Request for Proposal (RFP) for Household Hazardous Waste Management Information System
|
|
- Miles Spencer
- 6 years ago
- Views:
Transcription
1 Request for Proposal (RFP) for Household Hazardous Waste Management Information System Issued by: Washington County Department of Public Health and Environment Date: October 10, 2014 The issuance of this RFP constitutes only an invitation to submit a Proposal to the COUNTY. It is not to be construed as an official and customary request for bids, but as a means by which the COUNTY can facilitate the acquisition of information related to the purchase of a Household Hazardous Waste (HHW) information system. Any Proposal submitted, as provided herein, constitutes an indication to negotiate and NOT A BID. Proposals will be accepted no later than 4:30 PM Central Standard Time (CST) on November 21, Telephone calls will not be accepted regarding this Request for Proposal.
2 TABLE OF CONTENTS Introduction... 3 Description of Washington County... 3 Purpose of RFP... 3 Project Background... 3 Objective... 3 Instructions to Vendors... 4 Anticipated Schedule of Events... 4 RFP Questions and Clarifications... 4 RFP Amendment... 4 Proposal Submission... 5 Proposal Rejection or Acceptance... 5 Public Records... 6 Proposal Costs... 6 RFP Response Format... 6 Proposal Evaluation... 6 Anticipated Project Implementation Timeline... 8 Vendor Proposal... 9 Contract Terms... 9 Vendor Profile and Qualifications... 9 Functional Requirements... 9 Narrative Response to Requirements Scope of Professional Services Cost Analysis Worksheet - Fixed Cost Analysis Worksheet - Recurring Experience and Customer References Recommended Hardware Configuration Certificate of Insurance Financial Statements Additional RFP Response Information Vendor Attachments Exhibit A: Washington County Infrastructure Washington County Hardware Minimum Standards Washington County Security Standards Exhibit B: Re-TRAC Interface Requirements Re-TRAC System Overview Exhibit C: JD Edwards Interface Requirements JD Edwards System Overview Exhibit D: Information Technology Acceptable Use Policy
3 Introduction Description of Washington County As one of Minnesota's original nine counties, Washington County is located on the eastern edge of the Twin Cities Metropolitan area and is composed of 423 square miles of land. The County seat is located in Stillwater, Minnesota, along the scenic St. Croix River. The Washington County Department of Public Health and Environment (PHE) is the issuing entity for the Request for Proposal (RFP). The mission of PHE is to protect, promote, and improve the community s health and the environment. In addition to providing individual and family health services, disease prevention services, WIC services, and community public health support, PHE provides environmental services including but not limited to waste management services. PHE is responsible for collecting and managing Household Hazardous waste, electronics, and recyclables from residents of the county and neighboring metropolitan counties. Each year approximately 35,000 customers drop off waste either at the Washington County Environmental Center (WCEC) or at remote events. For each customer, the county needs to collect a unique set of data that includes type of materials dropped off and address of the customer which is electronically obtained from the participant s driver s license. The latter is used to invoice other metropolitan counties whose residents drop off materials at the WCEC through a reciprocal use agreement. The information from the driver s license is also used for program planning and analysis. The system also stores and manages the inventory, shipping and financial transactions of the WCEC and its collected materials. Purpose of RFP Washington County s objective is to identify and select the most appropriate contractor to provide a combined hardware and software solution for Household Hazardous Waste information collection, management and reporting. Project Background Objective The HHW application implemented will enable the organization to collect, manage and report on household hazardous waste information collected at the WCEC located in Woodbury, MN. The new system will collect data at the facility via a mobile device as well as web-based PC systems. A central database or repository will store the data for reporting, invoicing and marketing efforts. For purposes of this RFP, the system must consist of three major function components: 1. Hazardous Waste Intake Application(s) at the facility. a. The physical data collection device. b. Other workstations or mobile device interfaces. c. The software on the device. 2. Facility Storage and Shipping System. a. The database management software, hardware and software needed for the graphical user interfaces. 3. Reporting and Analytics Application(s). a. Graphical User interface for back office applications. Overall, the County seeks to have the following abilities: User-friendly software solutions. 3
4 An accurate and efficient means to access and retrieve data. Integrated solutions for data sharing. A system which will serve the County s needs for at least the next 5 years. Inquiry and reporting tools. A Vendor that provides effective, initial and ongoing application support, training, and enhancements Washington County invites interested parties that meet the qualifications listed in this document to submit proposals regarding their product and related service offerings. All information shall be submitted in the format stipulated in this RFP. Instructions to Vendors Anticipated Schedule of Events RFP released to Vendors 10/10/2014 RFP Q&A period ends 4:30 pm CST 10/22/2014 Extended to 4:30 pm CST 11/14/2014 RFP Q&A published 10/23/2014 Extended to 11/18/2014 RFP responses due by 4:30 pm CST 11/21/2014 RFP evaluation begins 11/24/2014 RFP evaluation ends 12/12/2014 Vendors chosen for onsite, in-depth demonstrations 12/15/2104 A tour of WCEC facility in Woodbury, MN would be available to the Vendor during this time. Vendors onsite, in-depth demonstrations begin 12/22/2014 Vendors onsite, in-depth demonstrations complete 1/30/2015 Vendor chose 2/2/2015 Reference checks complete 2/15/2015 Contract negotiations begin 02/23/2015 The County reserves the right to adjust the timeline as needed. RFP Questions and Clarifications Inquiries concerning any aspect of this RFP should be in writing and submitted by postal service or . The closing date for receipt of questions is 4:30 PM CST on October 22, 2014 November 14, Questions received after this deadline will not be considered. All questions received before the deadline will be compiled and responded to as identified in the schedule of events. Each question should begin by referencing the RFP page number and section number to which it relates. Questions concerning this RFP should be sent to: Carrie Josephson Washington County Department of Public Health and Environment nd St. N. PO Box 6 Stillwater, MN carrie.josephson@co.washington.mn.us All questions and requests for clarification, and the County s response, will be posted on the County website at RFP Amendment Washington County reserves the right to amend this RFP at any time. Changes to the RFP, if any, will be posted at 4
