Request for Proposal (RFP) Automated Library Materials Handling System for Hamilton East Public Library (HEPL)

Size: px
Start display at page:

Download "Request for Proposal (RFP) Automated Library Materials Handling System for Hamilton East Public Library (HEPL)"

Transcription

1 Request for Proposal (RFP) Automated Library Materials Handling System for Hamilton East Public Library (HEPL) Issue Date: December 15, 2016 Due Date: January 30, 2017, 5:00 p.m. EST Contact: Kathryn Lorton Deputy Director Noblesville Library Hamilton East Public Library (317)

2 Table of Contents 1. General Information Timeline Statement of Purpose Library & Project Background Proposal Evaluation Selection Criteria Description of Requirements Critical Requirements Design A Design B Noblesville Library & Fishers Library Proposal Submission Guidelines Quantities, Appropriation, and Delivery Liability Installation Responses to the RFP Exceptions Guarantees and Warranties Negotiation Contract Documents Prices Project Schedule Proposal Format Cover Letter Table of Contents Executive Summary Description of the Proposed Solution Technical Requirements General Questions Design Specifications Vendor Experience & Credentials Corporate History P a g e

3 4.5.2 Commitment to Standards & Interoperability References Project Implementation Project Personnel & Qualifications Project Implementation Plan & Schedule Health & Safety Certification Training & Documentation Service, Support & Warranties Proposed Support and Maintenance Program Service Level Agreements Support Options Software Maintenance Guarantees & Warranties Cost Worksheets NOBLESVILLE Design A FISHERS Design A NOBLESVILLE Design B FISHERS Design B Declaration and Signature Attachments A: Noblesville Library Schematic Workroom & Materials Returns... B: Fishers Library Schematic Workroom & Materials Returns... 3 P a g e

4 1. General Information 1.1 Timeline The timeline supplied is HEPL s best estimate and is not binding on the Library. RFP Issued Thursday, December 15 th, 2016 OPTIONAL SITE VISITS Noblesville Library 1 Library Plaza Noblesville, IN Fishers Library 5 Municipal Drive Fishers, IN Monday, January 9 th Friday, January 13 th, 2017 contact Kathryn Lorton to schedule, no less than 3 business days in advance DEADLINE FOR VENDOR QUESTIONS Wednesday, January 18 th, :00 p.m. EST PROPOSAL DUE Monday, January 30 th, :00 p.m. EST Selection of Vendors for Meeting/Demonstration Friday, February 3 rd 2017 Library provides Demo Expectations to short-listed Vendors Monday, February 6 th, 2017 Vendor Demonstrations Due February 13 th & 14 th, 2016 Library Decision and Recommendation to Library Board of Trustees Thursday, February 23 rd, 2016 Selected Vendor Notification Monday, February 27th Estimated Project Start On or after May 1 st, 2016 All questions must be ed and directed to Kathryn Lorton, lortonk@hepl.lib.in.us A complete listing of all Vendor questions relating to this RFP along with HEPL responses will be provided to each Vendor via written addendum. 1.2 Statement of Purpose This Request for Proposal (RFP), issued by the Board of Trustees of Hamilton East Public Library (hereby referred to as HEPL ) is for the supply, installation, and training of an Automated Materials Handling Solution for each of HEPL s two library locations (Noblesville and Fishers.) The solution shall work in conjunction with HEPL s Integrated Library System (ILS), SirsiDynix Symphony, and with HEPL s RFID tags. 4 P a g e

5 1.3 Library & Project Background Hamilton East Public Library (HEPL) is located in Hamilton County in central Indiana approximately 25 miles north of downtown Indianapolis. The district covers 150 square miles, or about one-third of the total area in Hamilton County, including Delaware, Fall Creek, Noblesville, and Wayne Townships, the City of Noblesville, and the Town of Fishers. Hamilton County has experienced tremendous growth in the past few decades. Between the 2000 and 2010 census, the library district population grew from 82,296 to 140,680. HEPL has two locations open 69 hours per week, and serves approximately 87,000 cardholders. The 95,000 square foot Fishers Library and the 102,000 square foot Noblesville Library were expanded and remodeled in 2005 to anticipate the needs of these growing communities. In 2015, HEPL circulated a combined 2.1 million items between its two library locations, for an average of 600 circulations per open hour. The Fishers Library is located in the Fishers Municipal Plaza, in close proximity to City Hall and public safety departments, and within walking distance of several new downtown development projects. In 2015, the Fishers Library circulated approximately 1.2 million items, for an average of 355 circulations per open hour. The Noblesville Library is located off of Cumberland Road, near the intersection of State Roads 32 and 27 in the county seat of Noblesville, also in close proximity to local schools. In 2015, the Noblesville Library circulated approximately 850,000 items, for an average of 245 circulations per open hour. Both libraries are currently undergoing a renovation projects which will result in a shift in service model. As part of this renovation, the libraries are removing their large, centralized service desks in favor of smaller service points distributed around the library. Replacing the large circulation desks at each library will be an interactive tech wall, featuring vibrant design, digital signage, as well as materials drop off points that feed into the Automated Materials Handling System. The design includes a glass wall, so that patrons can view the AMH System as they return materials. See the attached schematic drawings and design renderings of the renovated circulation areas and desired location for the AMH system in both libraries. The circulation areas at both libraries currently offer indoor and exterior (drive-up) materials drop off points. Based on HEPL s data, the volume of materials returned indoors and outdoors is fairly balanced. However, the interior and exterior drop off points are situated with significant distance between them while structural and budgetary restrictions limit HEPL from making significant changes to the locations of these drop off points. As such, HEPL is seeking proposals for two different AMH designs. One design should include both interior and exterior induction points and should provide an automated solution for checking in and full sort of 95%+ of returned materials. The second design should represent an alternate, cost-efficient solution that may or may not incorporate both interior and exterior induction points and which may or may not require some staff intervention. 5 P a g e

6 More detailed descriptions of each desired AMH design are included in Section 2 (Description of Requirements.) In preparation for this project, HEPL is currently completing the process of retrospectively converting their collection to RFID. All new acquisitions have been processed with RFID tags since HEPL is on target to complete tagging of the collection prior to implementation of the Automated Materials Handling system. All pre-processed library materials come with 3M Compatible ISO Model # RFID tags. For other materials that library staff tag in-house, we use SmartTrac Block Lite HF RFID tags (SKU ) Both models of tags are compliant with ISO Standard. HEPL uses barcode-only encoding for all RFID tags. Additionally, all of our materials (including multiple disc sets and other multi-item materials) are tagged with a single RFID tag located on either the book cover or AV case. We intend to continue the process of visual examination for multi-item materials rather than identifying sets in the RFID/AMH system. Finally, HEPL does not currently have or intend to purchase a security system for use with our RFID tags. As to any remaining untagged items (e.g. long overdue materials, special items) the plan is to sort these items to an exceptions bin. 1.4 Proposal Evaluation An Evaluation Committee shall review all proposals to determine which Vendors have qualified for consideration. Only those proposals that meet or exceed the intent of the mandatory requirements will be further evaluated. Evaluation of functionality, customer reference checks, customer support ratings, third-party product integration, development history, and cost will be included in the preliminary selection process. HEPL reserves the right to select the Vendor deemed most suitable, which may or may not be the lowest cost Vendor. Based on the above evaluation, HEPL plans to develop a short list of Vendors. These Vendors will be invited to an in-person meeting during the week stated in Section 1.1 Timeline. During the in-person meeting, Vendors will be asked to present a demonstration of their proposed solution. HEPL will provide a script/outline describing the components to be included in the presentation. The presentation shall include aspects of the patron return experience, the staff induction experience, unloading bins, and AMH maintenance. HEPL will provide the demonstration script shortly after notifying short listed Vendors that they have been selected. Vendors will have at least one week to prepare their presentation based on the provided script. See Section 1.1 Timeline for exact dates. HEPL reserves the right, at its sole discretion, to request clarifications of proposals or to conduct discussions for the purpose of clarification with any or all Vendors. The purpose of any such discussions shall be to ensure full understanding of the proposal. If clarifications are made as a result of such discussion, the Vendor shall put such clarifications in writing. 6 P a g e

7 1.5 Selection Criteria The selection of the winning proposals will be based on a numerical scoring system. All proposals will be assigned a score for each item/category as outlined in the following table. Upon receipt of the proposals, an evaluation team will determine the proposals most qualified based on the following criteria: Suitability of the proposed solution 5% Ability to meet technical requirements 45% Vendor experience and capability 10% Service, support, and warranties provided to HEPL 25% Affordability of the proposed system 10% Clarity and completeness of the submitted proposal 5% HEPL reserves the right to select the Vendor deemed most suitable, which may or may not be the lowest cost solution. 7 P a g e

