Tulsa Community College

Size: px
Start display at page:

Download "Tulsa Community College"

Transcription

1 Tulsa Community College Request for Proposal For Banking Services Project #: RFP BC RFP Issue Date: October 14, 2016 Proposal Due Date/Time: October 28, :00 PM CST Submit Proposals to: Tulsa Community College Attn: Bill Creech 6111 East Skelly Drive, Suite 506 Tulsa, OK

2 Request for Proposal RFP BC Banking Services 1) Notice: Notice is hereby given that Tulsa Community College is requesting a sealed response to this Request for Proposal (RFP) from qualified banking institutions for establishing a checking account to be used for deposit of in excess of forty million dollars ($40,000,000) with an annual average balance of twenty four million dollars ($24,000,000) of ad valorem funds, and held for monthly transfer to the State of Oklahoma. 2) Preparation of Proposals: Proposers who submit a proposal in response to this RFP are required to submit the following documents: (a) (b) Appendix A Competitive Bid Affidavit. This document must be signed and notarized, if not, the proposal will not be accepted. The person signing the proposal must have authority to submit the proposal on behalf of their firm. Appendix B Acknowledgment of Receipt of Addenda. If any addendums are issued prior to the opening date, all proposals should include a signed acknowledgement form to indicate their awareness and acceptance of revised specifications. 3) Proprietary Data: If a proposal includes any proprietary data or information that the respondent does not want disclosed to the public, such data or information must be specifically identified by the responding vendor. Proprietary information will be used by the College for the purposes of evaluating the vendor s proposal. 4) Deadline for Response: One (1) hardcopy of the response must be received by Tulsa Community College on or before 2:00 PM CST, Friday, October 28, 2016, at the following address: Tulsa Community College Purchasing Department Attn: Bill Creech 6111 E. Skelly Drive, Suite 506 Tulsa, OK Responses should be sealed in an envelope or box and identified on the outside as follows: RFP BC. RFP responses must be fully executed and notarized. Fax proposals will not be accepted. Late responses will not be accepted and shall be returned to the submitting company unopened. Page 2

3 5) Signature and Affidavit Requirements: The RFP response must be signed by an authorized official or agent of the bidding firm and all affidavits be fully executed and/or notarized as required before the proposal can be considered. If the affidavit noted as Appendix A is not fully executed and notarized, the response will be invalid. Submission of a fully-executed Appendix B requires signature and date. 6) Point of Contact: The College s point of contact for this solicitation will be Bill Creech at phone (918) , or bill.creech@tulsacc.edu. All questions concerning the language of this RFP should only be addressed in writing to the College s point of contact. Account specific questions may be addressed to Mark McMullen, CFO at (918) , or mark.mcmullen@tulsacc.edu. 7) Awarding of Contract: After the proposals have been reviewed and evaluated, College representatives may contact company representatives. The award of the contract(s) will be subject to approval by the TCC Board of Regents. 8) College s Right to Reject and Modify: Tulsa Community College reserves the right to reject or negotiate at its sole discretion, any and all proposals resulting from this request for proposals. The College reserves the right to reject, as non-responsive, any response that does not contain the information requested in this RFP. TCC also reserves the right to waive any irregularities, errors or omissions in the RFP or responses received. TCC reserves the right to purchase any or all items bid by vendor 9) No Reimbursement: The College will not reimburse a vendor or other firm for the cost of preparing a response to the solicitation. 10) Calendar of Events: Date October 14, 2016 October 28, 2016 October 28, 2016 November 15, 2016 Activity RFP Issue Date Proposal Due Date Opening Date for Proposals Estimated Award Page 3

4 Section 1 Scope of Services 1.1 Overview All responses should document the specifics of the account proposed, including all fees, interest basis points, benefits, etc. 1.2 Collateral Requirements All responses should document compliance with the Oklahoma Security for Local Public Deposits Act, which requires that all deposits in financial institutions be secured by collateral securities in a restricted account at a Federal Reserve Bank which serves Oklahoma, a Federal Home Loan bank which serves Oklahoma or with another financial institution located in this state that is not owned or controlled by the same institution or holding company. The amount of collateral securities shall not be less than the amount of the deposit secured, less the amount insured. The financial institution depositing collateral securities shall deliver to the CFO of the College a power of attorney authorizing the College to transfer or liquidate the securities in the event of a default, financial failure or insolvency. The State Treasurer must approve any forms or pledge agreements securing public deposits of the College. Page 4

5 Section 2 General Terms and Conditions 2.0 Overview: The terms and conditions as listed below will govern in the submission and evaluation of offers and assist in the awarding of a contract. Bidders are requested to carefully review all terms and conditions before submitting a proposal. 2.1 Contract Status: The response to this RFP will be considered as an offer to contract. Final negotiations on the highest evaluated offer will be conducted to resolve any minor differences and informalities. After final negotiations, the College shall issue the award. * The College reserves the right to award as a Multiple Award Contract as defined in Attorney General Opinion No , dated July 31, Agreements may be established with all responsive bidders meeting all Specifications and offering acceptable rates. The College reserves the right to award base proposal and options in and of their own to the lowest and best bidder(s). 2.2 Contract Modification: After award and signing of a contract, the TCC Purchasing Department must approve any and all changes/notifications in writing All notices, required, permitted or given pursuant to the Agreement shall be in writing and shall be considered as properly given or made when personally delivered or when received through the United States mail, first class, postage prepaid, by the party to whom notice is intended to be given This document and acceptance of your response thereto, will constitute the entire agreement between the parties. No waiver, modification, or amendment to this document shall be valid unless made in writing and signed by both parties Anything in the agreement to the contrary notwithstanding, the parties may at any time amend the terms of the Agreement by mutual written agreement. Any such agreement that will change the terms of the Agreement in any way shall be valid only if the change is made in writing and approved by mutual agreement of authorized representatives of both parties. 2.3 Contract Assignment or Sub-Contract: The resulting contract shall not be assigned, transferred, or subject in whole or in part without prior written approval of the College The services to be provided by the Agency are personal to the College and the agency shall not, without the College s prior written consent, assign or subcontract its rights, duties, or obligations under the agreement, in whole or in part, regardless of whether such assignment or subcontract is by Page 5

