADDENDUM NO. 5. Bidders are hereby informed that all bids received on 03/20/2014 have been rejected. ADDENDUM NO. 5 TO: PLANS AND SPECIFICATIONS FOR STATE OF MISSOURI Replace Emergency Generators Delmina Woods and Gentry Treatment Centers PROJECT NO. H1401-01 Bid Opening Date is: See Below Bidders are

More information

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT This MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT

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

New Mexico Bidder s Number

New Mexico Bidder s Number WAGON MOUND PUBLIC SCHOOLS PO Box 158 / 300 Park Avenue Voice: 575-666-3000 Fax: 575-666-9001 General Bid Conditions RFP # 1819-001 General Legal Counsel SEALED BIDS will be opened in the Board Room of

More information

STREAMGUYS, Inc. Authorized Streaming Agent Agreement Please complete and fax back entire agreement to us at

STREAMGUYS, Inc. Authorized Streaming Agent Agreement Please complete and fax back entire agreement to us at StreamGuys.com P.O. Box 828 Arcata California 95521 (707) 667-9479 Fax (707) 516-0009 info@streamguys.com STREAMGUYS, Inc. Authorized Streaming Agent Agreement Please complete and fax back entire agreement

More information

DANTE HALL SERVICE AGREEMENT CONTRACT NO.

DANTE 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 information

ISSUE DATE: April 13, 2016 PHONE NO.: (573)

ISSUE DATE: April 13, 2016 PHONE NO.: (573) LINCOLN UNIVERSITY PURCHASING DEPARTMENT INVITATION FOR BID (IFB) IFB NO.: B16-1105 REQ NO.: 0108255 TITLE: Big Baler, Wrapper and Bale grapple BUYER: John Stegmann ISSUE DATE: April 13, 2016 PHONE NO.:

More information

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA)

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA) Manalapan Township Request for Proposals for Renewable Energy Power Purchase Agreement (PPA) Section 1: General Terms 1.1 Purpose and Response Date Manalapan Township hereby issues this Request for Proposals

More information

For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates

For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates PURCHASE ORDER TERMS AND CONDITIONS For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates 1. GENERAL 1.1 As used in this document, the term Purchase Order

More information

REQUEST FOR PROPOSALS FLOOD DEBRIS REMOVAL

REQUEST FOR PROPOSALS FLOOD DEBRIS REMOVAL REQUEST FOR PROPOSALS 19-409-01 FLOOD DEBRIS REMOVAL INTENT: It is the Intent of this Request for Proposal to solicit competitive sealed proposals for debris removal caused by local flooding event. The

More information

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services Appendix C Sample Contract for Professional Services Contract # xxxx Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

More information

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL Date Issued: November 14, 2016 Return Date & Time: Return To: December 6, 2016, 11:00 AM Keith Kazmark, RMC/CMC/MMC

More information

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS I. DEFINITIONS A. Agreement means the agreement between City and Contractor to

More information

INFORMATION FOR BID. Tee Shirts (School Nutrition)

INFORMATION FOR BID. Tee Shirts (School Nutrition) BIBB COUNTY SCHOOL DISTRICT Procurement Services 4580 CAVALIER DRIVE Macon Georgia 31211 INFORMATION FOR BID For Tee Shirts (School Nutrition) April 14, 2016 IFB Number: 16-34 Due Date: 04/20/2016 Time

More information

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend HDC124 Housing Development Corporation of Rock Hill Request for Proposal CONSTRUCTION OF THREE NEW HOMES Cottages at Southend MANDATORY PRE-BID MEETING: 10 a.m. Wednesday, February 28, 2018 The Housing

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

Note: Contracts for Services are public records which are generally subject to statutory public disclosure and public website posting requirements.