8 2. Description of Requirements 2.1 Critical Requirements Among other benefits, the proposed system must provide: Significant productivity gains through improved workflow processes Fast and efficient induction and sorting of staff inducted library material Trouble-free operation and easy maintenance for staff for ten years or more Cost-effective materials handling from all patron returns 99.5% check-in and sorting accuracy Improved turnaround time for patron returns and enhanced customer experience Flexible and robust sorter capable of handling high volume of returns yet support improved return-to-shelf workflows Windows 10 compatible 2.2 Design A Design A, representing HEPL s ideal solution, should include both interior and exterior (drive-up) induction points and should provide an automated solution for check-in and sortation of 95%+ of returned materials. An ideal design for this solution should include: 1 full sortation system with a conveyor system bringing materials from both interior, exterior, and staff induction points 1 exterior materials return point o Drive-up o Smart drop & go with de-shingler is preferred o Use of pre-existing materials return point as much as possible, with minimal construction to exterior wall is preferred o Must allow patrons to still drop off materials even if the system is offline 2 adjacent interior materials return points o 1 smart drop & go with de-shingler, and 1 intelligent return/self-service check in is preferred o Optional barcode scan for self-service check in is desirable Flexible design that would allow for expansion to a third induction point in the future 1 intelligent return style staff induction point 8-9 sortation bins 8 P a g e

9 2.3 Design B Design B should represent an alternate, cost-efficient solution not to exceed a total project cost of $450,000 for both libraries. This design should incorporate as many features of Design A as possible, and supplemented with alternative features described below. 1 full sortation system for interior materials returns, PLUS o a mini sortation system for exterior materials returns OR o An updated dumb conveyor belt, utilizing the current exterior drop point; does not feed into the sortation system; would require staff induction 2 adjacent interior return points o One or both may be smart returns (either intelligent return OR drop & go) o One may utilize our existing materials return point for dumb returns requiring staff induction No less than 5 sortation bins 2.4 Noblesville Library & Fishers Library Because HEPL is a two-library system, proposals should include four designs: Design A (Noblesville Library) Design A (Fishers Library) Design B (Noblesville Library) Design B (Fishers Library) Each design need not be 100% identical for the Noblesville and Fishers Libraries, but the end-user experience for patrons should have a consistent feel between each library, and the design must be similar enough such that library staff can easily operate and troubleshoot equipment at both libraries. The Fishers Library circulates approximately 45% more materials each year than the Noblesville Library, so there is a greater need for a high degree of automation in Fishers while Noblesville could incorporate more cost-saving alternate design elements. 9 P a g e

10 3. Proposal Submission Guidelines Proposals are due on the date and time indicated in Section 1.1 Prior to proposal submissions, Vendors may schedule an Optional Site Visit during the week indicated in Section 1.1. HEPL invites Vendors to schedule a site visit in order to better understand the workroom space where the AMH systems will be installed. To schedule a site visit, the Vendor should contact Kathryn Lorton no less than three business days in advance of the day they wish to visit. Visits must be scheduled between 9:00 a.m. and 5:00 p.m. EST. Visits will include both the Noblesville Library and the Fishers Library, approximately a 15 minute drive away. Vendors should plan for at least 2 hours for the visit in order to include both libraries. Four (4) copies of the entire proposal must be delivered in a sealed envelope or package and clearly marked as HEPL AMH PROPOSAL. One copy shall be marked as Original and must contain an original signature and an electronic version of the entire proposal on a CD or USB drive. Proposals may be delivered by hand, U.S. Mail, or courier service. Proposals received beyond the deadline (date and time) will be returned, unopened. Proposals submitted by facsimile transmission or will be rejected. Proposals should be addressed to: Kathryn Lorton Deputy Director Noblesville Library Hamilton East Public Library 1 Library Plaza Noblesville, IN Responses shall follow the format laid out in Section 4: Proposal Format. Proposals should include all necessary information on hardware, software, shipping, installation, training, and purchase, maintenance and support costs associated with the purchase of the proposed system. Costs must be provided using the provided Cost Worksheets with a breakdown of costs (in dollars, not percentages) as shown in each Cost Worksheet. Proposals should include the minimum specifications for existing PCs and networking requirements to operate in conjunction with the Vendor s software. Any costs associated with the preparation and delivery of this proposal will be borne solely by the Vendor. 3.1 Quantities, Appropriation, and Delivery Unless otherwise stated, quantities listed are estimates only, and HEPL does not guarantee to purchase the quantities specified. The quantities purchased will be limited to the amount of monies budgeted and appropriated for it. Delivery shall be F.O.B. to the central site and/or the facilities where they are to be installed. 10 P a g e

11 3.2 Liability Any contract for services shall include the following indemnification language. Vendors acknowledge that submitting a proposal indicates their willingness and ability to contract with HEPL under these terms: Contractor agrees to indemnify and hold harmless Hamilton East Public Library and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney s fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney s fee, costs or expense HEPL incurs or makes to or on behalf of an injured employee under HEPL s self-administered workers compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 3.3 Installation Vendor shall install the system as specified in the RFP, by manufacturer-trained technicians subject to exceptions made in the response and agreed upon in writing. 3.4 Responses to the RFP Proposals will only be accepted from a single firm, not from joint ventures. When two or more Vendors desire to submit a single proposal, they shall do so as prime/subcontractor(s). Vendors are invited to visit HEPL to assist in the preparation of their responses. Vendors may not use omissions or errors in the Specifications or other contract documents to their advantage. HEPL reserves the right to issue new instructions correcting any such errors or omissions, which new instructions shall be treated as if originally included. HEPL may make any investigation it deems necessary to determine the ability of the Vendor to perform the work. Vendors shall furnish information for this purpose to HEPL upon request. HEPL reserves the right to reject any bid if the evidence submitted by, or other investigation of, the Vendor fails to satisfy HEPL that the Vendor has the proper qualifications, experience, equipment, manpower, or financial and managerial capability to carry out the obligations of the contract agreement or to perform the work as specified. A Vendor may withdraw a bid in writing to Library prior to deadline for bid receiving. 11 P a g e

12 3.5 Exceptions If the Vendor s specifications for furnishing products or equipment are in any respect not the equivalent of the requirements in the RFP, this discrepancy must specifically be called out in the proposal. Notwithstanding anything to the contrary in this RFP, Vendors are invited to propose, and HEPL will consider, any system that is the functional equivalent, or better, system than called out in this RFP. 3.6 Guarantees and Warranties All guarantees and warranties should be stated in writing and submitted as part of the proposal. The Vendor shall warrant that the system will meet the reliability and performance requirements set forth in the RFP and will continue to do so as long as the system remains under Vendor maintenance. 3.7 Negotiation The Vendor acknowledges HEPL's right to reject any and all bids and to waive any formality or irregularity in any bid received. The Vendor recognizes HEPL s right to reject any bid which fails to submit the data required by the bidding documents or is in any way incomplete or irregular. An award to the lowest Vendor is not required. Library reserves the right to enter into negotiation with one or more Vendors. Library reserves the right to waive any informality as may be permitted by law. Library reserves the right to award multiple contracts for different portions of the work or commodities, or to reject all proposals. 3.8 Contract Documents Each Vendor shall examine the bidding documents carefully. Any interpretation or correction will be issued as an Addendum by HEPL. Only a written interpretation or correction by Addendum shall be binding. Addenda are written or graphic instruments issued prior to bid receiving which modify or interpret the bidding documents, including specifications, additions, deletions, clarifications or corrections. Prior to bid receiving, HEPL will send any Addenda to each Vendor in writing. The successful responder will be expected to enter into a contract with Library pursuant to the documents that include the RFP, the Vendor s proposal, the summary of negotiation, and any and all other additional materials submitted by the Vendor. The selected Vendor may be requested to submit copies of their applicable standard contract forms. The only official answer or position of Library will be the one stated in writing. 12 P a g e

13 3.9 Prices Vendor will also provide a detailed quote sheet using the forms provided in Section 4.8. Prices reflected in the proposal shall include any discounts. Annual maintenance and support costs shall be included showing actual costs of proposed solution over ten years. For each designed solution, the Vendor is required to submit a separate Cost Worksheet as described in the Proposal Format Section 4. Specifically, see sections: NOBLESVILLE DESIGN A COST WORKSHEET FISHERS DESIGN A COST WORKSHEET NOBLESVILLE DESIGN B COST WORKSHEET FISHERS DESIGN B COST WORKSHEET Unit and extended prices must be quoted in U.S. Dollars for each line item specified on the Cost Worksheets. Unit and extended prices must be quoted in U.S. Dollars for any additional and necessary or recommended components. Use the Options Cost Worksheet to describe any discounts that would be available if quantities were varied or for any other reason. No Vendor will be allowed to modify or resubmit its proposal, for any reason whatsoever, after the proposals have been opened. Proposals will not be opened until the specified due date Project Schedule The proposal shall include a detailed project schedule for the entire project from final design, and demolition to installation, configuration, and training. The proposal shall include a project manager to oversee the project to ensure that it meets the requirements of HEPL and to be the key contact for the entire installation. 13 P a g e