6 voluntary act, involuntary act, by operation of law or otherwise. Any attempted assignment not in conformity with this paragraph shall be null and void. 2.4 RFP Status and Submission Information: 2.41 RFP Acceptance/Rejection: The College reserves the right to reject any or all proposals, and is not bound to accept any offer if that offer is contrary to the best interests of the College. Proposals will be considered irregular if they show omissions, alterations of form, additions not called for, conditions, limitations, unauthorized alternate proposals, or other irregularities of any kind. Proposals considered irregular might be rejected by TCC Effective period of Proposal: The offers submitted must remain in effect for a period of 120 days after the closing date Required Signatures: All signatures must be affixed and notarized on the form provided in this RFP Minor Informalities: The College reserves the right to waive minor informalities in the proposal Withdrawal of Proposal: Offers may be withdrawn at any time prior to the closing date, but no respondent may withdraw a proposal after that date Proposal Acceptance Period: All offers will remain in effect for a period of 120 days following the RFP opening date in order to allow time for evaluation, approval, and issuance of the contract. All offers will remain firm for the duration of any resulting award Proposal Submittal: Any exceptions and/or alternates must be stated on the RFP form or an additional sheet attached to the proposal form. Failure to provide required data to allow for evaluation of the RFP or failure to complete the RFP form and accompanying documents will be grounds for rejecting the offer. 2.5 Standard Terms and Conditions: 2.51 Non-Collusion Affidavit: Oklahoma laws require each bidder submitting a competitive offer to the State of Oklahoma for goods or services to furnish a notarized sworn Statement of Non-Collusion. The affidavit is included on the signature sheet of the RFP form Equal Employment Opportunity Requirements: In entering into any contract resulting from this RFP, the provider agrees to comply with Equal Employment Opportunity and Affirmative Action requirements as stipulated in Executive Order and Executive Order and all subsequent amendments thereto and superseding orders Federal, State and Local Taxes, Licenses and Permits: The successful bidder will comply with all laws and regulations on taxes, licenses and permits. Page 6

7 2.54 Waiver of Rights: No delay or failure to enforce any provision of this agreement shall constitute a waiver or limitation of the College s rights under any resulting contract Prior Course of Dealings: The parties hereby agree that no trade usage, prior course of dealing or course of performance under other contracts shall be a part of this Agreement or shall be used in the interpretation or construction of the Agreement Contract Provisions: It is mutually agreed by and between the College and the Bidder that the College s acceptance of the Bidder s offer, and the issuance and acceptance through signature of a contract shall create a legally binding agreement between the parties thereto containing all specifications, terms and conditions in the RFP and the RFP form. Any exception taken by the Bidder which is not included in the contract will not be part of the legally binding agreement. Therefore, in the event of a conflict between the terms and conditions of the contract and information submitted by a bidder, the terms and conditions of this contract will govern Observing Laws and Regulations: The bidder shall keep fully informed of and shall faithfully observe all laws, national and state, and all ordinances and regulations affecting the rights of his employees, and he shall protect and indemnify the College, its officers, and end agents, against any claims of liability arising from or based on any violation thereof Venue: The parties recognize that this agreement has, at least in part, been negotiated in Oklahoma and will, at least in part, be performed in Oklahoma. The validity and enforceability of this agreement shall be governed by and construed in accordance with the laws of the State of Oklahoma. Any action arising out of or relating to this agreement or to its breach shall be brought only in the Federal or State courts sitting in Tulsa County, Oklahoma, and both parties hereby submit to the exclusive jurisdiction of such courts. Nothing contained herein shall constitute a waiver of sovereign immunity or of immunity or benefits afforded by the Eleventh Amendment to the Constitution of the United States of America Indemnification: Agency agrees to indemnify, defend, and hold the College, its Board of Regents, officers, members, agents, and employees harmless of and from any and all liability for all claims, demands, actions, causes of action, complaints, suits, judgments, damages, liability, loss, expenses, and costs, including attorney fees, arising out of or stemming from its performance of the Agreement. 2.6 Proposal Evaluation: 2.61 Proposal Evaluation Criteria: The evaluation of this proposal will be based on the following: Experience and past performance of the vendor as determined by company background and reputation. Page 7

8 2.612 Ability to meet requirements as specified in the RFP Quality and advantages of the proposed solution Responsiveness to terms and conditions Price structure Organization and completeness of proposal Agency presentation (If required) Information Required: Bidders will ensure that all information required herein be submitted with proposal. Failure to provide this information may result in rejection of the offer. 2.7 Vendor Qualifications: Vendors shall furnish Tulsa Community College copies of their current certificates of authority and license to do business in the State of Oklahoma, Tulsa County, and the City of Tulsa. Also, bidders shall furnish Tulsa Community College the most recent credit rating information available. 2.8 Sales Tax Exemption: Tulsa Community College is exempt from State Sales Tax and Federal Excise Tax and will furnish an exemption certificate upon request. All prices quoted are to be exclusive of city, state, federal and any duty or import tax. The exemption authority is Oklahoma State Tax Code, Title 68, OS 1991, Section 1356(A) and Internal Revenue Code No K. 2.9 Pricing: Pricing of hardware, software and related services should reflect any and all discounts given to public, higher education institutions. TCC is a member of Western States Contracting Alliance ( WSCA, through the State of Oklahoma Department of Central Services), the Educational and Institutional Cooperative Service, Inc. ( E&I ), U.S. Communities Government Purchasing Alliance, The Cooperative Purchasing Network ( TCPN ), and the Horizon Resource Group. Prices are to be guaranteed firm for a period of 120 days from the date of proposal opening, subject to the Tulsa Community College Board of Regents approval of order Tulsa Community College Policy: It is one part of the operational policy of Tulsa Community College to practice nondiscrimination in employment. Tulsa Community College also complies with Title VI of the Civil Rights Act of 1964, Executive Order as amended, Title IX of the Educational Amendments of 1972 and other appropriate federal laws and regulations. It is against the policy of the College to discriminate against or exclude from participation in benefits or activities either on the staff or in the student body, by a person on the grounds of race, color, religion, age, sex, disability, national origin, or status as a Veteran. Vendors must comply with Executive Order 11246, as amended by Order (Tab A). The requirements of the Executive Order are implemented by the Regulations of the Department of Labor (41 Code of Federal Regulations Chapter 60) Part 60-1 Obligations of Contractor and Subcontractors (Tab B). This material covers nondiscrimination against applicant or employee for employment Page 8