5 Proposal Submission Proposals will be accepted at the Washington County Department of Public Health and Environment until 4:30 PM CST on November 21, Vendors' proposals can be mailed to: Carrie Josephson Washington County Department of Public Health and Environment nd St. N. PO Box 6 Stillwater, MN carrie.josephson@co.washington.mn.us Vendor s proposals can be hand delivered to the address below. Hand delivered responses will be collected but will not be opened and read at that time. Washington County Department of Public Health and Environment c/o Carrie Josephson nd St. N., Suite 4600 Stillwater, MN Please note that it is the Vendor's responsibility to ensure that the proposal and all other required documents are received at the address named above by the closing date and time specified above. 1. All proposals shall be submitted and the attachments provided in the forms native format. All blank spaces may be filled in electronically and the form must be fully completed when submitted. All proposals by corporations shall bear the official seal of the corporation, if applicable, along with the signature of a duly authorized officer of the corporation. 2. Vendors must submit five (5) complete hard copies of their proposal and one (1) electronic copy on CD or Flash Drive. The original and copies must read exactly the same. 3. At least one printed copy should contain an original signature by a person, or persons, duly authorized to bind the Vendor to contracts. 4. The Vendor should submit only (1) one copy of the requested annual reports and attach them to the original signed copy. 5. The response should be submitted in a sealed envelope clearly displaying the company name. An electronic copy on CD or Flash Drive should accompany the printed copies and be contained in the same sealed envelope. Proposals sent via will not be accepted. 6. Include with your proposal a table of contents that includes page number references. The table of contents should be in sufficient detail to facilitate easy reference to the sections of the proposal as well as separate supplemental information. 7. All documents should be 8 ½ x 11 whenever possible except on specified spreadsheets. Bind copies in a manner that facilitates easy handling (stapling, three ring binder, etc.) and reading. Do not circular bind documents. 8. Proposals received after the due date/time will not be accepted and will be marked LATE and shall be returned to the Vendor. All proposals submitted prior to the deadline become the property of the County and will not be returned. Proposal Rejection or Acceptance Washington County reserves the right to accept or reject any or all proposals and to waive any defects or technicalities or to advertise for new proposals where the acceptance, rejection, waiving, or advertising of such would be in the best interest of the County. The County reserves the right to reject proposals based on the evaluation of submitted materials and to accept proposals other than the lowest cost proposal. The 5
6 County reserves the right to disqualify any proposal, before or after opening, if there is evidence of collusion with intent to defraud, or other illegal practices upon the part of the Vendor, or for noncompliance with the requirements of these documents. In participating in this proposal process, all Vendors agree to keep their offers open to February 23, However, a proposal may be withdrawn any time prior to November 21, Public Records Washington County is aware that information contained in the proposals indicates the Vendor's current operations. Proposals submitted become a matter of public record. All data collected, created, received, maintained, or disseminated for any purposes by the activities of the Vendor because of this RFP is governed by the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13. Proposal information is private or non-public until the responses are opened; once opened, Vendor s name becomes public. Upon completion of the evaluation process, the remaining data becomes public but for trade secrets. If any Vendor deems information they submit as trade secret, it must be clearly indicated as such within the RFP response. Proposal Costs Vendors shall bear all costs associated with preparing and submitting responses to this RFP and the subsequent evaluation phase. The County will, in no way, be responsible for these costs, regardless of the conduct or outcome of the prequalification process. RFP Response Format Vendors must address all information specified by this RFP. All questions must be answered completely. The County reserves the right to verify any information contained in the Vendor's RFP response, and to request additional information after the RFP response has been received. Washington County is not responsible for locating or securing any information that is not identified as the proposal and reasonably available to the County. To insure that sufficient information is available, the Vendor must furnish as part of the proposal all descriptive material necessary for the County to determine whether the proposal meets the requirements of the RFP. Washington County may make such investigations as it deems necessary to determine the ability of the Vendor to furnish the services outlined herein, and the Vendor shall furnish to the County all such information and data for this purpose as the County may request. The County reserves the right to reject any proposal if the evidence submitted by, or the investigation, of such Vendor fails to satisfy the County that such Vendor is properly qualified to carry out the obligations of the contract. Marketing brochures included as part of the main body of the RFP response shall not be considered. Such material must be submitted only as attachments and must not be used as a substitute for written responses. In case of any conflict between the content in the attachments and a Vendor's answers in the body of the proposal, the latter will prevail. Proposal Evaluation A panel representing the County will evaluate proposals. Other agencies and consultants of the County may examine documents and may participate in the process. Merits and features will be reviewed against the requirements identified in the RFP. Evaluation will be based on the Vendor s ability to meet defined functional requirements, meet technical requirements, show demonstrated experience and proposed costs. Evaluation will be based on the supporting information provided by the Vendor. 6