14 4. Proposal Format Proposals must be structured, presented, and labeled a described in this section. Failure to follow the specified format, to label the responses correctly, or to address all of the subsections may, at HEPL s sole discretion, result in the rejection of the Proposal. Proposals should be prepared on standard 8 1/2" x 11" paper and printed on two (2) sides. All proposal pages should be numbered. 4.1 Cover Letter The proposal must include a cover letter that provides the following: 1. Vendor s legal name and corporate structure; 2. Vendor s primary contact to include name, address, phone, and ; 3. Identification of any subcontractors and scope of work to be performed by subcontractors; 4. Identification of any pending litigation against the Vendor; 5. Disclosure of any bankruptcy or insolvency proceedings in last ten (10) years; 6. Statement of the Vendor s credentials to deliver the services sought under the RFP; 7. Statement indicating the proposal remains valid for at least 180 days; 8. Statement that the Vendor or any individual who will perform work for the Vendor is free of any conflict of interest 10. Signature of a company officer empowered to bind the Vendor to the provisions of this RFP and any contract awarded pursuant to it. 11. The proposal cover letter should be concise and brief and not exceed two (2) pages. 4.2 Table of Contents All pages are to be numbered and figures, tables, charts, etc. must be assigned index numbers and identified in the Table of Contents. 4.3 Executive Summary Provide a brief and concise synopsis of the proposal and a description of the Vendor s credentials to deliver the services sought under the RFP. 14 P a g e

15 4.4 Description of the Proposed Solution Describe the products and systems which comprise your proposed solutions. Description to include: 1. How its offerings will benefit HEPL in the areas of faster turnaround time for returns, improved materials handling for staff, support for patron self-service, and staff ergonomics 2. How Vendor will assist HEPL in the installation of a state-of-the-art system in as efficient and least disruptive manner as possible 3. How Vendor will assist HEPL in its goal to speed up turnaround time of library returns while reducing staff workload 4. How Vendor will offer ongoing support and maintenance and ensure the system will continue to operate with 99.5% check-in and sortation accuracy for at least ten years 5. Other opportunities for leveraging the Vendor s products Technical Requirements Respond to each requirement contained in the Technical Requirements section of the RFP using the criteria specified below: YES Feature, function, product or service is available as requested and is fully operational using the version proposed at one or both Library sites. NO Feature, function, product or service is not available, in development or planned. PLANNED Feature, function, product or service is planned or in development. Provide implementation dates or estimates. Indicate whether HEPL will incur any additional costs for the product or service once it becomes available. The proposed system is capable of reading RFID tags that are compliant with the ISO standard. The proposed system and all of its components is entirely compatible with, and will in no manner interfere with, the SirsiDynix Symphony Integrated Library System, its computer clients or other components The Vendor is willing to work with SirsiDynix if necessary to resolve any integration issues The sortation software will interface with the library s database through SIP, NCIP or LCF in order to separate holds from other items and to sort materials for shelving The Vendor is willing to work with Kimberly Bolan and Associates, LLC (renovation space planning consultants) and LWC (renovation architects) to coordinate installation of proposed solution, as well as any necessary construction YES / NO / PLANNED 15 P a g e

16 The Vendor offers a 12-month 100% money-back performance guarantee on all equipment purchased and covered by a 12-month warranty or service agreement The system software is capable of running on Windows 10 The system as described (including all patron returns, plus the sorter) is capable of fully functioning 24/7/365 The system is able to identify non-standard RFID tags and/or untagged material and sort it to the Exceptions bin for retagging or discard The system is able to accept and sort items even when the ILS connection is lost. All patron returns are capable of supporting 99.5% check in and sorting accuracy of RFID-tagged items. Each patron return can be uniquely configurable as it relates to accepting or rejecting returns (e.g. outside drive-up can be set to accept all returns, including donations or untagged items, during closed hours while interior returns can be set to only accept items when a library RFID tag is identified) All patron returns are capable of offering patrons either: or SMS notification that materials have been checked in OR A paper receipt at the time of return & check in Interior patron returns featuring intelligent return/self-service check in include a shelf for patrons to place their items on while using the return The system is able to automatically print Hold Slips when items are returned that trigger a hold In order to save energy and reduce noise, the sorting system provides for a stand-by mode when no items are being inducted. Sorter supports multiple, configurable, and selectable sort programs that can be used for different periods (e.g. after hours, open hours, long weekends, etc.) System is capable of adding additional sort destinations and bins at a later time System will provide alerts when error conditions are encountered (e.g. bin full, jam etc.) The management system of the AMH systems are remotely accessible over the library network using a standard web browser. The system provides for an easy-to-use Emergency Stop system General Questions 1. Describe how the Vendor will support and service the AMH system, including information about locally available technicians, remote or dial-in support, spare parts, etc. 16 P a g e

17 2. Please provide proposed language for an Uptime Guarantee that the Vendor would be willing to include in the contract. 3. Please provide documentation showing how you have verified your system s accuracy rate. 4. Describe the ways that the proposed system keeps energy levels and noise to a minimum. Include the decibel levels of the system while in operation. 5. Describe any repairs or routine maintenance that library staff would be expected to perform, including frequency Design Specifications Complete the included worksheets for Design A (Noblesville & Fishers Libraries) and Design B (Noblesville & Fishers Libraries.) 17 P a g e

18 Design A Worksheet (total automation) *describe variations between Noblesville and Fishers designs as necessary 1. Describe the proposed Design A solution(s) for the Noblesville and Fishers Libraries. Please include: Number and type/description of induction points Number and type of sortation bins Description of conveyor belt technology & manufacturer Description of computer hardware and software 2. Using Attachments A & B, which show the available space in the Circulation Workrooms and the proposed wall locations for interior induction points, please provide a drawing of each of your proposed systems as they would be installed, including: Dimensions and required clearances Electrical requirements Needed staging areas for extra bins, carts, etc. 3. Describe how the system works, including specifying: The point at which the RFID tag is read The point at which the item is checked in How the system keeps track of where each item is as it moves along the conveyor system 4. Describe the Maximum Throughput Per Hour for each system as proposed. Maximum Throughput Per Hour is defined as the number of items that can be accurately (99.5% accurate) in one hour, assuming all items are RFID tagged and are being inserted into all inductions as fast as possible for the entire hour. 5. For each type of induction point, describe how many items a patron can induct in 15 seconds, assuming no excessive delays from the ILS and no other induction activity 6. Describe how many items staff can induct in 15 seconds, assuming no excessive delays from the ILS and no other induction activity 7. Describe how the proposed system ensures items are sorted individually and avoids problems that may occur when items become stacked, or are inducted in a stack (e.g. de-shingling) 8. Describe the smallest and largest objects that can be inserted into the patron return slots. 9. Describe how your system and your training will help HEPL achieve the goal of 95% self-service returns. 10. Please provide images of the patron interface for intelligent return/self-service check in, if included. 11. Describe the process by which patrons receive confirmation that their materials have been successfully returned & checked-in. 12. Describe the exterior drive up return, including: 18 P a g e

19 Height of induction slot from the ground How items are inducted by the patron Weather proofing 13. Describe bin capacity for proposed bins. Also describe any additional bins/carts that are available but which are not included in this design. 14. The proposed system should be able to accommodate the average maximum daily returns for each library location even when the library is closed. Please describe the proposed system s maximum capacity. 15. Describe what happens when the connection to the ILS is lost both from the patron and staff point of view. 19 P a g e

20 Design B Worksheet (alternate) Describe the proposed Design B solution(s) for the Noblesville and Fishers Libraries. Please include: Number and type/description of induction points Number and type of sortation bins Description of conveyor belt technology & manufacturer Description of computer hardware and software Cost-savings alternatives to Design A 2. Using Attachments A & B, which show the available space in the Circulation Workrooms and the proposed wall locations for interior induction points, please provide a drawing of each of your proposed systems as they would be installed, including: Dimensions and required clearances Electrical requirements Needed staging areas for extra bins, carts, etc. 3. Describe how the system works, including specifying: The point at which the RFID tag is read The point at which the item is checked in How the system keeps track of where each item is as it moves along the conveyor system 4. Describe the Maximum Throughput Per Hour for each system as proposed. Maximum Throughput Per Hour is defined as the number of items that can be accurately (99.5% accurate) in one hour, assuming all items are RFID tagged and are being inserted into all inductions as fast as possible for the entire hour. 5. For each type of induction point, describe how many items a patron can induct in 15 seconds, assuming no excessive delays from the ILS and no other induction activity 6. Describe how many items staff can induct in 15 seconds, assuming no excessive delays from the ILS and no other induction activity 7. Describe how the proposed system ensures items are sorted individually and avoids problems that may occur when items become stacked, or are inducted in a stack (e.g. de-shingling) 8. Describe the smallest and largest objects that can be inserted into the patron return slots. 9. How much staff induction will be required in order to sort all materials returned at the library? What percentage of returns to each library (Noblesville and Fishers) you estimate your proposed system(s) will automate without staff intervention? 10. Please provide images of the patron interface for intelligent return/self-service check in, if included. 11. Describe the process by which patrons receive confirmation that their materials have been successfully returned & checked-in. 20 P a g e

21 12. Describe bin capacity for proposed bins. Also describe any additional bins/carts that are available but which are not included in this design. 13. Please describe the proposed system s maximum capacity. 14. Describe what happens when the connection to the ILS is lost both from the patron and staff point of view. 15. Please describe any other relevant design information not addressed in the questions above. 21 P a g e