9 and it will take affirmative action to ensure that employees are treated during employment without regard to these factors Basis of Proposal Evaluation: The award shall be made to the vendor that is considered to be in the best interest of the College. From the total information required, determination shall be made by Tulsa Community College of the vendor s demonstrated financial, managerial and operational ability, and resources to serve the College. Only contracts from financially responsible organizations or individuals, as determined by the College, presently engaged in the business of information management and systems implementation shall be considered Contents of the RFP Response: Proposals should include concise, accurate information as outlined in this section. Copies of responses must be sealed and delivered as stated herein. Any questions related to contract issues should be directed in writing to Bill Creech, Director of Purchasing at bill.creech@tulsacc.edu and not to any other person at the College. Questions will be answered directly and in writing and may be included in Frequently Asked Questions. After assessing the content and complexity of the question and any related issues, the College will have the sole authority to determine whether an addendum should be issued to all potential bidders in order to maintain equity and fairness throughout the bid process Contract Administration: The contract shall be between Tulsa Community College and the company awarded the contract. Mark McMullen, CFO, is the representative of the College responsible for the administration of the contract. The relationship of the successful vendor to the College shall be that of independent contractor. All RFP responses shall remain firm for a minimum of 120 days from the date of the opening. In the event of any proceedings by or against either party, voluntary or involuntary, in bankruptcy or insolvency, or for the appointment of a receiver or trustees, or for the benefit of creditors of the property of the contract, the College may cancel the contract immediately. The contract shall be construed according to the laws of the State of Oklahoma and any rights, obligations or duties hereunder may not be, in whole or any part, assigned or transferred directly or indirectly by the successful vendor without the written consent of Tulsa Community College. The RFP specifications and the vendor s proposal thereto shall be incorporated into the contract, and if there are any variances or conflicts, the RFP specifications will control and determine the settlement of such variances or conflicts Safety: For all operations requiring the placing and movement of equipment, Contractor shall observe and exercise, and compel its employees to observe and exercise all necessary caution and discretion, so as to avoid injury to persons, damage to property of any and all kinds, and annoyance to or undue interference with the movement and activities of the students, faculty, visitors and employees of TCC. All placement, movement, activities, operation and performance of work will be done in a safe manner Alcohol and Narcotics: Contractor covenants and agrees that it will not bring or permit to be brought onto campus any beer, wine, or spirits; narcotic, Page 9

10 hallucinogenic, or dangerous drugs: or cannabis. Contractor will take disciplinary action commensurate with the circumstances against any employee who brings onto or uses on the Campus any of these substances. Page 10

11 Appendix A Competitive Bid Affidavit Proposal # RFP BC Banking Services Proposal Issue Date: October 14, 2016 Proposal Due Date: October 28, :00 PM CST - P l e a s e R e a d C a r e f u l l y - Vendor is to supply Federal I.D. No. or Social Security No. on this line: Please make sure all spaces marked (X) are properly completed and/or signed. Reference: OSL Title 74 Section This bid is invalid if not signed and notarized (X) State of ) (X) County of ) (X) oath says:, of lawful age, being first duly sworn, on 1) (s)he is the duly authorized agent of (X), the bidder submitting the competitive bid which is attached to this statement, for the purpose of certifying the facts pertaining to the existence of collusion among bidders and between bidders and state officials or employees, as well as facts pertaining to the giving of offering of things of value to government personnel in return for special consideration in the letting of any contract pursuant to the bid to which this statement is attached; 2) (s)he is fully aware of the facts and circumstances surrounding the making of the bid to which this statement is attached and has been personally and directly involved in the proceedings leading to the submission of such bid; and 3) neither the bidder nor anyone subject to the bidder s direction or control has been a party: A. to any collusion among bidders in restraint of freedom of competition by agreement to bid at a fixed price or to refrain from bidding, nor B. to any collusion with any state official or employees as to quantity, quality, or price in the prospective contract, or as to any other terms of such prospective contract, nor C. in any discussions between bidders and any state official concerning exchange of money or other thing of value for special consideration in the letting of a contract; and Page 11

12 Appendix A (Continued) 4) Title 74 Section 85.42: each contract entered into by any person or firm with the State of Oklahoma shall include an affidavit certifying that no person who has been involved in any manner in the development of that contract while employed by the State of Oklahoma shall be employed to fulfill any of the services provided for under said contract. Company Signed (X) Signer s Printed Name and Title Address City State Zip Phone ( ) Fax ( ) Subscribed & sworn before me on this day of, (X) My commission expires Notary Public (or Clerk or Judge) Page 12

13 A p p e n d i x B A c k n o w l e d g m e n t o f R e c e i p t o f A d d e n d a Proposal # RFP BC Banking Services Proposal Issue Date: October 14, 2016 Proposal Due Date: October 28, :00 PM CST Addendum Number Issue Date Acknowledging Signature Addendum 1 Addendum 2 Addendum 3 Company: Printed Name & Title: SUBMISSION OF THIS EXECUTED APPENDIX WILL BE REQUIRED ONLY IN THE EVENT ANY ADDENDUM IS ISSUED FOR THIS RFP SOLICITATION. FAILURE TO ACKNOWLEDGE ADDENDA ISSUED FOR THIS RFP MAY RESULT IN REJECTION OF VENDOR S PROPOSAL. Page 13

14 A p p e n d i x C P r i c i n g P r o p o s a l Proposal # RFP BC Banking Services Proposal Issue Date: October 14, 2016 Proposal Due Date: October 28, :00 PM CST The pricing provided below must include all costs associated with the service. Please provide Unit Price for the following and include any additional fees not listed: Basis points (related to interest):... $ Contract Fee: $ Monthly Minimum Charge:... $ Setup Fee:... $ Annual Assessment/Compliance Fee:... $ Monthly Service Fee:...$ Per Transaction Fee:...$ (list separately if there is a dollar and % transaction charge):... $ Terminal Fee per month or year:... $ Chargeback Fee:...$ Batch Settlement Fee:...$ Other Fees (describe) :... $ Unit Cost of Proposed Equipment (If necessary):... $ I certify that the certifications required by this solicitation are attached hereto, completed, and signed by an authorized official of the company. NAME OF COMPANY: ADDRESS: CITY/STATE/ZIP: TELEPHONE: AUTHORIZED SIGNATURE: DATE: Page 14

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall Request For Proposals 2018-1 202 Hwy 124 E ADA Door Opener Hallsville City Hall The City of Hallsville, Missouri (the City ) seeks bids from qualified contractors for all materials and labor to install

More information

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED BEDFORD COUNTY R E Q U E S T F O R P R O P O S A L S CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED PUBLIC

More information

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088 QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT 3010 center Street Des Moines, Iowa 50312 QUOTE # Q7088 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, IA 50316 DES

More information

REQUEST FOR PROPOSAL Enterprise Asset Management System

REQUEST FOR PROPOSAL Enterprise Asset Management System City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Enterprise Asset Management System Issue Date: Thursday April 9, 2015 Bid Number: 15 019 Agent/Contact:

More information

REQUEST FOR QUALIFICATIONS FOR PEER REVIEW AND ON-CALL CONSULTING ENGINEER SERVICES FOR PLANNING & DEVELOPMENT

REQUEST FOR QUALIFICATIONS FOR PEER REVIEW AND ON-CALL CONSULTING ENGINEER SERVICES FOR PLANNING & DEVELOPMENT REQUEST FOR QUALIFICATIONS FOR PEER REVIEW AND ON-CALL CONSULTING ENGINEER SERVICES FOR PLANNING & DEVELOPMENT TOWN OF COVENTRY, RHODE ISLAND Department of Planning & Development 1670 Flat River Road Coventry,

More information

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350 CITY OF PROSSER REQUEST FOR PROPOSAL To Provide On Call Electrical Services Located at: 601 7 TH STREET PROSSER, WASHINGTON 99350 Instructions To Contractors, Pricing Forms, Business Questionnaire, Agreement,

More information

TERMS AND CONDITIONS OF THE INVITATION TO BID

TERMS AND CONDITIONS OF THE INVITATION TO BID TERMS AND CONDITIONS OF THE INVITATION TO BID 1. PREPARATION OF BID. a) Bidders are expected to examine the drawings, specifications, and all instructions. Failure to do so shall be at the bidder=s risk.