Note: Contracts for Services are public records which are generally subject to statutory public disclosure and public website posting requirements. Cost Center: For College Office Use Only: Note: Contracts for Services are public records which are generally subject to statutory public disclosure and public website posting requirements. CONTRACT FOR

More information

CITY 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 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 information

TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT

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

More information

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

SOMERSET COUNTY INSURANCE COMMISSION

SOMERSET COUNTY INSURANCE COMMISSION SOMERSET COUNTY INSURANCE COMMISSION REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES The Somerset County Insurance Commission ( Commission ) is soliciting proposals through a fair and open process in accordance

More information

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

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

More information

1 P a g e. Appendix A - Sample Contract

1 P a g e. Appendix A - Sample Contract 1 P a g e Appendix A - Sample Contract CONTRACT NO. TRUST 006 FEDERAL ID NO. CONTRACT PENNSYLVANIA TOURISM SIGNING TRUST AND SUCCESSFUL OFFEROR This Contract ( Contract ), made this day of, 20, by and

More information

The Redevelopment Authority of the City of York. Request for Proposals (RFP) Accounting and Fiscal Management Services

The Redevelopment Authority of the City of York. Request for Proposals (RFP) Accounting and Fiscal Management Services The Redevelopment Authority of the City of York Request for Proposals (RFP) Accounting and Fiscal Management Services SEALED PROPOSALS MUST BE RECEIVED NO LATER THAN APRIL 5, 2018 AT 4:00PM PROPOSALS RECEIVED

More information

CONTRACT FOR SERVICES RECITALS

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

More information

INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES FF&E CONSULTING SERVICES

INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES FF&E CONSULTING SERVICES INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES FF&E CONSULTING SERVICES This Independent Consultant Agreement for Professional Services ( Agreement ) is made and entered into as of the 17th

More information

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES

MANTUA 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 information

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR BID

More information

VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS

VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS These Standard Purchase Order Terms & Conditions, as set forth herein, are applicable to Purchase Orders issued by Valdosta State

More information

SUU Contract for Workshops and Entertainment

SUU Contract for Workshops and Entertainment SUU Contract for Workshops and Entertainment 1. PARTIES: This contract is between Southern Utah University, an institution of higher education of the State of Utah located at 351 West University Boulevard,

More information

ATTACHMENT I - TELEDYNE BROWN

ATTACHMENT I - TELEDYNE BROWN Sheet 1 of 5 ATTACHMENT I - TELEDYNE BROWN ENGINEERING, INC. TERMS AND CONDITIONS - COMMERCIAL PROCUREMENTS FEBRUARY 2011 GENERAL Acknowledgment, shipment, or performance of any part of this purchase order

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

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 for Removal of Asbestos Materials October 30,

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

EXHIBIT A ONE-TIME-ACQUISITION STATEMENT OF WORK. IT General Provisions

EXHIBIT A ONE-TIME-ACQUISITION STATEMENT OF WORK. IT General Provisions EXHIBIT A ONE-TIME-ACQUISITION STATEMENT OF WORK IT General Provisions This Statement of Work ( Agreement ) reflects the change to General Provisions, GSPD-401- IT Commodities, as required for the California

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) MOTOR FUEL & FUEL MANAGEMENT CONTROL SYSTEM SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 PH: 276-386-6521 FAX: 276-386-9198 ISSUE DATE 06/8/2018

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL SKOKIE-MORTON GROVE SCHOOL DISTRICT 69 REQUEST FOR PROPOSAL Skokie-Morton Grove District 69 will accept sealed proposals for: Audit Services Submit your proposals to the attention of: Mr. Justin Attaway,

More information

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS I. DEFINITIONS A. Agreement means the agreement between City and Contractor to which this document (Federal Emergency

More information

COMMISSION ADOPTED POLICY Procurement Policy

COMMISSION ADOPTED POLICY Procurement Policy Procurement Policy Adopted: December 16, 2014 Revised: September 26, 2017 Page 1 of 7 1.0 Purpose and Need All procurement shall be in accordance with the Code of Virginia 2.2-4300, the Virginia Public