22 4.5 Vendor Experience & Credentials The Vendor shall provide information on its experience and qualifications, which enable it to provide a suitable solution for HEPL, including, but not limited to, the following items: 1. Number of AMH installations in the U.S. and globally 2. Number of AMH installations within 300 miles of Indianapolis, Indiana 3. Any other information regarding the Vendor s experience, which will assist HEPL in evaluating the proposal and making an ultimate decision Corporate History Provide a brief history of the company, including incorporation and ownership, and experience installing the products and services requested in this RFP. It is desired that the Vendor only comment on the history and experiences of its library division for the purposes of this RFP. Also include the following: Details of any parent company, partners, and suppliers as well as the nature of the Vendor s relationship to them. Details of any sale, acquisition, or merger anticipated by the Vendor. Details of any litigation instigated against the Vendor or cancellation of contract for nonperformance of the Vendor in the past five years. Details of any litigation with another Vendor, supplier, or manufacturer in the industry. Demonstrable financial viability of Vendor Commitment to Standards & Interoperability If you provide any APIs to your customers, please list them and state whether they are publicly available to non-customers as well References The Vendor must supply three references for similar work it has undertaken over the past five years, preferably within a library using a SirsiDynix ILS (Horizon or Symphony.) Provide the library name; the ILS in use; contact name(s); address; telephone number; and a brief description of the work performed, including products provided and the installation year. Failure to provide the above information may result in the Vendor being disqualified and its proposal not considered. Library reserves the right to contact any and all references to obtain information without limitation and regardless of the Vendor s performance on the listed jobs. A uniform sample of references will be checked for each Vendor. 22 P a g e

23 4.6 Project Implementation Project Personnel & Qualifications Provide descriptions of the team that will be involved in the proposed project. 1. Provide experience, qualifications, and role for each person who will be participating in the project. That is, state the background of each team member, years of experience, length of employment with your firm, and experience providing the products requested in this document. 2. Include a list of relevant and successfully completed projects by these team members. 3. Provide the name of the person who will direct the overall project throughout the duration of the contract and key responsibilities. Include any subcontractors. 4. Include an organizational chart for the proposed project team, identifying the team leader, and all roles and areas of responsibility Project Implementation Plan & Schedule Provide a comprehensive project implementation plan. This plan will include: 1. Assuming the contract is signed on March 1st, 2016 and the estimated start of the project is no earlier than May 1 st, 2016, provide a realistic project implementation timeline for each major part of the implementation including demo and removal of legacy system removal, finalization of new system design, manufacture of system, delivery, installation, testing, training. 2. For each item, indicate the responsible party including specific project personnel. Indicate HEPL for all tasks for which HEPL is responsible Health & Safety Certification List the certifications you are able to provide for your system, and attach documentation and certification listing numbers of the CSA, UL, or ETL approval for your system as Exhibit A to your proposal Training & Documentation Vendor will supply adequate training free of charge to HEPL as part of the implementation process. Adequate training is defined by the following: 1. Training key circulation staff, system administration staff and select Public Works staff in the use of all equipment. Total number of staff to be trained is approximately Training will be performed by the Vendor and will take place at HEPL. 23 P a g e

24 Additional training requirements include: HEPL requires user manuals, plus any other materials that are typically distributed during training. HEPL requires that manuals be available in electronic format with unlimited distribution within the library, and shall be supplied free of charge. HEPL requires unlimited interaction with the Vendor sales staff and technical support staff during installation planning, the installation phase, and follow-up immediately after such installation. Vendor agrees to submit the following documents at the completion of the project as part of the sign off phase. Digital format should be of a type that can be opened and read on any Windows based PC in either MS Office or Adobe reader or other freely available program. 1. Complete As-Build drawings 2. Full User, Operator, Admin, and Maintenance manuals for system, both hardware and software. 3. System configuration settings needed for optimal system performance. 4. Include Network settings, RFID settings, protocols, and data model used 5. All other settings or information what would be needed to bring the system back to optimal system operation after a system failure 4.7 Service, Support & Warranties Proposed Support and Maintenance Program HEPL wishes to ensure that the system is fully functional for ten years or more. Provide details of the service and support program you recommend in order to achieve this objective. Provide a sample support and maintenance agreements for your proposed support and maintenance program with the corresponding Cost Worksheet Service Level Agreements Describe your Service Level Agreements as they pertain to the following: % Functional System Uptime (ability to check-in and sort items inducted from all patron and staff inductions to all locations on the sorter) 2. Drive-up Patron Return Uptime (ability to check-in and sort items returned to the drive-up return) 3. Inside Walk-up Patron Return Uptime (ability to check-in and sort items returned to the inside walk-up return) 24 P a g e

25 4. Staff Induction Uptime (ability to check-in and sort items inducted onto the system at the staff induction) 5. Sorting (ability to use all sort destinations for sorting) Support Options Describe your company s support operation including: 1. Normal operating hours for tech support 2. Procedures for obtaining assistance during off hours 3. Any sub-contractors that will provide services 4. Guaranteed response times for both remote and on-site support 5. Locations of support technicians 6. Turnaround time guaranteed by Vendor to acquire and install replacement parts 7. Qualifications of key support team personnel Software Maintenance Describe your software update and upgrade policy and how updates are applied. Specifically, provide: 1. How often software updates are provided 2. How software updates are applied and by whom 3. If the Vendor applies updates, describe the requirements for accessing the library s system HEPL requires that all software updates be pre-approved by HEPL before they are installed and requires that the Vendor be responsible for testing all operating system updates before applying them. State your willingness to comply with both of these requests Guarantees & Warranties Provide details of all guarantees and warranties that accompany your proposed solution. Requirements include: 1. Warranty of Equipment. The Vendor must provide an all-inclusive, 12-month extended warranty on equipment, software, and components and offer a maintenance/service contract thereafter. All proposed maintenance/service contracts are subject to negotiation by HEPL. Warranty and service requirements apply to both standard and optional system components. 2. Performance Guarantee. The Vendor must offer a 12-month, 100% money-back performance guarantee on all equipment purchased and covered by a 12-month extended warranty or 25 P a g e

26 service agreement. If the detection system does not perform to the level of performance outlined in the specification document for this product, the Vendor must either make the system meet the specified performance level or refund the entire purchase price and remove the system at no charge to HEPL. 3. Software Warranty. Software patches and upgrades are supplied free of charge to HEPL and are performed by the Vendor s trained technicians. Describe how often patches and upgrades are applied and how they are scheduled with library. 4. On-Site Support Response Guarantee. Service technicians should readily available and be fully trained, factory authorized, and certified by the manufacturer to perform service on any related hardware or software. Describe guaranteed on-site support response time. 5. Phone Response Guarantee. Verify that HEPL can request support 24 hours a day using a tollfree number and that HEPL will receive an acknowledgement of the ticket within 20 minutes. Describe guaranteed phone support response time. 6. Remote Support. The service agreement must include remote maintenance for expert technical consultation and software support. Describe which products can be supported remotely and the library-side requirements for gaining access to the installed system. 7. Spare Parts. Describe commonly stocked spare items and where the parts likely needed for this Library will be located. 8. Extended Support. The service agreement must be renewable on an annual basis. Describe availability of extended support contracts and the annual cost of each option. 26 P a g e

27 4.8 Cost Worksheets NOBLESVILLE Design A Required Components Vendor Description/ Model Number (Units) Price Per Unit (US$) Extended Price (US$) Sorter with 8-9 sort destinations as described in Section 2.2 (Design A) with all sort destinations configured for high-capacity bins (show cost of sorter only and break out other costs below) 8-9 high-capacity bins One (1) drive-up patron return (RFID only) featuring smart drop & go technology allowing patrons to quickly return materials & receive check-in confirmation later One (1) internal patron return (RFID only) featuring smart drop & go technology allowing patrons to quickly return materials and receive check-in confirmation later One (1) internal patron return with a touchscreen interface, intelligent return/self-service check-in and immediate confirmation that materials are checked in Conveyance between drive-up patron return and sorter Conveyance between internal patron returns and sorter One staff Induction (barcode and RFID) Printer configured to automatically print hold slips Cost of removal of existing conveyance (if applicable) Other (please add lines as needed) TOTAL INITIAL EQUIPMENT COST 27 P a g e

28 4.8.1 NOBLESVILLE Design A Cost Worksheet - CONTINUED Services Price Per Unit (US$) Extended Price (US$) First Year Hardware and Software maintenance Demolition and removal of existing conveyor belts (if applicable) Installation Shipping Training Support Tax TOTAL YEAR ONE SERVICES COST TOTAL YEAR ONE COSTS (EQUIPMENT AND SERVICES) Annual Costs Price Per Unit (US$) Extended Price (US$) Include a Hardware and Software Maintenance and Support plan including sufficient Preventative Maintenance visits to ensure system remains in good working order for 10 years. Attach a sample of the Maintenance and Support Plan corresponding to this Cost Proposal. Annual Maintenance Cost Year 2 Annual Maintenance Cost Year 3 Annual Maintenance Cost Year 4 Annual Maintenance Cost Year 5 Annual Maintenance Cost Year 6 Annual Maintenance Cost Year 7 Annual Maintenance Cost Year 8 Annual Maintenance Cost Year 9 Annual Maintenance Cost Year 10 TOTAL COST OVER TEN YEARS: $ 28 P a g e