More information

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner QUOTE DOCUMENTS FOR KING PARKING EXPANSION 1849 Forest Avenue Des Moines, Iowa QUOTE # Q6747 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, Iowa 50316 DES MOINES PUBLIC

More information

SEALED BID - REQUEST FOR PROPOSALS # FOR THE SALE OF PROPERTY OWNED AND OPERATED BY DALLAS COUNTY SCHOOLS

SEALED BID - REQUEST FOR PROPOSALS # FOR THE SALE OF PROPERTY OWNED AND OPERATED BY DALLAS COUNTY SCHOOLS DATE: October 25, 2016 SEALED BID - REQUEST FOR PROPOSALS # 11-14-16-01 FOR THE SALE OF PROPERTY OWNED AND OPERATED BY DALLAS COUNTY SCHOOLS Website: http://www.dcschools.com CONTACT PERSON: Alan Hagy,

More information

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS SECTION 00200 INSTRUCTIONS TO BIDDERS PARAGRAPH TITLE PAGE NO. 1. FORMAT 3 2. SPECIFICATION LANGUAGE 3 3. GENERAL DESCRIPTION OF THE PROJECT 3 4. QUALIFICATION OF CONTRACTORS 3 5. DOCUMENT INTERPRETATION

More information

ATTENTION ALL BIDDERS

ATTENTION ALL BIDDERS ETOWAH COUNTY COMMISSION 800 Forrest Avenue, Gadsden, AL 35901 REQUEST FOR BID ATTENTION ALL BIDDERS YOU MUST MARK ON THE ENVELOPE: BID NO. FY 2016-2017-18 AGGREGATE The Etowah County Commission is soliciting

More information

Invitation For Bid (IFB) Bid Description: Citrix Presentation Server Enterprise Edition 1 Issued: May 22, 2008 THE CITY OF TULSA, OKLAHOMA

Invitation For Bid (IFB) Bid Description: Citrix Presentation Server Enterprise Edition 1 Issued: May 22, 2008 THE CITY OF TULSA, OKLAHOMA Page 1 of 16 THE CITY OF TULSA, OKLAHOMA NOTICE OF INVITATION TO BID NOTICE is hereby given that the CITY OF TULSA, OKLAHOMA will receive sealed bids for the following: BID # 07-751 DESCRIPTION: Citrix

More information

CITY OF GONZALES BANK DEPOSITORY SERVICE RFP

CITY OF GONZALES BANK DEPOSITORY SERVICE RFP CITY OF GONZALES BANK DEPOSITORY SERVICE RFP NOTICE TO FINANCIAL INSTITUTIONS PROPOSAL FOR DEPOSITORY CONTRACT " ;. ':,; Notice is hereby given that the Governing Body of the City of Gonzales, Texas, subject

More information

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS 1. PREPARATION OF BID FORM: The District invites proposals on the form(s) enclosed to be submitted

More information

INVITATION FOR BID Annual Water Meter Purchase

INVITATION FOR BID Annual Water Meter Purchase Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 INVITATION FOR BID Annual Water Meter Purchase Issue Date: February 16, 2017 Bid Number: 17-006 Agent/Contact: David Bries Submissions

More information

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR OFFERORS

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR OFFERORS PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR OFFERORS SECTION TITLE F G H General Information About the RFP General Instructions for Offerors General Conditions for Offerors 18 SECTION

More information

RFQ-CD Re-Bid Wildfire Underbrush Mowing. Required Submittal Packet

RFQ-CD Re-Bid Wildfire Underbrush Mowing. Required Submittal Packet RFQ-CD-09-011 Re-Bid Wildfire Underbrush Mowing Required Submittal Packet 1. The following eleven (11) pages, filled out completely, returned as Section 1 - Required Submittals 2. All addenda (signed and

More information

ATTENTION ALL BIDDERS

ATTENTION ALL BIDDERS ETOWAH COUNTY COMMISSION 800 Forrest Avenue, Gadsden, AL 35901 REQUEST FOR BID ATTENTION ALL BIDDERS YOU MUST MARK ON THE ENVELOPE: BID NO. FY 2018-2019-05 UNFINISHED TRAFFIC SIGNS AND POSTS The Etowah

More information

Sunnyside Valley Irrigation District

Sunnyside Valley Irrigation District 2019 Perforated HDPE Pipe Bid Package Sealed bids will be received until 11:00 am. January 4th, 2019 at Field Office 1105 Yakima Valley Hwy. P.O. Box 239 Sunnyside, WA 98944 509-837-6980 Project Contact:

More information

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M. REQUEST FOR PROPOSAL ARCHITECTURAL SERVICES Proposals will be received by the City of Topeka, Kansas at the Contracts & Procurement Office until 2:00 PM, local time March 14, 2008 for the purpose of furnishing

More information

Request for Proposal. RFP # Non-Profit, Sports Photography

Request for Proposal. RFP # Non-Profit, Sports Photography County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-0303-1, Sports Photography This procurement

More information

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M.