7 RFP Evaluation The RFP evaluation will be comprised of the following requirements: 1. The ability of the Vendor to provide a proven and stable solution that meets the requirements and goals outlined in this RFP. 2. The proposed system has successfully been implemented in Environmental Health environments. 3. The proposed system s ability to integrate with Re-TRAC and JD Edwards. 4. The proposed system s ability to provide a remote solution to access and update HHW data. 5. The proposed system s compliance with the County s technology and implementation requirements. 6. The Vendor s ability to comply with the County s contract terms and reference checks. Vendor s Qualifications The Vendor s qualifications will be assessed by evaluating the Vendor s experience and other qualifications of the Vendor and its project team in the area of Environmental Health and HHW technology and the Vendor s track record of successfully implementing these systems in City or County environments. Qualifications shall contain pertinent information relative to the firm s background, experience and qualifications to accomplish the tasks set forth in the RFP. In addition, the Vendor should provide at least three customer references. References should be for customers with environments similar to those of the County. The County reserves the right to contact these references and discuss the client's level of satisfaction with the Vendor and its products. Complete Attachment 8 Experience and Customer References. Overall Cost The Vendor s cost structure will be based on costs associated with One time purchase price Third Party product costs Service fees (Implementation, Conversion, Interface Development, Training, Travel, etc.) Ongoing support and maintenance fees Additional hardware costs needed Product Selection After completing the evaluation phase of the process, the County intends to enter into contract negotiations. The final selection will be based on the satisfactory outcome of these negotiations; however the County reserves the right not to award a contract if the negotiations are not satisfactory. The award shall be made to the responsible Vendor whose proposal is determined, at the County s sole discretion to be the most advantageous to the County. The lowest cost will not be the sole determining factor. After the contract has been awarded, the County will notify the proposal submitters of the outcome. System Usage Expectations The database management system is expected to be used during the following business hours. Monday-Saturday, 8:00 am 5:00 pm. The mobile application is expected to be used during current WCEC business hours: Tuesday: Noon - 7 pm Thursday: 9 am - 2 pm Saturday: 9 am - 2 pm 7
8 These business hours are subject to change in the future. In addition the mobile application will be used for remote events that are periodically scheduled throughout the county. As mentioned earlier, each year approximately 35,000 customers drop off waste either at the WCEC or remote events. The goal of the implementation of the new system would to provide timely support as the number of customers is expected to grow in future years. Approximately 3 simultaneous users Up to 400 drivers per day at WCEC Approximately 5 categories of waste per driver Washington County has a contract Vendor who manages and staffs the WCEC site. Anticipated Project Implementation Timeline Washington County s implementation timeline is as follows. The dates can be modified during the contract process to ensure a successful implementation plan created between the County and the chosen Vendor. February 2015: Contract negotiations April October 2015: Hardware purchase and installation, system design, implementation, customization and testing November - December 2015 Run in production parallel with current system, staff training January Go Live! 8
9 Vendor Proposal The Vendor will complete the following components in response to the RFP. Vendors must address all information specified in each of the attachments. In total there are eleven (11) required attachments and one (1) optional attachment. All questions must be answered completely. Contract Terms This section outlines the County s contract terms. Read the terms and sign the acknowledgement. (See Attachment 1 Contract Terms). Vendor Profile and Qualifications This section of your proposal should contain a narrative response outlining your qualifications (see Attachment 2 - Vendor Profile and Qualifications). Functional Requirements This section of your proposal should contain your detailed response to the functional requirements checklist (Attachment 3 - Vendor Response to Functional Requirements). The requirements are listed in a Microsoft Excel spreadsheet and must be completed electronically. A Functional Decomposition diagram is also attached to show module functionality. Instructions 1. The functional requirements checklist (Attachment 3) contains multiple columns to indicate your response to each requirement listed. Check the cell which represents the product s ability to meet each of the County s requirements. Function Exists in Function exists in the current release as a standard feature. No Current Release Function is Enabled through System Configuration Future Release Function Requires Customization Requires Integration with Third-Party Vendor Function Unavailable customization or modification is required. Function is enabled through system configuration which does not require custom programming. It is assumed the Vendor will configure the product with some knowledge transfer to staff at no additional cost to the County. Function will be provided as a standard feature in a future release at no additional cost to the County. The Vendor MUST indicated the estimated release date in the Vendor's Comments column. Function is provided by the Vendor, but requires customization. The function can be accomplished with the Vendor's product, but needs customizing or a work around. Identify any areas where modification will affect the application upgrade path. The Vendor MUST fill out the Cost of Customization column. Function will be provided through integration with a third-party Vendor. The Vendor has established a relationship with a business partner to provide this function, but it needs customizing or a work around. Identify any areas where modification will impact the application upgrade path. Indicate the name of the application recommended in the Third-Party Vendor column. The Vendor MUST fill out the Cost of Customization column. Functionality is not provided and is not planned to be part of the Vendor's product. 2. Any additional cost must be included in the Cost of Customization column. The Cost of Customization column must be completed for all responses with a Vendor reply of Function Requires Customization or Requires Integration with Third-Party Vendor. 9