29 4.8.2 FISHERS Design A Required Components Vendor Description/ Model Number (Units) Price Per Unit (US$) Extended Price (US$) Sorter with 8-9 sort destinations as described in Section 2.2 (Design A) with all sort destinations configured for high-capacity bins (show cost of sorter only and break out other costs below) 8-9 high-capacity bins One (1) drive-up patron return (RFID only) featuring smart drop & go technology allowing patrons to quickly return materials & receive check-in confirmation later One (1) internal patron return (RFID only) featuring smart drop & go technology allowing patrons to quickly return materials and receive check-in confirmation later One (1) internal patron return with a touchscreen interface, intelligent return/self-service check-in and immediate confirmation that materials are checked in Conveyance between drive-up patron return and sorter Conveyance between internal patron returns and sorter One staff Induction (barcode and RFID) Printer configured to automatically print hold slips Cost of removal of existing conveyance (if applicable) Other (please add lines as needed) TOTAL INITIAL EQUIPMENT COST 29 P a g e

30 4.8.2 FISHERS Design A Cost Worksheet - CONTINUED Services Price Per Unit (US$) Extended Price (US$) First Year Hardware and Software maintenance Demolition and removal of existing conveyor belts (if applicable) Installation Shipping Training Support Tax TOTAL YEAR ONE SERVICES COST TOTAL YEAR ONE COSTS (EQUIPMENT AND SERVICES) Annual Costs Price Per Unit (US$) Extended Price (US$) Include a Hardware and Software Maintenance and Support plan including sufficient Preventative Maintenance visits to ensure system remains in good working order for 10 years. Attach a sample of the Maintenance and Support Plan corresponding to this Cost Proposal. Annual Maintenance Cost Year 2 Annual Maintenance Cost Year 3 Annual Maintenance Cost Year 4 Annual Maintenance Cost Year 5 Annual Maintenance Cost Year 6 Annual Maintenance Cost Year 7 Annual Maintenance Cost Year 8 Annual Maintenance Cost Year 9 Annual Maintenance Cost Year 10 TOTAL COST OVER TEN YEARS: $ 30 P a g e

31 4.8.3 NOBLESVILLE Design B Required Components Vendor Description/ Model Number (Units) Price Per Unit (US$) Extended Price (US$) Sorter with minimum 5 sort destinations, with conveyance from internal return points, as described in Section 2.3 (Design 3) with all sort destinations configured for high-capacity bins (show cost of sorter only and break out other costs below) TBD solution for exterior return points (RFID based or non-rfid based) Minimum of high-capacity bins One (1) internal patron return (RFID only) featuring intelligent return OR drop & go technology One (1) internal patron return (RFID based or non-rfid based) Conveyance between internal patron returns and sorter One staff Induction (barcode and RFID) Printer configured to automatically print hold slips Cost of removal/replacement of existing conveyance (if applicable) Other (please add lines as needed) TOTAL INITIAL EQUIPMENT COST 31 P a g e

REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL

REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL 5006 EOI REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL Responses to this Request for Expressions of Interest will be received at the Information Counter, Main Floor,

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 QUALIFICATION: Radio Project Phase II RFQ OPENING DATE: December 7, 2015 TIME: 2:00

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More information

Ohio Public Employees Retirement System. Request for Proposal

Ohio Public Employees Retirement System. Request for Proposal Ohio Public Employees Retirement System For: Consulting Services for Development of the Business Intelligence & Analytics Office Date: 9/11/2017 Project Name: Business Intelligence & Analytics Program

More information

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. INVITATION FOR BID Copier 2016 ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Digital Printer/Copier/Scanner FOR ADDITIONAL

More information

NORTHEAST TEXAS PUBLIC HEALTH DISTRICT (NET HEALTH) REQUEST FOR PROPOSALS (RFP)

NORTHEAST TEXAS PUBLIC HEALTH DISTRICT (NET HEALTH) REQUEST FOR PROPOSALS (RFP) NORTHEAST TEXAS PUBLIC HEALTH DISTRICT (NET HEALTH) REQUEST FOR PROPOSALS (RFP) PROJECT: SERVER REPLACEMENT November 28, 2016 OVERVIEW 1. Project Background and Description The Northeast Texas Public Health

More information

INVITATION TO BID (Request for Proposal)

INVITATION TO BID (Request for Proposal) INVITATION TO BID (Request for Proposal) July 5, 2017 PROJECT Collaborative Spaces Furniture PROJECT DESCRIPTION The Topeka and Shawnee County Public Library is a 21st-century, landmark library; most recently

More information

Ohio Public Employees Retirement System. Request for Proposal

Ohio Public Employees Retirement System. Request for Proposal Ohio Public Employees Retirement System For: Application Performance Monitoring Software Date: March 23, 2018 277 East Town Street Columbus, Ohio 43215 1-800-222-PERS (7377) www.opers.org PLEASE NOTE:

More information

RFP IP-Based Surveillance Camera System

RFP IP-Based Surveillance Camera System RFP IP-Based Surveillance Camera System The Clinton Community School District (referenced as the DISTRICT throughout this proposal) desire to implement a district wide,tcp/ip based surveillance camera

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS UTILITY BILLING SOFTWARE DUE DATE: NO LATER THAN 5:00 PM EASTERN TIME, MARCH 11, 2016 QUESTIONS: JESSICA MARTIN-LANE JESSICA@MARTIN-MCGILL.COM NOTE: THE COUNTY OF HARNETT RESERVES

More information

Rental Property Registration and Crime Free Housing Software. Request for Proposal

Rental Property Registration and Crime Free Housing Software. Request for Proposal Rental Property Registration and Crime Free Housing Software RFP NO.: 13-11 Request for Proposal 19 December 2013 Page 1 TABLE OF CONTENTS Section 1 Introduction...3 General Information...4 RFP Submittal

More information

SPECIFICATIONS FOR TENDER # SUPPLY OF BLOOD GAS ANALYZER FOR WESTERN HEALTH

SPECIFICATIONS FOR TENDER # SUPPLY OF BLOOD GAS ANALYZER FOR WESTERN HEALTH SPECIFICATIONS FOR TENDER #0171-0809 SUPPLY OF BLOOD GAS ANALYZER FOR WESTERN HEALTH CLOSING DATE: 25 February 2008 CLOSING TIME: 11:00 AM (Newfoundland Time) Invitation to Tender for Blood Gas Analyzer

More information

REQUEST FOR PROPOSAL CONSULTING SERVICES DEVELOPING A CORPORATE STRATEGIC PLAN

REQUEST FOR PROPOSAL CONSULTING SERVICES DEVELOPING A CORPORATE STRATEGIC PLAN THE CORPORATION OF THE REQUEST FOR PROPOSAL CONSULTING SERVICES DEVELOPING A CORPORATE STRATEGIC PLAN Proposals will be received prior to 2:00pm on Friday May 29, 2015. All inquiries related to this Request

More information

Request for Proposal Simulation-Based Learning Competition

Request for Proposal Simulation-Based Learning Competition International Council on Hotel, Restaurant, and Institutional Education February 1, 2018 Request for Proposal Simulation-Based Learning Competition RFP#2018-SIM-101 Your firm is invited to submit a proposal

More information

MAHASKA COUNTY, IOWA PUBLIC SAFETY RADIO SYSTEM ANALYSIS PROPOSAL

MAHASKA COUNTY, IOWA PUBLIC SAFETY RADIO SYSTEM ANALYSIS PROPOSAL MAHASKA COUNTY, IOWA REQUEST FOR PROPOSALS PUBLIC SAFETY RADIO SYSTEM ANALYSIS PROPOSAL THE MAHASKA COUNTY BOARD OF SUPERVISORS & THE MAHASKA COUNTY EMERGENCY MANAGEMENT AGENCY Contact: Jamey A Robinson

More information

Both envelopes must have the following information in the lower left hand corner:

Both envelopes must have the following information in the lower left hand corner: SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including

More information

RFP # Request for Proposal Branding Services. Date: January 12, Proposals must be submitted by 3:00 PM: February 10, 2017

RFP # Request for Proposal Branding Services. Date: January 12, Proposals must be submitted by 3:00 PM: February 10, 2017 RFP #1116-1 Request for Proposal Branding Services Date: January 12, 2017 Proposals must be submitted by 3:00 PM: February 10, 2017 Purchasing Department Queens Borough Public Library 89-11 Merrick Boulevard

More information

INVITATION FOR BID BID #1037 Parka and Softshell Coats

INVITATION FOR BID BID #1037 Parka and Softshell Coats IFB: Bid #1037 Parka and Softshell Coats INVITATION FOR BID BID #1037 Parka and Softshell Coats ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS,

More information

City of Olivette Request for Qualifications Furniture Procurement and Installation April 26, 2016

City of Olivette Request for Qualifications Furniture Procurement and Installation April 26, 2016 General Information The City of Olivette (City) is seeking a qualified firm to provide procurement, installation, and warranty service related to furnishings and furniture at the City s new Municipal Center.