More information

STETSON UNIVERSITY CONSULTANT / INDEPENDENT CONTRACTOR AGREEMENT

STETSON UNIVERSITY CONSULTANT / INDEPENDENT CONTRACTOR AGREEMENT STETSON UNIVERSITY CONSULTANT / INDEPENDENT CONTRACTOR AGREEMENT THIS AGREEMENT made and entered into this day of, by and between STETSON UNIVERSITY, INC., a Florida non-profit corporation, hereinafter

More information

Knox County Government and Strategic Equipment and Supply

Knox County Government and Strategic Equipment and Supply Knox County Government and Strategic Equipment and Supply This Contract made and entered into this day of, 2010 by and between Knox County Schools, on behalf of Knox County Government, through its governing

More information

ACCEPTANCE OF CONTRACT/TERMS AND CONDITIONS

ACCEPTANCE OF CONTRACT/TERMS AND CONDITIONS 1. ACCEPTANCE OF CONTRACT/TERMS AND CONDITIONS 1.1. This Contract together with its referenced Exhibits, supersedes any prior offers, negotiations, and agreements concerning the subject matter hereof and

More information

AGREEMENT Between TEXAS BOARD OF NURSING And BEVERLY SKLOSS, MSN, RN

AGREEMENT Between TEXAS BOARD OF NURSING And BEVERLY SKLOSS, MSN, RN STATE OF TEXAS COUNTY OF TRAVIS AGREEMENT Between TEXAS BOARD OF NURSING And BEVERLY SKLOSS, MSN, RN The Texas Board of Nursing, hereinafter referred to as the Board, and Beverly Skloss, MSN, RN, hereinafter

More information

TOWNSHIP OF HAZLET REQUEST FOR QUALIFICATIONS FOR HEALTH INSURANCE CONSULTANT TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY

TOWNSHIP OF HAZLET REQUEST FOR QUALIFICATIONS FOR HEALTH INSURANCE CONSULTANT TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY TOWNSHIP OF HAZLET REQUEST FOR QUALIFICATIONS FOR HEALTH INSURANCE CONSULTANT TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY Contract Term 3 Year July 1, 2014 through June 30, 2017 SUBMISSION

More information

Washington University in St. Louis

Washington 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 information

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

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

More information

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE FACILITIES PROFESSIONAL OR TECHNICAL CONSULTANT MASTER CONTRACT FOR ARCHITECTURAL, OWNER REPRESENTATIVE, REAL ESTATE, AND OTHER

More information

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT Revised 07-01-2017 INDEPENDENT CONTRACTOR AGREEMENT This Independent Contractor Agreement (this "Agreement"), dated [insert date], is between The Chicago Zoological Society, Brookfield, Illinois (the "Zoo")

More information

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660 CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile

More information

(SEE ATTACHED FOR CONDITIONS AND INSTRUCTIONS)

(SEE ATTACHED FOR CONDITIONS AND INSTRUCTIONS) BID FORM MISSOURI DEPARTMENT OF TRANSPORTATION GENERAL SERVICES REQUEST NO. 1-080313AB 830 MoDOT DRIVE P.O. BOX 270 DATE February 22, 2008 JEFFERSON CITY, MO 65102 PAGE NO. 1 NO. OF PAGES 5 SEALED BIDS,

More information

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520) REQUEST FOR PROPOSALS Energy Performance Contracting Services INTRODUCTION The City of Coolidge will accept competitive sealed proposals for energy performance contracting services at the address or physical

More information

2. AMENDMENTS TO BID:

2. AMENDMENTS TO BID: GENERAL INFORMATION 1. SCOPE: 1.1 The Wayne-Finger Lakes BOCES and component School Districts require CALCULATORS. The BOCES and School Districts have agreed to form a Cooperative Bid Group as authorized

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

E-Rate Services Agreement

E-Rate Services Agreement E-Rate Services Agreement Date: July 1, 2013 Parties:, an Arizona charter school ( Charter School ) Yavapai County Education Service Agency ( YCESA ), the statutory educational service agency for Yavapai

More information