10 3. Indicate the system and the module that will provide the function in the System Module Proposed column. If systems are proposed by Vendors other than the prime Vendor, it must be clear which system is responsible for the function. 4. Indicate the third-party application that will provide the function. 5. To further clarify your response to the requirements and to document your assumptions, you are encouraged to use the Proposers Comments column. Narrative Response to Requirements This section of the proposal should contain your narrative detailed response to each item outlined in this section (Attachment 4 Vendor s Narrative Response to Requirements). Scope of Professional Services As part of this project, the selected Vendor shall be expected to perform certain services to assist with the design and implementation of the HHW Management System. Vendors may also suggest additional services as part of their response. In Attachment 5 Scope of Professional Services, outline your approach, assumptions, tasks, and estimates needed to complete the activities. Cost Analysis Worksheet Fixed The cost proposal should include all items that pertain to the scope of this project as described in the RFP. Vendors should provide all costs associated with software, licensures, and services required. Within the worksheet provided, fixed costs related to each element of the proposal should be outlined. Costs should include all applicable taxes, shipping and handling costs. Attachment 6-Cost Analysis Worksheet-Fixed should be used if the system is to be hosted at the County. Attachment 6a-Cost Analysis Worksheet-Fixed should be used if the system is to be hosted by the Vendor. As part of the cost proposal, provide detailed information regarding your software licensing approach and requirements, including the basis for licensing (e.g., number of users, per module pricing, etc.) in order to provide the County a method for determining future software licensing costs as a result of implementing your system. In addition, indicate any software licenses that must be renewed after a specific time (e.g., five year license) and the cost of such renewal. Professional Services costs, which need to be incorporated into the fixed costs, will comprise of three components: 1. The Professional Services costs associated with customization as outlined by you in the Attachment 3 Vendor Response to Functional Requirements. 2. The Professional Services costs associated with the implementation/deployment as outlined in Attachment 5 Scope of Professional Services. 3. The Professional Services costs associated with development of defined system interfaces as outlined in Attachment 5 Scope of Professional Services. 10
11 Cost Analysis Worksheet Recurring Within the worksheet provided, recurring costs related to each element of the proposal should be outlined. Costs should include all applicable taxes, shipping and handling costs. Recurring costs include but are not limited to annual maintenance fees, licensures, upgrade costs, and/or hosting costs. Attachment 7-Cost Analysis Worksheet-Recurring should be used if the system is to be hosted at the County. Attachment 7a-Cost Analysis Worksheet-Recurring should be used if the system is to be hosted by the Vendor. Experience and Customer References Washington County prefers that the Vendor provide at least three (3) references that are similar type, size and operation as the County where the Vendor has successfully implemented the proposed system. If multiple Vendors are involved, include three references for each Vendor included in the proposal. Customer References are to be outlined in Attachment 8 - Experience and Customer Reference. Recommended Hardware Configuration Vendors must provide initial hardware configuration recommendations based upon the County s Environmental Health technical environment. Outline your response in Attachment 9 Recommended Hardware Configuration. If specific hardware items are proprietary or must be specifically configured to operate your application software, indicate this information within your response. Please attach a diagram depicting the Vendor s recommended network design. Certificate of Insurance Vendors must carry a Certificate of Insurance to do business with the County and maintain that insurance throughout the project. Enclose a certificate of insurance and title this as Attachment 10 Certificate of Insurance. Note: Insurance Requirements are outlined in Attachment 1 Contract Terms. Financial Statements Provide one (1) copy of your annual report and related financial statements for the past three (3) years. The one copy can be enclosed with the original signed copy of the proposal. Enclose the annual reports under a header of Attachment 11 Financial Statements. Additional RFP Response Information Vendors can attach any additional information that they feel would help the County evaluate their submission at the end of the RFP response. Please title this Attachment 12 Additional RFP Response Information. 11
12 Vendor Attachments Vendor's proposal will consist of completion or acknowledgment of the following attachments. All attachments are required with the exception of Attachment 12. All questions must be answered completely. Attachment 1 Contract Terms (Vendor to read Washington County contract terms and sign the acknowledgement) Attachment 2 Vendor Profile and Qualifications (Vendor to complete form) Attachment 3 Vendor Response to Functional Requirements (Vendor to answer questions) Attachment 4 Vendor Narrative Response to Requirements (Vendor to answer questions) Attachment 5 Scope of Professional Services (Vendor to answer questions) Attachment 6 Cost Analysis Worksheet Fixed if County Hosts (Vendor to complete spreadsheet) Attachment 6a Cost Analysis Worksheet Fixed if Vendor Hosts (Vendor to complete spreadsheet) Attachment 7 Cost Analysis Worksheet Recurring if County Hosts (Vendor to complete spreadsheet) Attachment 7a Coast Analysis Worksheet Recurring if Vendor Hosts (Vendor to complete spreadsheet) Attachment 8 Experience and Customer References (Vendor to complete form) Attachment 9 Recommended Hardware Configuration (Vendor to complete form) Attachment 10 Certificate of Insurance (Vendor to attach) Attachment 11 Financial Statements (Vendor to attach) Attachment 12 Additional RFP Response Information (Optional) (Vendor to attach) 12
13 Exhibit A: Washington County Infrastructure Washington County Hardware Minimum Standards The proposed solution must integrate with the County s current technology configuration. While options outside of these standards may be considered, adherence to the standards will be given additional weight in the evaluation process. Additional costs for acquiring products and resources outside of the standards will also be factored into the evaluation process. Final hardware decisions will be made by the County Department of Information Technology (DoIT) staff. Network Wired Cisco switches, routers and firewalls (ASA) only. 100MB to the desktop. CAT 6 cabling only. Servers Rack mount servers only. HP DL 360 G7 or above or BL 460 G4 or above (blade enclosure may need to be provided) only. All servers should be quoted with a minimum of Dual Quad-Core CPU s, 8GB RAM/CPU minimum, Battery Backed Write Cache Controller, 2 hard drives for the OS + a minimum of 3 hard drives for storage (RAID 5), Optical drive (blades excluded), Redundant Power Supplies, Redundant NICs, ILO Advanced pack with ILO support to match lifecycle of server, 5 years, 24x7, 4-hour response on-site support to