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M. CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER 10-01-02 OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M. The Request for Proposal and related documents may be

More information

BOROUGH OF HOPATCONG REQUEST FOR PROPOSALS PROFESSIONAL SERVICES

BOROUGH OF HOPATCONG REQUEST FOR PROPOSALS PROFESSIONAL SERVICES REQUEST FOR PROPOSALS PROFESSIONAL SERVICES MUNICIPAL PROSECUTOR, TAX MAP REVISION and G.I.S SERVICES, RISK MANAGER, LAND SURVEYOR, LAND USE ATTORNEY, MUNICIPAL PLANNER, MUNICIPAL ENGINEERS, MUNICIPAL

More information

REQUEST FOR PROPOSAL Police Department Roof System Renovation

REQUEST FOR PROPOSAL Police Department Roof System Renovation City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Police Department Roof System Renovation Issue Date: Thursday September 18, 2014 Bid Number:

More information

BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA 30458

BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA 30458 BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA 30458 INVITATION TO BID Carpet Cleaning Service for Statesboro Bulloch County Parks and Recreation Department Sealed bids

More information

Request for Proposal 2019 Calendar Year

Request for Proposal 2019 Calendar Year Borough of Lavallette Planning Board Request for Proposal 2019 Calendar Year Subject: Planning Board Attorney Introduction The Borough of Lavallette is a town of approximately 2,300 residents on the barrier

More information

INVITATION TO BID INSTRUCTIONS TO BIDDERS

INVITATION TO BID INSTRUCTIONS TO BIDDERS Exhibit A INVITATION TO BID INSTRUCTIONS TO BIDDERS Scope: A contract will be awarded with the requirement to supply, IT SAN Hard Drives and Support to the Susquehanna Area Regional Airport Authority (S.A.R.A.A.).

More information

SAN ANTONIO WATER SYSTEM SERVICES AGREEMENT AGREEMENT FOR. THIS IS A SERVICE AGREEMENT (this Agreement ) by and between

SAN ANTONIO WATER SYSTEM SERVICES AGREEMENT AGREEMENT FOR. THIS IS A SERVICE AGREEMENT (this Agreement ) by and between SAN ANTONIO WATER SYSTEM SERVICES AGREEMENT AGREEMENT FOR THIS IS A SERVICE AGREEMENT (this Agreement ) by and between (the Contractor ), and San Antonio Water System, municipally-owned utility of the

More information

Saddles for Sale RFSB # N

Saddles for Sale RFSB # N PROCUREMENT, CONTRACTING AND PAYMENT SERVICES REQUEST FOR SURPLUS BIDS (RFSB) Issued: June 15, 2016 Saddles for Sale RFSB #90003634N West Virginia University Board of Governors on behalf of West Virginia

More information

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COUNTY OF OSWEGO PURCHASING DEPARTMENT COUNTY OF OSWEGO PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com Daniel Stevens, Purchasing Director May 18, 2017

More information

ATTENTION ALL BIDDERS

ATTENTION ALL BIDDERS ETOWAH COUNTY COMMISSION 800 Forrest Avenue, Gadsden, AL 35901 REQUEST FOR BID ATTENTION ALL BIDDERS YOU MUST MARK ON THE ENVELOPE: The Etowah County Commission is soliciting sealed bids for the above

More information

ITB-PW Concrete psi with Fiber Mesh. Required Submittals

ITB-PW Concrete psi with Fiber Mesh. Required Submittals Required Submittals 1. All addenda (signed and dated) 2. Summary of Litigation (if not applicable, please state so) 3. License Sanctions (if not applicable, please state so) 4. References 5. The following

More information

INVITATION FOR BID KITCHEN EQUIPMENT - POS. BID DUE: Tuesday, November 20, 2018 at 10:30 a.m.

INVITATION FOR BID KITCHEN EQUIPMENT - POS. BID DUE: Tuesday, November 20, 2018 at 10:30 a.m. INVITATION FOR BID KITCHEN EQUIPMENT - POS BID DUE: Tuesday, November 20, 2018 at 10:30 a.m. Joppa-Maple Grove School District #38 911 Joppa North Ave. Joppa, IL 62953 Contents Section I Information for

More information

PROFESSIONAL SERVICES CONTRACT GENERAL SERVICES BETWEEN COPPER VALLEY ELECTRIC ASSOCIATION, INC. AND

PROFESSIONAL SERVICES CONTRACT GENERAL SERVICES BETWEEN COPPER VALLEY ELECTRIC ASSOCIATION, INC. AND PROFESSIONAL SERVICES CONTRACT GENERAL SERVICES BETWEEN COPPER VALLEY ELECTRIC ASSOCIATION, INC. AND Contract Number Draft CVEA Professional Services Agreement INDEX SECTION 1. SCOPE OF SERVICES...1 SECTION

More information

INVITATION TO BID FOR AIR FILTERS ITB NO: DMS-15/ THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES

INVITATION TO BID FOR AIR FILTERS ITB NO: DMS-15/ THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES 4050 Esplanade Way Tallahassee, Florida 32399-0950 Tel: 850.488.2786 Fax: 850.922.6149 Rick Scott, Governor Chad Poppell, Secretary INVITATION TO BID FOR AIR FILTERS ITB NO: DMS-15/16-038 THE STATE OF

More information

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 dstevens@oswegocounty.com Daniel Stevens Tamara Allen Purchasing

More information

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING September 12, 2018 REQUEST FOR PROPOSALS For Road Striping City of Spring Hill, Tennessee Sealed Proposals will be received

More information

City of Mexico Beach Replacement of Fire Department Roofing Shingles

City of Mexico Beach Replacement of Fire Department Roofing Shingles City of Mexico Beach Replacement of Fire Department Roofing Shingles 2018 BID INFORMATION, REQUIREMENTS, INSTRUCTIONS AND SPECIFICATIONS BID INFORMATION BIDS DUE BY: Thursday, April 19 th, 2018 at 2:00

More information

SERVICE AGREEMENT XX-XXXX-XXX-XX

SERVICE AGREEMENT XX-XXXX-XXX-XX SERVICE AGREEMENT XX-XXXX-XXX-XX This Service Agreement ( Agreement ) in entered into by and between Missouri Foundation for Health ( Foundation ) and ( Contractor ). WHEREAS, Foundation desires the services

More information

The Consultant selected by the IDA will perform the following services:

The Consultant selected by the IDA will perform the following services: Request for Proposals for Consulting Forestry Services Carroll County Industrial Development Authority October 20, 2014 I. Consulting Forester Services a. Background: The Carroll County Industrial Development

More information

1992 GMC Sonoma 2WD Truck with Utility Cap for Sale on the campus of Potomac State College RFSB # V

1992 GMC Sonoma 2WD Truck with Utility Cap for Sale on the campus of Potomac State College RFSB # V PROCUREMENT, CONTRACTING AND PAYMENT SERVICES REQUEST FOR SURPLUS BIDS (RFSB) Issued November 14, 2014 1992 GMC Sonoma 2WD Truck with Utility Cap for Sale on the campus of Potomac State College RFSB #90003366V

More information

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B Prince George County SCHOOL BOARD Operations Office 6410 Courts Drive Prince George, Virginia 23875 804-733-2700 Fax 804-861-5271 Invitation For Bid Filters, Brake Drums & Brake Shoes IFB-19-1807-4B This

More information

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES DATE: 10/11/2013 ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES The Arlington Heights Park District shall receive written quotes for Flora and Commemorative Bronze Signs at Arlington Heights Park