More information

La Grange Public Library Request for Proposal Executive Search Firm

La Grange Public Library Request for Proposal Executive Search Firm La Grange Public Library Request for Proposal Executive Search Firm Please return all Proposals by January 19, 2018 4:30 pm CST to: La Grange Public Library Personnel Committee 10 West Cossitt Ave. La

More information

Request for Proposal

Request for Proposal intranet Request for Proposal (rfp) 1981 Blake Street Denver, CO80202 Request for Proposal Intranet Consultation and Implementation POSTED: Wednesday, June 17th PROPOSALS DUE: Wednesday, July 15th overview

More information

Request for Proposal Internet Access Columbus Urban League

Request for Proposal Internet Access Columbus Urban League Request for Proposal Internet Access Columbus Urban League 1 REQUEST FOR PROPOSAL Internet Access Columbus Urban League The Columbus Urban League invites vendors to submit proposals in accordance with

More information

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014 REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES Issue Date: April 30, 2014 Due Date: June 6, 2014 In order to be considered, proposals must be signed and returned via email to rwhitmore@wested.org

More information

Architectural Services

Architectural Services Architectural Services 2016 Capital Improvement Program Request for Proposal Number: 18-20 Title of the Projects: Renovations to Weaver Middle School Procurement Department Bibb County School District

More information

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) RELEASE DATE: April 13, 2017 PRE-PROPOSAL MEETING: Date: April 24, 2017

More information

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO.

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO. Request for Proposals (RFP) Information Technology Independent Verification and Validation ADDENDUM NO. 2 Questions and Answers RFP Amendments September 2015 Contained herein are the responses to the questions

More information

HP DesignJet Cash In & Trade Up April 2016 promotion

HP DesignJet Cash In & Trade Up April 2016 promotion HP DesignJet Cash In & Trade Up April 2016 promotion Terms and conditions A. HP DesignJet Cash In & Trade Up April 2016 program structure Within the framework of the HP DesignJet Cash In & Trade Up April

More information

CUSTOMER NAME Security Awareness Education Request for Proposal. Program Content & Hosting Services Date

CUSTOMER NAME Security Awareness Education Request for Proposal. Program Content & Hosting Services Date CUSTOMER NAME Security Awareness Education Request for Proposal Program Content & Hosting Services Date Contents SAE Project Overview... 3 SAE Vendor Qualifications... 3 Project Milestones... 3 CUSTOMER

More information

Clinton Area Transit System

Clinton Area Transit System Clinton Area Transit System Request for Proposal for Domain Server Project RFP #2018-01 Issuing Office: Clinton Area Transit System 215 North Scott Road St. Johns, MI 48879 Procurement Schedule: RFP #2018-01

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) "Empanelment of HR Consultants for Recruitment Services Issue Date: 21 st June 2017 Last Date for Receipt of Proposal at SBI: 30 th June 2017 State Bank of India Central Recruitment

More information

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT City of McMinnville, Community Development Department ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT Bid Document Nolan Ming 10/11/2017 ALL-IN-ONE

More information

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Number: B042911 IFB Due Date and Time: May 9th, 2011 5:00 p.m./mountain Time UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Title: DRY GOOD- COLOR COPIER Number of Pages: 08 ISSUING

More information

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Nordlof Center Lower Level West Issued November 8, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Due Date: Bid Opening Time and

More information

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE Tender Number: PW #2-18 Sealed Tenders will be clearly marked and received by: Corporation of the Township of Ryerson 28 Midlothian Road Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: THURSDAY

More information

Measure. As per attached specifications in Appendix A Subtotal HST Total

Measure. As per attached specifications in Appendix A Subtotal HST Total TENDER SUBMISSION FORM Central Regional Health Authority (Please submit tender submission form to the address checked below) James Paton Memorial Regional Health Centre 125 Trans Canada Highway Gander,

More information

LOWER MANHATTAN DEVELOPMENT CORPORATION

LOWER MANHATTAN DEVELOPMENT CORPORATION LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR QUALIFICATIONS for PHOTOCOPYING AND RELATED SERVICES The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development

More information

PLATTE RIVER RECOVERY IMPLEMENTATION PROGRAM REQUEST FOR PROPOSALS

PLATTE RIVER RECOVERY IMPLEMENTATION PROGRAM REQUEST FOR PROPOSALS 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 PLATTE RIVER RECOVERY IMPLEMENTATION PROGRAM REQUEST FOR PROPOSALS SUBJECT: P17-025:

More information

2018 AASHE Bulletin Advertising Agreement

2018 AASHE Bulletin Advertising Agreement 2018 AASHE Bulletin Advertising Agreement This AASHE Bulletin Advertising Agreement (the Agreement ) is made by and between the Association for the Advancement of Sustainability in Higher Education ( AASHE

More information

Document Management System Request for Proposals

Document Management System Request for Proposals Document Management System Request for Proposals City of Great Falls PO Box 5021 Great Falls, MT 59403 Contact: Lisa Kunz City Clerk 406-455-8451 lkunz@greatfallsmt.net PROPOSALS DUE: Wednesday AUGUST

More information

REQUEST FOR INFORMATION HUMAN RESOURCE INFORMATION SYSTEM. No. FY

REQUEST FOR INFORMATION HUMAN RESOURCE INFORMATION SYSTEM. No. FY REQUEST FOR INFORMATION HUMAN RESOURCE INFORMATION SYSTEM No. FY18-0002 Page 1 of 8 TABLE OF CONTENTS I. Summary... 3 II. Background... 3 III. Minimum Requirements... 3 IV. Timeline... 4 V. Contact...

More information

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER REQUEST FOR QUALIFICATIONS To Serve as Legal Counsel to the State of Rhode Island Public Finance Management Board The Office of the General Treasurer

More information

MAINTENANCE AGREEMENT FOR RSA PRODUCTS ***IMPORTANT***

MAINTENANCE AGREEMENT FOR RSA PRODUCTS ***IMPORTANT*** MAINTENANCE AGREEMENT FOR RSA PRODUCTS ***IMPORTANT*** THIS MAINTENANCE AGREEMENT ("AGREEMENT") IS EFFECTIVE AS OF THE DATE OF THE CUSTOMER S SIGNED ACCEPTANCE OF THE APPLICABLE ORDERING DOCUMENT MAKING

More information

Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION

Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION May 19, 2015 The Addison Public Library invites you to submit a reply to this Request for

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR COMPENSATION STUDY Proposals Due: November 3, 2016, 4:00 PM 1.0 OBJECTIVE SECTION 1 SUBMITTAL PROCEDURES & DEADLINE The City of Signal Hill is seeking proposals from qualified

More information

Casework Technical Support (Social Welfare - Project Management)

Casework Technical Support (Social Welfare - Project Management) Casework Technical Support (Social Welfare - Project Management) Request for Tenders for Services to MABS NATIONAL DEVELOPMENT The latest date for receipt of tenders is 09 June 2017 Commercial House Westend

More information

INVITATION FOR BID Bid #872 - Printing Services

INVITATION FOR BID Bid #872 - Printing Services INVITATION FOR BID Bid #872 - Printing Services ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 FOR ADDITIONAL INFORMATION CONTACT: Cindy

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

REQUEST FOR PROPOSAL WAYFINDING SIGN DESIGN AND FABRICATION FOR THE CITY OF SALIDA, COLORADO

REQUEST FOR PROPOSAL WAYFINDING SIGN DESIGN AND FABRICATION FOR THE CITY OF SALIDA, COLORADO REQUEST FOR PROPOSAL WAYFINDING SIGN DESIGN AND FABRICATION FOR THE CITY OF SALIDA, COLORADO I. INVITATION AND INTENT The City of Salida invites all interested, qualified persons or firms capable of providing

More information

Trethowans LLP. Recruitment Agency Preferred Supplier List (PSL) Invitation to Tender

Trethowans LLP. Recruitment Agency Preferred Supplier List (PSL) Invitation to Tender Trethowans LLP Recruitment Agency Preferred Supplier List (PSL) Invitation to Tender 1. Tender Process 1.1. Trethowans LLP ( Firm ) is providing this Invitation to Tender ( ITT ) to various interested

More information

City of Pacific Grove Request for Proposal (RFP) Agenda Management System

City of Pacific Grove Request for Proposal (RFP) Agenda Management System Request for Proposal (RFP) for Agenda Management System Issue Date: March 14, 2018 Proposal Due Date: April 4, 2018 Submit responses to: Attn: Jennifer Pope, Senior Accounting Assistant 300 Forest Avenue

More information

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD BUIDLING FOR THE CITY OF HOPKINSVILLE,

More information

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT RFP # 1710002 Sheree Bell Due Date: November 30, 2017 Procurement Coordinator Not later

More information

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE AZUSA UNIFIED SCHOOL DISTRICT 1 TABLE OF CONTENTS Filing of PreQualifications Submittals 3 PREQUALIFICATION QUESTIONNAIRE 6 Page Part I:

More information

Forsyth County General Services Department Construction Management Division 201 North Chestnut Street Winston-Salem, NC 27101

Forsyth County General Services Department Construction Management Division 201 North Chestnut Street Winston-Salem, NC 27101 Forsyth County General Services Department Construction Management Division 201 North Chestnut Street Winston-Salem, NC 27101 Request for Qualifications Construction Manager at Risk (CMAR) INSTRUCTIONS

More information

BOROUGH OF BERLIN. Municipal Planning Board Engineer. Term: January 1, 2018 to December 31, 2018.