match the life cycle of the server. SAN If disk space on existing SAN is required, please calculate required space using RAID10. Operating Systems Washington County currently supports running all new servers on Windows Server 2008 R2 or Server ALL servers should be fully patched prior to rollout. OS should not be quoted with hardware. DoIT will supply the OS based on the County s Enterprise Agreement with Microsoft. Note: Washington County currently does not support Linux, Unix, AIX, MacOS, Windows Desktop versions in a server environment or Windows Server 2000 & Database Standard Washington County is currently running Microsoft SQL Server 2008 R2 or above. The County currently has a SQL farm. Any new instances should be able to perform in a farm environment when possible. Proposed applications SQL requirements need to be clearly identified prior to instance installation. If an independent SQL solution is required DoIT will license the SQL servers with per CPU licensing. Virtualization Washington County DoIT maintains a VMWare infrastructure for server virtualization. When possible please consider virtualization for your solution. Virtual server costs provided based on CPU, VRAM and storage requirements. The County currently does not virtualize SQL Server. Anti-Virus Trend Micro OfficeScan for Servers is the only version of A/V software the County allows. All servers will have anti-virus installed prior to go live. The DoIT Server Group will assist in the installation. Redundancy - Washington County has a primary and secondary data center connected by fiber. Redundant solutions should take this into account during the design phase. Current HHW Mobile Platform The current mobile platform at the WCEC site includes the bullet pointed list below. It is not required that the new system support or use this same technology platform. 13
14 Exhibit A: continued Washington County Security Standards Washington County has the following application security requirements: Full Active Directory integration Login security provided by Active Directory The system must maintain a security log of all user activity System must support data encryption meeting HIPAA requirements Must comply with the County Technology Acceptable Use policy The County Board of Commissioners approved Acceptable Use Policy requires password modification every ninety (90) days. Notification of pending password expiration will be received starting fourteen (14) days prior to expiration. Secure Password Standards: Must be a minimum of eight (8) characters in length, maximum of ten (10) Must start with an alphabet character Must contain at least one (1) number Must not contain a complete dictionary word Must not contain consecutively repeated characters (srtty984 or srty9984-can use srtyt984) Must not re-use the previous six (6) passwords Must contain one (1) upper and one (1) lower case letters All vowels are acceptable Only letter not allowed is Q Should be something that only you know (no names of people, pets or objects) Should not contain usernames, department names, Washington or County Should also contain a special, non-alphanumeric character (accepted characters are $@#_ ) Three (3) failed unauthorized login attempts lock a Windows/Active Directory account or vary off an AS400/iSeries account. Windows/Active Directory accounts remain locked for fifteen (15) minutes unless unlocked by the Department of Information Technology (DoIT) Service Desk. AS400/iSeries accounts remain varied off until varied on by the DoIT Service Desk. 14
15 Exhibit B: Re-TRAC Interface Requirements The information provided in this exhibit is to give you sufficient information to prepare an interface estimate between the County s Re-TRAC system and the proposed HHW Management System. The Vendor s estimate should be documented in Attachment 6 (6a) Cost Analysis Worksheet - Fixed. Re-TRAC System Overview Washington County partners with other neighboring Minnesota counties in the use of Re-TRAC for their solid waste management system. Re-TRAC tracks recycling and solid waste, develops reports to provide insights to programs success, and allows each county to share data to better promote partnership in environmental efficiencies. The integration with the Re-TRAC System is expected to be a bi-directional interface; meaning data will be passed in both directions between the HHW system and the Re-TRAC System. Currently, Washington County keeps a variety of spreadsheets that track quantities of hazardous waste collected at the WCEC. Portions of this data are then manually entered into the Re-TRAC system which is then used to develop reports for other areas and departments within the county. It is expected the new HHW system will have an electronic integration with the Re-TRAC system to eliminate duplicate entry of information into the Re-TRAC system. An example of the data manually entered into a spreadsheet that is then entered into Re-TRAC is below: 15
16 Exhibit C: JD Edwards EnterpriseOne Interface Requirements The information provided in this exhibit is to give you sufficient information to prepare an interface estimate between the County s JD Edwards EnterpriseOne and the proposed HHW Management System. The Vendor s estimate should be documented in Attachment 6 (6a) Cost Analysis Worksheet - Fixed. JD Edwards EnterpriseOne System Overview JD Edwards EnterpriseOne is the system of record for Washington County financial information. The HHW system will have functionality that invoices and tracks invoice payment from WCEC stakeholders. While the HHW system will not be the system of record for WCEC financial information, it will be used to enter, update and report on financial information. Currently, the WCEC invoicing information is manually entered into spreadsheets and then re-entered in the JD Edwards system for county financial management. The HHW system is expected to automate the integration with JD Edwards for county financial management. The integration with the JD Edwards EnterpriseOne System is expected to be a bi-directional interface; meaning data will be passed in both directions between the HHW system and the JD Edwards EnterpriseOne System. Currently, invoice and financial information is limited to: 1. County Reciprocal Use (RU) program 2. Very Small Quantity Generator (VSQG) program 16