More information

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF SERVICES-BOROUGH RISK MANAGER. ISSUE DATE: October 30, DUE DATE: December 1, 2017

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF SERVICES-BOROUGH RISK MANAGER. ISSUE DATE: October 30, DUE DATE: December 1, 2017 REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF SERVICES-BOROUGH RISK MANAGER ISSUE DATE: October 30, 2017 DUE DATE: December 1, 2017 Issued By: Borough of Oakland GLOSSARY The following definitions shall

More information

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK REQUEST FOR PROPOSALS RFP 11-13 SEASONAL ARTIFICIAL ICE SKATING RINK Page 2 of 13 REQUEST FOR PROPOSALS (RFP) 11-13 SEASONAL ARTIFICIAL ICE SKATING RINK Sealed Proposals for Purchasing RFP 11-13 Seasonal

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR LOBBYIST SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) FOR LOBBYIST SERVICES REQUEST FOR QUALIFICATIONS (RFQ) FOR LOBBYIST SERVICES The City of St. Pete Beach ( City ) is seeking statements of qualifications for the purpose of selecting a lobbyist to provide services representing

More information

CONTRACT AWARD. Period of Contract: August 1, 2011 through July 31, 2012 (With the option to renew for four additional 12-month periods)

CONTRACT AWARD. Period of Contract: August 1, 2011 through July 31, 2012 (With the option to renew for four additional 12-month periods) Date of Award: July 27, 2011 CONTRACT AWARD Contract ID: 00000000000000000000##### Replaces Contract: 0###0 Procurement Officer: Telephone: 785/###-#### E-Mail Address: Web Address: Item: Agency/Business

More information

ATTENTION ALL BIDDERS

ATTENTION ALL BIDDERS ETOWAH COUNTY COMMISSION 800 Forrest Avenue, Gadsden, AL 35901 REQUEST FOR BID ATTENTION ALL BIDDERS YOU MUST MARK ON THE ENVELOPE: BID NO. FY 2018-2019-06 INMATE UNIFORMS The Etowah County Commission

More information

Mesquite Independent School District

Mesquite Independent School District SOLICITATION NUMBER: RFP No. 2018-031 SOLICITATION NAME: Sale of Surplus IMacs, Laptops,Tablets and Desktops BIDS DUE: Monday, April 19, 2018 No Later Than: 2:00PM SUBMIT BIDS TO: Attn: Purchasing Department

More information

City of Malibu Request for Proposals (RFP) for Government Relations and Lobbying Services

City of Malibu Request for Proposals (RFP) for Government Relations and Lobbying Services City of Malibu Request for Proposals (RFP) for Government Relations and Lobbying Services INTRODUCTION The City of Malibu (City) is requesting proposals from firms to provide contracting services for government

More information

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA Request for Proposal (RFP) For Patrol Rifles Bid Proposals due no later than 4:00 PM, Wednesday, August 20, 2014 at the County Council

More information

INVITATION FOR BID Bid #1012 Ambulance Graphics

INVITATION FOR BID Bid #1012 Ambulance Graphics INVITATION FOR BID Bid #1012 Ambulance Graphics St. Charles County Ambulance District ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376

More information

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS SECTION 1. BID FORM A. GENERAL SECTION 00 21 13 INSTRUCTIONS TO BIDDERS (1) Sealed bids will be received in the office of the Director of Administration, City Hall, Covington, Louisiana, 317 N. Jefferson

More information

Mesquite Independent School District

Mesquite Independent School District Mesquite Independent School District Request For Proposal for: SALE OF SURPLUS IMACS (October 2017) Proposal # 2018-002 Proposal Due: Thursday, October 12, 2017, No Later Than: 2:00 P.M. Place: MISD Purchasing

More information

This is NOT AN ORDER, it is an invitation for a competitive sealed proposal.

This is NOT AN ORDER, it is an invitation for a competitive sealed proposal. 9701 S. JACKSON RD. PHARR, TX 78577 This is NOT AN ORDER, it is an invitation for a competitive sealed proposal. PROPOSAL RECEIVING DATE: June 14, 2018 TIME: 9:00a.m. PROPOSAL OPENING DATE: June 14, 2018

More information

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO 63144 REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES 2013-2014 THIS IS NOT AN ORDER 1 CITY OF BRENTWOOD NOTICE FOR PROPOSAL City of Brentwood

More information

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI Invitation for Bid. 28475 Caustic Soda 50% T. F. Green Airport, Warwick, RI August 27, 2018 The Rhode Island Airport Corporation (RIAC) is seeking bids to provide, on an as-needed basis approximately nine

More information

ITB-CD Re-Bid Term Contract for Code Enforcement Mowing and General Clean Up Services. Required Submittal Packet. Revised per Addendum 2

ITB-CD Re-Bid Term Contract for Code Enforcement Mowing and General Clean Up Services. Required Submittal Packet. Revised per Addendum 2 ITB-CD-09-10 Re-Bid Term Contract for Code Enforcement Mowing and General Clean Up Services Required Submittal Packet Revised per Addendum 2 1. All addenda (signed and dated) 2. The following fourteen

More information

INVITATION TO BID INSTRUCTIONS TO BIDDERS

INVITATION TO BID INSTRUCTIONS TO BIDDERS INVITATION TO BID INSTRUCTIONS TO BIDDERS Scope: A contract will be awarded with the requirement to supply, Sodium Acetate or Sodium Formate based solid deicing product to the Susquehanna Area Regional

More information

PROPOSAL SUBMISSION AGREEMENT

PROPOSAL SUBMISSION AGREEMENT PROPOSAL SUBMISSION AGREEMENT THIS PROPOSAL SUBMISSION AGREEMENT (this Agreement ) is made and entered into effective on, 2014 (the Effective Date ), by, a ( Bidder ), in favor of Entergy Arkansas, Inc.