BOROUGH OF BERLIN. Municipal Planning Board Engineer. Term: January 1, 2018 to December 31, 2018. BOROUGH OF BERLIN REQUEST FOR QUALIFICATIONS FOR MUNICIPAL ATTORNEY, MUNICIPAL AUDITOR, MUNICIPAL BOND COUNSEL, MUNICIPAL ENGINEER, MUNICIPAL WATER & SEWER ENGINEER, MUNICIPAL PROSECUTOR, MUNICIPAL PUBLIC

More information

Request For Proposal Of Printing and Design Services. Marketing Department

Request For Proposal Of Printing and Design Services. Marketing Department Request For Proposal Of Printing and Design Services Marketing Department Released on June 3, 2016 Mosaic Youth Theatre of Detroit Printing and Design Services REQUEST FOR PROPOSAL (RFP) BACKGROUND Mosaic

More information

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk REQUEST FOR PROPOSAL Construction Management Services Not at Risk The St. Charles County Ambulance District proposes to retain a qualified firm/team for the Construction Management Services Not at Risk

More information

REQUEST FOR PROPOSALS OREGON CITY ANNEX FIBER OPTIC ENGINEERING & INSTALLATION. Date Due: Friday, September 8, Time Due: 4:00 p.m.

REQUEST FOR PROPOSALS OREGON CITY ANNEX FIBER OPTIC ENGINEERING & INSTALLATION. Date Due: Friday, September 8, Time Due: 4:00 p.m. Information Technology 625 Center Street Oregon City OR 97045 Ph (503) 657-0891 fax (503) 657-7892 REQUEST FOR PROPOSALS OREGON CITY ANNEX FIBER OPTIC ENGINEERING & INSTALLATION Date Due: Friday, September

More information

A SUPPLIER'S GUIDE TO GOODS PROCUREMENT IN THE GOVERNMENT OF PRINCE EDWARD ISLAND. Procurement Services Office of the Comptroller

A SUPPLIER'S GUIDE TO GOODS PROCUREMENT IN THE GOVERNMENT OF PRINCE EDWARD ISLAND. Procurement Services Office of the Comptroller A SUPPLIER'S GUIDE TO GOODS PROCUREMENT IN THE GOVERNMENT OF PRINCE EDWARD ISLAND Procurement Services Office of the Comptroller Revised: June 2009 This publication summarizes the steps involved in Goods

More information

RFP NO A CONTRACT FOR THE PROCUREMENT AND INSTALLATION OF AN ENTERPRISE RESOURCE PLANNING SYSTEM PART V. EVALUATION CRITERIA AND PROCESS

RFP NO A CONTRACT FOR THE PROCUREMENT AND INSTALLATION OF AN ENTERPRISE RESOURCE PLANNING SYSTEM PART V. EVALUATION CRITERIA AND PROCESS 1.0 OVERALL PROPOSER EVALUATION CRITERIA 1.1 OVERALL PROPOSER EVALUATION AND CRITERIA The evaluation committee will select a best solution based on a weighted scoring system. The following table presents

More information

CREATIVE PRODUCTS WARRANTY RETURN POLICY

CREATIVE PRODUCTS WARRANTY RETURN POLICY CREATIVE PRODUCTS WARRANTY RETURN POLICY 1. GENERAL INFORMATION Prior to warranty holder ( You ) making any warranty service return of a Creative product ( Product ), You are strongly advised to first:

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL COLORADO HOUSING AND FINANCE AUTHORITY REQUEST FOR PROPOSAL (RFP) COLORADO HOUSING AND FINANCE AUTHORITY 1981 BLAKE STREET DENVER, CO 80202 REQUEST FOR PROPOSAL Technology Assessment POSTED: 11/17/2017

More information

Project Executive Compensation Project - 2

Project Executive Compensation Project - 2 Project 432702 Executive Compensation Project - 2 1. General Information Citizens Energy Group Citizens Energy Group (Citizens) operates as a Public Charitable Trust engaged in a variety of businesses

More information

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE St. Charles County Ambulance District Base 3 & Training Facility Construction 4169 Old Mill Parkway St. Peters, MO 63376 September

More information

Library Materials and Related Value-Added Services

Library Materials and Related Value-Added Services Bucks County Free Library Request for Proposal Library Materials and Related Value-Added Services Date issued: June 2, 2017 Response due: June 30, 2017 by 2 pm Bucks County Free Library invites sealed

More information

REQUEST FOR PROPOSAL: HEALTHY VENDING MACHINE. Okotoks Recreation Centre 99 Okotoks Drive

REQUEST FOR PROPOSAL: HEALTHY VENDING MACHINE. Okotoks Recreation Centre 99 Okotoks Drive REQUEST FOR PROPOSAL: HEALTHY VENDING MACHINE Okotoks Recreation Centre 99 Okotoks Drive Town of Okotoks Municipal Centre 5 Elizabeth Street Okotoks, AB T1S 1K1 Project Name: Healthy Vending Machine Request

More information

North Carolina Department of Agriculture and Consumer Services Purchasing

North Carolina Department of Agriculture and Consumer Services Purchasing North Carolina Department of Agriculture and Consumer Services Purchasing IMPORTANT ADDENDUM June 4, 2018 FAILURE TO RETURN THIS BID ADDENDUM IN ACCORDANCE WITH INSTRUCTIONS SHALL SUBJECT YOUR BID TO REJECTION.

More information

Invitation to Negotiate

Invitation to Negotiate Invitation to Negotiate Programming, Design, and Consulting Services Lisa Daws 4/3/2012 CLERKS OF COURT OPERATIONS CORPORATION Table of Contents Agency Background... 3 Statement of Purpose... 3 Scope of

More information

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,

More information

EMVCo Type Approval. Terminal ESD Evaluation Administrative Process. Version 2.3. July 2014

EMVCo Type Approval. Terminal ESD Evaluation Administrative Process. Version 2.3. July 2014 EMVCo Type Approval Terminal ESD Evaluation Administrative Process Version 2.3 July 2014 Page 1 Legal Notice This document summarizes EMVCo s present plans for type approval testing services and policies

More information

Request for Proposal. Labour Supply-Demand Study. Reference Number: Issued: May 9, 2016 Responses Due: May 23, 2016

Request for Proposal. Labour Supply-Demand Study. Reference Number: Issued: May 9, 2016 Responses Due: May 23, 2016 Labour Supply-Demand Study Reference Number: 1605-01 Issued: May 9, 2016 Responses Due: May 23, 2016 Calgary Economic Development Ltd. 731 1 st Street SE Calgary, AB T2G 2G9 Phone: (403) 221-7831 or 1-888-222-5855

More information

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Black Box Theatre at Nordlof Center Issued June 14, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Opening Time and Date: Bid Deposit/Bid

More information

Definitions Definitions used in this document are taken from TNI SOP 7-100, and may be found there.

Definitions Definitions used in this document are taken from TNI SOP 7-100, and may be found there. Request for Proposal (RFP) Evaluating Non-Governmental Accreditation Bodies BACKGROUND The NELAC Institute (TNI) is a 501(c)(3) non-profit organization whose mission is to foster the generation of environmental

More information

PUBLIC ANNOUNCEMENT REQUEST FOR DESIGN-BUILD SERVICES STATEMENTS OF QUALIFICATIONS (GREENVILLE CITY SCHOOL DISTRICT)

PUBLIC ANNOUNCEMENT REQUEST FOR DESIGN-BUILD SERVICES STATEMENTS OF QUALIFICATIONS (GREENVILLE CITY SCHOOL DISTRICT) PUBLIC ANNOUNCEMENT REQUEST FOR DESIGN-BUILD SERVICES STATEMENTS OF QUALIFICATIONS (GREENVILLE CITY SCHOOL DISTRICT) The Greenville City School District (the "District") invites interested parties to submit

More information

March 10, 2016 by 4:00 p.m. February 11, 2016 by 4:00 p.m. RFP-16104

March 10, 2016 by 4:00 p.m. February 11, 2016 by 4:00 p.m. RFP-16104 Request for Pro posals t o provide Emplo yee Co mpensatio n Assessment Due Date Proposal Submissions March 10, 2016 by 4:00 p.m. Questions Due by February 11, 2016 by 4:00 p.m. RFP-16104 Solicited by:

More information

2017 Renewable Energy Sale - Request for Offers Solicitation Protocol

2017 Renewable Energy Sale - Request for Offers Solicitation Protocol 2017 Renewable Energy Sale - Request for Offers Solicitation Protocol Issuance Date: Week of January 23, 2017 i Table of Contents I. OVERVIEW... 1 A. OVERVIEW... 1 B. RENEWABLE ENERGY SALE RFO COMMUNICATION...