17 Exhibit D: Information Technology Acceptable Use Policy All employees and agents of Vendors and contractors who will access Washington County information technology in the course of their work for Washington County ( Vendor personnel ) are required to sign this document indicating their willingness to comply with Washington County Policy #3001 Acceptable Use Policy for Utilizing Information Technology Systems and Resources, prior to accessing any Washington County Information Technology tools, systems or services. The term Information Technology tools, systems or services is defined as any equipment (device or software) that is used to access the county s network, electronic messaging (ex. Voice messaging and telephony services, radio, , etc.), storage, transmission, or use of all computer files, and all activities relating to the concept of the Internet (includes the county s intranet, and all external networks accessible to users). 1. Vendor personnel have no expectation of privacy in any electronic communications, use of Washington County property, or Internet access. Washington County reserves the right to review, audit, or monitor any information technology used by Vendor personnel. 2. All Vendor personnel shall use only accounts authorized by Washington County. 3. Vendor personnel may access only those resources for which they are specifically authorized. 4. All user-level system access, (ex. Network login, , desktop computer, application system, etc.), must occur through a password protected account that conforms to the following guidelines: a. All user-level passwords must include a mix of numbers, letters, and special characters, and must be at least 8 characters in length. b. All system administration passwords must include a mix of numbers, letters, and special characters and must be at least 10 characters in length. c. Passwords shall remain confidential. Passwords are not to be shared, except as specifically requested by individual department heads. d. Passwords shall never be displayed, printed, or otherwise recorded in an unsecured manner. User account and password information must not be inserted into any form of electronic communication or storage, (ex. , or electronic document), without using encryption methods and tools approved by the Information Technology Department. e. Passwords shall be changed every 90 days. f. A standard, default password is not to be used for groups of users. 5. Vendor personnel are personally responsible for safeguarding their account and log-on information. 6. Vendor personnel are not permitted to script their user IDs and passwords for log-on access. 7. Vendor personnel are not permitted to allow another person to log-on to any computer utilizing their personal account, nor are they permitted to utilize someone else's account to log-on to a computer. Authorized system or service accounts may be used by multiple people. 8. Vendor personnel may not leave their workstation logged onto the network while away from their area. Vendor personnel may elect to lock the workstation rather than logging off when leaving for very short time periods. 9. Vendor personnel shall maintain a log, left with the computer, of all software loaded onto any Washington County computer. The software must have been approved in writing by the Director of Information Technology or designee. 10. Vendor personnel shall execute only applications that pertain to their specific contract work. 11. Vendor personnel shall promptly report log-on problems or any other computer errors to the IT Help Desk ( ). 12. Vendor personnel shall promptly notify the Director of Information Technology, or designee, if they have any reason to suspect a breach of security or potential breach of security. 13. Vendor personnel shall promptly report anything that they deem to be a security loophole or weakness in the computer network to the Director of Information Technology or designee. 14. Vendor personnel shall not install or use any type of encryption device or software on any Washington County hardware, which has not been approved in writing by the Director of Information Technology or designee. 15. Vendor personnel shall not attach any device to the Washington County network without written approval from the Information Technology Director or designee. 16. Vendor personnel may not remove any computer hardware from a Washington County building for any reason, without prior written approval from the Director of Information Technology or designee. 17. Vendor personnel shall not delete, disable, or bypass any authorized encryption device, or anti-virus or other software program, installed on Washington County hardware. 18. Vendor personnel shall not attach any network or phone cables to any Washington County device without written approval from the Director of Information Technology or designee. 19. Vendor personnel may not copy any data and/or software from any Washington County resource for personal use. 20. Washington County data and/or software shall not be removed from a Washington County building without prior written approval from the Director of Information Technology or designee. 21. Vendor personnel may not utilize Washington County computer systems or networks for any of the following reasons: a. Game playing; b. Internet surfing not required for their work activity; c. Non-related work activity; or d. Any illegal activity. e. Downloading of files from the Internet. If files are needed for your work, contact Washington County Information Technology personnel. 22. Vendor personnel are prohibited from intercepting or monitoring network traffic by any means, including the use of network sniffers, unless authorized in writing by the Director of Information Technology or designee. 23. Vendor personnel may not give out any Washington County computer information to anyone. Exception: other Vendor personnel needing the information to complete tasks and who have signed this agreement. Information includes but is not limited to: IP addresses, security configurations, etc. 24. All data storage media shall be erased or destroyed prior to disposal. 25. Vendor personnel may not remove or delete any computer software without the written approval of the Director of Information Technology or designee. 26. Vendor personnel shall not attempt to obtain or distribute Washington County system or user passwords. 27. Vendor personnel shall not attempt to obtain or distribute door pass codes/passkeys to secured rooms at any Washington County facility for which they are not authorized. 28. All equipment issued to Vendor personnel will be returned in good condition to Washington County upon termination of the Washington County/Vendor personnel relationship. 29. Vendor personnel may not use Washington County information technology to send or receive threatening, obscene, abusive, sexually explicit language or pictures. 30. Vendor personnel are prohibited from causing Washington County to break copyright laws. 31. Use by Vendor personnel of any Washington County information technology will acknowledge acceptance of the above-referenced policies. Any Vendor employee who violates any of these policies shall be subject to disciplinary action, including total removal from the Washington County project as well as being subject to Minnesota civil and criminal liability. Disciplinary action may include Washington County requesting the Vendor consider demotion, suspension and termination. Printed Name: Signature: /Date 17
REQUEST FOR PROPOSAL (RFP) Records Management. In SharePoint
REQUEST FOR PROPOSAL (RFP) For Washington County, Minnesota Records Management In SharePoint May 22, 2018 Table of Contents Notice of Request for Proposal 3 A. Introduction and Background 1. Project Overview.