More information

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS SECTION TITLE F G H General Information About the IFB General Instructions for Bidders General Conditions for Bidders 18 SECTION F

More information

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT TO IB PAGE TO: Clerk of the Board INLAND VALLEY DEVELOPMENT AGENCY 1601 E. Third Street San Bernardino, CA 92408 BID: Pursuant to your published Notice

More information

REQUEST FOR BID 3D PRINTER FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2017-B02

REQUEST FOR BID 3D PRINTER FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2017-B02 REQUEST FOR BID 3D PRINTER FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2017-B02 Illinois Valley Community College District No. 513 (the College) is accepting sealed bids for a new 3D Printer. This bid

More information

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS 1 Date Issued: January 3, 2017 Bid Number: 17-10 The City of Sikeston is soliciting bids for one 2016 front-mounted commercial-grade riding lawn

More information

INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Name: Individual: Business: (mark one)

INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Name: Individual: Business: (mark one) INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Part One: University Information ( University or KSU) Contracting University Department/Office: Contracting

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than

More information

COUNTY OF COLE MISSOURI

COUNTY OF COLE MISSOURI COUNTY OF COLE MISSOURI REQUEST FOR BID 2019-04: MOSQUITO SPRAY MATERIALS SUBMISSIONS SHALL BE ACCEPTED THROUGH THURSDAY, FEBRUARY 7, 2019 AT 3:30 P.M. CENTRAL AND RECEIVED AT: COLE COUNTY COMMISSION 311

More information

Attachment C Federal Clauses & Certifications

Attachment C Federal Clauses & Certifications 1.0 No Obligation by the Federal Government. (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or

More information

LEGAL NOTICE - ADVERTISEMENT FOR BID

LEGAL NOTICE - ADVERTISEMENT FOR BID LEGAL NOTICE - ADVERTISEMENT FOR BID The Brick Township Municipal Utilities Authority, County of Ocean, State of New Jersey, will receive sealed bids for: SENSUS METERING EQUIPMENT AND APPURTENANCES All

More information

ORACLE REFERRAL AGREEMENT

ORACLE REFERRAL AGREEMENT ATTENTION! ONCE YOU CLICK THE I AGREE BUTTON DISPLAYED HEREWITH, THE FOLLOWING TERMS AND CONDITIONS WILL BE LEGALLY BINDING EITHER UPON YOU PERSONALLY, IF YOU ARE ENTERING INTO THIS AGREEMENT ON YOUR OWN

More information

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS Date Issued: September 28, 2018 Bid Number: 19-20, 19-21 and 19-22 The City of Sikeston is soliciting bids for the demolition and disposal of 315

More information

REQUEST FOR STATEMENTS OF QUALIFICATIONS TO PROVIDE CERTAIN INFORMATION TECHNOLOGY DESIGN, HOSTING & MAINTENANCE SERVICES (RFQ # ) ISSUED BY

REQUEST FOR STATEMENTS OF QUALIFICATIONS TO PROVIDE CERTAIN INFORMATION TECHNOLOGY DESIGN, HOSTING & MAINTENANCE SERVICES (RFQ # ) ISSUED BY REQUEST FOR STATEMENTS OF QUALIFICATIONS TO PROVIDE CERTAIN INFORMATION TECHNOLOGY DESIGN, HOSTING & MAINTENANCE SERVICES (RFQ #2018-03) ISSUED BY NASSAU COUNTY INDUSTRIAL DEVELOPMENT AGENCY I. Overview

More information

DISTRICT BANK DEPOSITORY SERVICES

DISTRICT BANK DEPOSITORY SERVICES Invitation For Request For Sealed Bid Proposal DISTRICT BANK DEPOSITORY SERVICES Request for Sealed Bid Proposal and Guidelines for Submittal ISSUED: Monday, October 3, 2016 PROPOSALS DUE ON OR BEFORE:

More information

State of Iowa, Board of Regents Standard Terms and Conditions

State of Iowa, Board of Regents Standard Terms and Conditions State of Iowa, Board of Regents Standard Terms and Conditions 1. Supplier s Responsibility. Supplier shall obtain all necessary permits and comply with all applicable laws, ordinances, rules, regulations,

More information

INVITATION TO BID. FURNISHING AND DELIVERING GASOLINE AND DIESEL FUEL Requisition No. PW

INVITATION TO BID. FURNISHING AND DELIVERING GASOLINE AND DIESEL FUEL Requisition No. PW INVITATION TO BID Sealed bids will be received by the City of Foley at Foley City Hall, 407 East Laurel Avenue, Foley, Alabama 36535 or P.O. Box 1750, Foley, Alabama 36536 until 11:00 a.m., Tuesday, December

More information

GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE. between the City of and

GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE. between the City of and GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE between the City of and [Insert Vendor's Co. Name] THIS AGREEMENT is made by and between the City of, a Washington municipal corporation (hereinafter

More information

AGREEMENT FOR COMPUTER ACCESS between. MASON COUNTY and

AGREEMENT FOR COMPUTER ACCESS between. MASON COUNTY and RESOLUTION NO..._ A RESOLUTION RELATING TO COMMERCIAL COMPANY ACCESS TO CERTAIN PUBLIC RECORDS AVAILABLE ON THE IBM SYSTEM 36/AS400 COMPUTER SYSTEM. WHEREAS, Mason County has established certain public

More information

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID LINCOLN UNIFIED SCHOOL DISTRICT -- -- -- -- -- -- -- -- CHROMEBOOK BID INSTRUCTIONS TO BIDDERS SPECIFICATIONS BID OPENING DECEMBER 3, 2013, 2:00PM EDUCATION CENTER 2010 W. SWAIN ROAD STOCKTON LINCOLN UNIFIED

More information

Topsfield Water Department Invitation to Bid Potassium Hydroxide June 1, 2007

Topsfield Water Department Invitation to Bid Potassium Hydroxide June 1, 2007 Topsfield Water Department Invitation to Bid Potassium Hydroxide June 1, 2007 Product: The Topsfield Water Department is requesting pricing for Potassium Hydroxide solution (45% by weight) meeting AWWA

More information

AGREEMENT Agreement for the Provision of Serial Subscription Services. Made and executed this day of, 2013 by and between

AGREEMENT Agreement for the Provision of Serial Subscription Services. Made and executed this day of, 2013 by and between AGREEMENT Agreement for the Provision of Serial Subscription Services Made and executed this day of, 2013 by and between The National Library Ltd. (CC) of the Edmond J. Safra Campus, P.O.B. 39105 Givat

More information

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY 2019 CALENDAR YEAR

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY 2019 CALENDAR YEAR INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY 2019 CALENDAR YEAR MUNICIPAL PROSECUTOR The Borough of Lavallette, located on a barrier

More information

INSTRUCTIONS TO BIDDERS Medical Center

INSTRUCTIONS TO BIDDERS Medical Center Revisions: Revisions were made to these Instructions to Bidders to conform to recent changes to the Code of Virginia and to changes in policy. Revised paragraphs are indicated by a vertic al line in the

More information

CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid

CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid 2015-021 January 28, 2015 1 BID FORM... 3 METHOD OF AWARD... 3 INTRODUCTION... 5 SPECIFICATIONS... 5 BID OPENING INFORMATION:... 5 WRITTEN

More information

INVITATION FOR BID Chipeta Lake Park Tree Trimming

INVITATION FOR BID Chipeta Lake Park Tree Trimming Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 INVITATION FOR BID Chipeta Lake Park Tree Trimming Issue Date: 1-08-2018 Bid Number: 17-059 Agent/Contact: John Malloy Submissions

More information

IT Department Invitation to Bid

IT Department Invitation to Bid For Shipment To: Michigan Works! Southeast ATTN: Daniel Childs 21 Care Drive Hillsdale, MI 49242 Bidder s Name: Bidder s Address: Bid Name: Due Date/Time: Instructions to Bidders Please read carefully

More information

REQUEST FOR PROPOSALS FOR INDEPENDENT ENGINEER SERVICES FOR POST CLOSURE CARE AT ORDOT CLOSURE FACILITY PROJECT NO.: RECEIVER-RFP ADDENDUM NO.