More information

SEQUOIA UNION HIGH SCHOOL DISTRICT

SEQUOIA UNION HIGH SCHOOL DISTRICT FOUNDED 1895 SEQUOIA UNION HIGH SCHOOL DISTRICT 480 JAMES AVENUE REDWOOD CITY, CA 94062-1098 www.seq.org BID #04152015 Uninterruptable Power Supply Equipment DUE: BY 11:00:00 AM PACIFIC April 15 th, 2015

More information

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) RFQ/11/055

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) RFQ/11/055 REQUEST FOR QUOTATION INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) Request for Quotation to supply: SIMULTANIOUS INTERPRETATION SYSTEM IRAQ RFQ/11/055 May 26, 2011 Page 2 of 11 Table of Contents

More information

Request for Proposal For: 2018 American Bar Association Temporary Services

Request for Proposal For: 2018 American Bar Association Temporary Services Table of Contents Bid Timetable [2] 1.0 General Bid Information [3] 2.0 Proposal Requirements [5] 3.0 Criteria for Selection [7] 4.0 Specifications and Work Statement [7] Appendix A: Bidder Response Sheet

More information

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department Peralta Community College District 501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department Date: March 30, 2011 ADDENDUM No. 3 BID NO.: 10-11/27 PCCD Smart

More information

T 1.1: Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID

T 1.1: Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter referred to as a Tender] are requested from persons, companies, close

More information

REQUEST FOR PROPOSAL COMPENSATION & CLASSIFICATION STUDY

REQUEST FOR PROPOSAL COMPENSATION & CLASSIFICATION STUDY 7703 NW Barry Road Kansas City, MO 64153 REQUEST FOR PROPOSAL COMPENSATION & CLASSIFICATION STUDY Detailed Proposal Information is Available on District Website: http://www.parkhill.k12.mo.us Bid Closing

More information

Enterprise Asset Management Software

Enterprise Asset Management Software 15205 41 st Ave SE Bothell, WA 98125 REQUEST FOR PROPOSAL For Enterprise Asset Management Software Release Date: 3/9/2018 Proposal Due Date: 4/6/2018 Page 1 of 10 REQUEST FOR PROPOSAL SILVER LAKE WATER

More information

PRODUCT DESCRIPTIONS AND METRICS

PRODUCT DESCRIPTIONS AND METRICS PRODUCT DESCRIPTIONS AND METRICS ADOBE PDM Adobe Desktop Products and Creative Cloud (2014v1) The Products and Services described in this PDM are governed by the terms of this PDM, the applicable Sales

More information

RFP for QC Tool. Document Control Sheet. Name of the Organisation StockHolding Document Management Services Ltd

RFP for QC Tool. Document Control Sheet. Name of the Organisation StockHolding Document Management Services Ltd Document Control Sheet Name of the Organisation StockHolding Document Management Services Ltd RFP Reference No. SDMS/IT/08/01 Date of issue of RFP Document 26 th August 2016 Pre-bid Meeting 2 th September

More information

Worth County School District

Worth County School District Worth County School District Request for Proposal (RFP) 3-YEAR COPIER LEASE Inquiries and requests regarding this RFP should be directed to: Jim McMickin, Director of Technology Worth County Schools 103

More information

School Risk Assessment

School Risk Assessment RSU #14 WINDHAM RAYMOND SCHOOLS AND YARMOUTH SCHOOLS School Risk Assessment RFP # 12-06 Bill Hansen and Judy Paolucci 12/2/2011 RSU #14 Windham Raymond Schools and the Yarmouth School Department are requesting

More information

CRISP Azure Migration Consulting Services. All responses due no later than Friday, July 21 st, at 5pm EST

CRISP Azure Migration Consulting Services. All responses due no later than Friday, July 21 st, at 5pm EST Request for Quote CRISP Azure Migration Consulting Services Friday, July 7th, 2017 All responses due no later than Friday, July 21 st, at 5pm EST 1 Request for Quote RFQ TO ALL RESPONDERS CRISP Azure Migration

More information

V.) FedEx Trade Networks shall not be liable for any delay or loss of any kind, which occurs while a shipment is in the custody or control of a Third

V.) FedEx Trade Networks shall not be liable for any delay or loss of any kind, which occurs while a shipment is in the custody or control of a Third A.) Rates and charges in this Rate Proposal will exclusively pertain to the "Origin" and "Destination" cities named in this Rate Proposal. In addition, ocean shipment rates set forth in this Rate Proposal

More information

REQUEST FOR QUALIFICATIONS (RFQ)

REQUEST FOR QUALIFICATIONS (RFQ) REQUEST FOR QUALIFICATIONS (RFQ) AGENCY STRATEGIC PLANNING CONSULTANT April 15, 2016 Fresno Economic Opportunities Commission (Fresno EOC) seeks a qualified, experienced, professional consultant or consultant

More information

Elmhurst Community Unit School District 205 Invitation to Bid

Elmhurst Community Unit School District 205 Invitation to Bid Elmhurst Community Unit School District 205 Invitation to Bid Bidders are invited to submit bids in conformance with the requirements established by the specifications herewith: Bid Number: 15-02 Item

More information

REQUEST FOR PROPOSALS. City of Wilkes-Barre Web Based Parking Ticket Issuance Hardware, Software and Payment Solutions

REQUEST FOR PROPOSALS. City of Wilkes-Barre Web Based Parking Ticket Issuance Hardware, Software and Payment Solutions REQUEST FOR PROPOSALS City of Wilkes-Barre Web Based Parking Ticket Issuance Hardware, Software and Payment Solutions City of Wilkes-Barre 40 East Market Street Wilkes-Barre, PA 18701 2018 INVITATION FOR

More information

PRODUCT SPECIFIC LICENSING TERMS PSLT - Adobe Connect Managed Services (2015v2.1)

PRODUCT SPECIFIC LICENSING TERMS PSLT - Adobe Connect Managed Services (2015v2.1) PRODUCT SPECIFIC LICENSING TERMS PSLT - Adobe Connect Managed Services (2015v2.1) 1. Client Software. If Customer has licensed Adobe Presenter in connection with access and use of the Managed Services,

More information

REQUEST FOR PROPOSAL RFP-01. Radio Frequency Identification (RFID) and Self-Check Library System for Iredell County Public Library

REQUEST FOR PROPOSAL RFP-01. Radio Frequency Identification (RFID) and Self-Check Library System for Iredell County Public Library REQUEST FOR PROPOSAL 18-650-RFP-01 Radio Frequency Identification (RFID) and Self-Check Library System for Iredell County Public Library DEADLINE FOR SUBMITTING PROPOSALS 4:00 PM August 7, 2017 --------------------------------------------------------

More information

REQUEST FOR PROPOSAL Automated Meter Reading System for Culinary and/or Secondary Service Connections

REQUEST FOR PROPOSAL Automated Meter Reading System for Culinary and/or Secondary Service Connections REQUEST FOR PROPOSAL Automated Meter Reading System for Culinary and/or Secondary Service Connections DATE: September 6, 2011 PROJECT: Automated Meter Reading System for Metered Water Service Connections

More information

Village of Lincolnwood

Village of Lincolnwood Village of Lincolnwood REQUEST FOR QUALIFICATIONS (RFQ) MUNICIPAL ENGINEERING SERVICES Response Due Date: Friday, March 21, 2014, 4:00 p.m. Send Sealed Qualifications to: Timothy C. Wiberg Village Manager

More information

APPLICATION FOR COMBINED HEAT AND POWER INCENTIVES

APPLICATION FOR COMBINED HEAT AND POWER INCENTIVES APPLICATION FOR COMBINED HEAT AND POWER INCENTIVES PECO is offering cash incentives for qualified Combined Heat and Power (CHP) technology projects 1 to encourage the development of projects that improve

More information

Request For Proposal (RFP) For Architectural/Design Services. Ski Hi Park Multi-Purpose Building

Request For Proposal (RFP) For Architectural/Design Services. Ski Hi Park Multi-Purpose Building Request For Proposal (RFP) For Architectural/Design Services Ski Hi Park Multi-Purpose Building REQUEST FOR PROPOSALS The Ski Hi Multi-Purpose Improvement Committee (Committee), a sub-committee of the

More information

Oak Park Unified School District Request for Proposal Bid Packet 16-04C Wireless Expansion

Oak Park Unified School District Request for Proposal Bid Packet 16-04C Wireless Expansion 1 Oak Park Unified School District Request for Proposal Bid Packet 16-04C Wireless Expansion Bids due April 5, 2016 1 2 Oak Park Unified School District 5801 Cornishon Ave Oak Park, CA 91377 NOTICE TO

More information

Request for Quote (RFQ) For. Brown County

Request for Quote (RFQ) For. Brown County Request for Quote (RFQ) For Brown County Fiber Optic Cable Material, Brown County Project #2148A FIBER OPTIC CABLE MATERIAL PROJECT 2148A Published Date: May 4, 2017 Response Deadline: May 10, 2017 3:00

More information