More informationCITY OF KOTZEBUE REQUEST FOR PROPOSAL ADMINISTRATION IT SERVICES FOR FY18 REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SUPPORT SERVICES
CITY OF KOTZEBUE REQUEST FOR PROPOSAL 18-01 ADMINISTRATION IT SERVICES FOR FY18 REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SUPPORT SERVICES Vendors are required to provide as much detail as possible in
More informationREQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SUPPORT SERVICES
REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SUPPORT SERVICES Family Service Center of Galveston County (hereinafter FSC) is requesting proposals from qualified, professional technology vendors for Information
More informationRequest for Proposals (RFP) Shared Information Technology (IT) Services for Rural Communities of Scott County, Iowa
Request for Proposals (RFP) Shared Information Technology (IT) Services for Rural Communities of Scott County, Iowa Response Submission Requirements Submission Deadline: Submission Contact: Submission
More informationMaster Services Attachment for ServiceElite
Master Services Attachment for ServiceElite 1. Scope of Services IBM will provide you Services as described in this Attachment and, if applicable, its Statements of Work and Change Authorizations to support
More informationOctober 25, 2018 RFP # REQUEST FOR PROPOSAL
JEFFERSON COUNTY DEPARTMENT OF HEALTH 401 14 th Street South, Birmingham, AL 35233 (205) 930-1961/Fax (205) 930-1060 Hazel Collins Purchasing Agent October 25, 2018 RFP #19-10-03 REQUEST FOR PROPOSAL Sealed
More informationREQUEST FOR PROPOSAL NO. 1004/KB/08 For INFORMATION TECHNOLOGY SERVICES ADDENDUM NO. 2
Alameda County Flood Control and Water Conservation District, Zone 7 100 North Canyons Parkway, Livermore, CA 94551 925.454.5000 Fax: 925.454.5725 REQUEST FOR PROPOSAL NO. 1004/KB/08 For INFORMATION TECHNOLOGY
More informationThe following services are to be provided to Highland City in the area of IT:
Highland City (hereinafter referred to as City ) is soliciting proposals from qualified individuals and companies for Information Technology Services. The qualified vendor will enable the City to improve
More informationREQUEST FOR PROPOSALS
` REQUEST FOR PROPOSALS Delivery of Information Technology Services Scott Simon Executive Director Greg Beck Assistant Executive Director/Point of Contact Response Deadline March 29, 2019 4:00 PM Page
More informationOhio 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 informationIllinois Valley Regional Dispatch RFP Disclaimer Logging Recorder
Illinois Valley Regional Dispatch RFP Disclaimer Logging Recorder To the extent any of the following requirements are propriety or vendor specific or in any way limits open and competitive proposals IVRD
More informationRequest for Proposal
Request for Proposal FOR PROCUREMENT OF DESKTOP COMPUTERS, LAPTOPS & NETWORK SERVERS RFP# 2018-08-07 ISSUED DATE: AUGUST 7, 2018 SUBMISSION DATE: AUGUST 17, 2018 AT 5:00 P.M. ET RFP #2018-08-07 1 Table
More informationCity of Bartlett. Request for Proposal. Nortel Phone System
City of Bartlett Request for Proposal Nortel Phone System November 6, 2009 Dear Vendor: November 6, 2009 The City of Bartlett is actively pursuing installation of a Nortel Phone System to be located at
More informationRaymore Peculiar School District. REQUEST FOR PROPOSAL FOR: Wireless Access Point TAB 1
Scope and Specifications of the Bid Raymore Peculiar School District REQUEST FOR PROPOSAL FOR: TAB 1 SCOPE: The intent of this bid is to secure wireless access points with cloud management services for
More informationREQUEST 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 informationOhio 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 informationCRISP 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 informationThe North Suburban Emergency Communications Center (NSECC) Managed Information Technology Services. Request For Proposal
The North Suburban Emergency Communications Center (NSECC) Managed Information Technology Services Request For Proposal Date Due: September 10, 2012 by 5:00 p.m. NSECC 1420 Miner Street Des Plaines, IL
More informationTechnology Services RFP Town of Hooksett. Administration Department Dr. Dean Shankle May 2, 2019
Town of Hooksett Administration Department Dr. Dean Shankle May 2, 2019 REQUEST FOR PROPOSAL Proposal for TECHNOLOGY SERVICES Bid #18-05 Invitation to Bid Acceptance Date: 10:00 am, June 4th, 2018 Sealed
More informationNORTHEAST 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 informationPurchasing Department Finance Group INVITATION TO BID
Purchasing Department Finance Group July 24, 202 INVITATION TO BID The City of Norwalk, Information Technology Department, is soliciting bids for a Computer Network Enterprise System Management Software