REQUEST FOR PROPOSALS FOR INDEPENDENT ENGINEER SERVICES FOR POST CLOSURE CARE AT ORDOT CLOSURE FACILITY PROJECT NO.: RECEIVER-RFP ADDENDUM NO. REQUEST FOR PROPOSALS FOR INDEPENDENT ENGINEER SERVICES FOR POST CLOSURE CARE AT ORDOT CLOSURE FACILITY PROJECT NO.: RECEIVER-RFP001-19 ADDENDUM NO. 2 JANUARY 7, 2019 ALL BIDDERS MUST ACKNOWLEDGE RECEIPT

More information

Butte School District #1 Request for Proposal (RFP)

Butte School District #1 Request for Proposal (RFP) Certification Request for Proposal (RFP) Bid Acknowledgement Form Bread Products The Respondent herby certifies by submission and signature of this proposal that the Respondent complies fully with this

More information

San Francisco Unified School District CUPCCAA PROJECT <$45K - $175K>

San Francisco Unified School District CUPCCAA PROJECT <$45K - $175K> San Francisco Unified School District CUPCCAA PROJECT A.D.A. SITE IMPROVEMENTS OF UPPER PLAY YARD AT NORIEGA EARLY EDUCATION SCHOOL 1775 44 TH Avenue, San Francisco, CA 94122 CUPCCAA Project

More information

San Francisco Unified School District. CUPCCAA PROJECT <$45K - $175K> 2 nd FLOOR CARPET REPLACEMENT RPA OFFICES PROJECT #12016

San Francisco Unified School District. CUPCCAA PROJECT <$45K - $175K> 2 nd FLOOR CARPET REPLACEMENT RPA OFFICES PROJECT #12016 San Francisco Unified School District Facilities Design & Construction Project CUPCCAA PROJECT 2 nd FLOOR CARPET REPLACEMENT RPA OFFICES PROJECT #12016 555 Franklin Street San Francisco,

More information

ENTERPRISE STATE COMMUNITY COLLEGE

ENTERPRISE STATE COMMUNITY COLLEGE March 4, 2019 To Whom It May Concern: Enterprise State Community College Business Office in Enterprise, AL will receive SEALED BIDS, Bid Inquiry No. 201920, for Floor Stripping and Waxing in Wallace Hall,

More information

CITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE. BID No

CITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE. BID No CITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE BID No. 2017-07 See, Attached List of City Owned Surplus Real Estate which is Available Bid Opening Date: January 26, 2018 at 2:00

More information

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1077 FOR SALE OF ABANDONED/UNCLAIMED PROPERTY

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1077 FOR SALE OF ABANDONED/UNCLAIMED PROPERTY PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1077 FOR SALE OF ABANDONED/UNCLAIMED PROPERTY BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL C/O COUNTY EXECUTIVE OFFICE 930 TACOMA AVE S RM

More information

ROCHESTER-GENESEE REGIONAL TRANSPORTATION AUTHORITY BOARD OF COMMISSIONERS AGENDA ITEM COVER SHEET. Board Meeting Date: June 5, 2014

ROCHESTER-GENESEE REGIONAL TRANSPORTATION AUTHORITY BOARD OF COMMISSIONERS AGENDA ITEM COVER SHEET. Board Meeting Date: June 5, 2014 ROCHESTER-GENESEE REGIONAL TRANSPORTATION AUTHORITY BOARD OF COMMISSIONERS AGENDA ITEM COVER SHEET Board Meeting Date: June 5, 2014 Presenter: Scott Adair Subject: Resolution Authorizing the Fuel Service

More information

REQUEST FOR PROPOSALS For the Installation and Maintenance of a Backup and Disaster Recovery System

REQUEST FOR PROPOSALS For the Installation and Maintenance of a Backup and Disaster Recovery System REQUEST FOR PROPOSALS For the Installation and Maintenance of a Backup and Disaster Recovery System Issued by: The City of Sandusky, Ohio Issued: October 16, 2013 Contact Person: Donald Rumbutis City of

More information

ASSOCIATION EXECUTIVE SECRETARY Request for Proposal. Municipal Treasurers Association of Wisconsin (MTAW)

ASSOCIATION EXECUTIVE SECRETARY Request for Proposal. Municipal Treasurers Association of Wisconsin (MTAW) ASSOCIATION EXECUTIVE SECRETARY Request for Proposal Municipal Treasurers Association of Wisconsin (MTAW) June 1, 2018 The Municipal Treasurers Association of Wisconsin (MTAW) invites qualified independent

More information

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY BOROUGH AUDITOR

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY BOROUGH AUDITOR INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY 2019 CALENDAR YEAR BOROUGH AUDITOR The Borough of Lavallette, located on a barrier

More information

FIRST INDEMNITY OF AMERICA INSURANCE COMPANY INDEMNITY AGREEMENT

FIRST INDEMNITY OF AMERICA INSURANCE COMPANY INDEMNITY AGREEMENT FIRST INDEMNITY OF AMERICA INSURANCE COMPANY Agreement Number: Execution Date: Click here to enter text. Click here to enter text. INDEMNITY AGREEMENT DEFINITIONS: Surety: First Indemnity of America Insurance

More information

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR PURCHASE OF DISH PANS TO REDUCE INFILTRATION AND INFLOW

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR PURCHASE OF DISH PANS TO REDUCE INFILTRATION AND INFLOW CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR PURCHASE OF DISH PANS TO REDUCE INFILTRATION AND INFLOW January 25, 2019 REQUEST FOR PROPOSALS For Purchase of Dish Pans to Reduce

More information

September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project

September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project Addendum No. 6 Dear Contractor: This addendum is being issued to the contract for construction on State

More information

Request for Proposal. Physical Security Professional Review. ASIS Chapter Calgary / Southern Alberta

Request for Proposal. Physical Security Professional Review. ASIS Chapter Calgary / Southern Alberta Request for Proposal Physical Security Professional Review ASIS Chapter 162 - Calgary / Southern Alberta August 2013 Table of Contents 1. Project Scope... 4 1.1 Introduction... 4 1.2 Purpose... 4 1.3 Project

More information