More informationCity of Long Beach. Request For Quote/Information Number TS For Emergency Patient Care Report System (EPCRs)
Request For Quote/Information Number TS 12-056 For Emergency Patient Care Report System (EPCRs) Release Date: August 3, 2012 Due Date: August 23, 2012 @ 3:00 pm For additional information, please contact:,
More informationRequest 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 informationRequest for Proposals Information Technology Support Services
VILLAGE OF HARWOOD HEIGHTS, ILLINOIS Request for Proposals Information Technology Support Services Posted March 2, 2007 Proposals will be received by the Village of Harwood Heights for Information Technology
More informationREQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES
REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES QUALIFICATION SUBMITTAL DATE: Monday, February 18, 2019 RFQ Number 2019-01 City of McLendon-Chisholm 1371 W. FM 550 McLendon-Chisolm, Texas 75032 972-524-2077
More informationMARYLAND STADIUM AUTHORITY
MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) DESIGN CONSULTANT FOR EXPANSION JOINT REPLACEMENT Small Business Reserve Procurement M&T BANK STADIUM MSA Project No. 19-021 ISSUE DATE: October
More informationInvitation 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 informationCity of Portsmouth Portsmouth, New Hampshire Parking Division
City of Portsmouth Portsmouth, New Hampshire Parking Division 12.11.2017 REQUEST FOR PROPOSALS Parking Citation Management System The City of Portsmouth, NH is seeking proposals to provide a Parking Citation
More informationSPECIFICATION NO. TxDOT * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS
SPECIFICATION NO. TxDOT 961-30-16 * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification may
More informationKing County Library System 960 Newport Way NW Issaquah, WA February 15, 2011 REQUEST FOR QUALIFICATIONS FOR
King County Library System 960 Newport Way NW Issaquah, WA 98027 February 15, 2011 REQUEST FOR QUALIFICATIONS FOR SUPPLEMENTAL EVERGREEN SYSTEM DEVELOPMENT Responses Due: March 14, 2011 by 5pm PST TABLE
More informationDATE: 05/03/2018. REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF
DATE: 05/03/2018 REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF Recruitment and staff administration services in Gulf Cooperation
More informationAttachment 2: Merchant Card Services
Attachment 2: Merchant Card Services Overview The County s primary purpose in seeking proposals for merchant card services is to provide a variety of card payment options and services to County customers
More informationEnterprise 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 informationRequest for Qualifications Statements
Request for Qualifications Statements BND WATER DISTRIBUTION AND WASTEWATER TREATMENT ENGINEERING STATEMENTS ENGINEERING DESIGN SERVICES FOR BND WATER DISTRIBUTION AND WASTEWATER TREATMENT The Brownsville
More informationRequest for Proposal for Annual Financial Audit Services
Request for Proposal for Annual Financial Audit Services RFP # 19_001 Jan 10, 2019 Page 1 I. RFP Timeline The following Timeline has been defined to efficiently solicit multiple competitive proposals,
More informationREQUEST FOR PROPOSAL RICE COUNTY, MINNESOTA COMPREHENSIVE HOUSING STUDY. PROPOSALS DUE NO LATER THAN: Date October 31, 2017 Time: 4:00 p.m.
REQUEST FOR PROPOSAL RICE COUNTY, MINNESOTA COMPREHENSIVE HOUSING STUDY PROPOSALS DUE NO LATER THAN: Date October 31, 2017 Time: 4:00 p.m. REQUEST FOR PROPOSALS COMPREHENSIVE HOUSING STUDY FOR RICE COUNTY,
More informationREQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 23, 2018 UPDATE: JANUARY 29, 2017
REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS January 23, 2018 UPDATE: JANUARY 29, 2017 ONONDAGA COUNTY RESOURCE RECOVERY AGENCY 100 ELWOOD DAVIS ROAD
More informationDATE: 02/05/2018. REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/002 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF
DATE: 02/05/2018 REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/002 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF Recruitment, on-boarding and staff administration services United
More informationLower Rio Grande Valley Development Council. Invitation to Bid (ITB): Online Training System for the Department. office.
The Lower Rio Grande Valley Development Council (LRGVDC) Invitation to Bid (ITB): Online Training System for the 9-1-1 Department Quotes Due Not Later than: Issuing Office: Monday, April 18 th, 2016 at
More informationPLATTE 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 informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL The City of Mt. Pleasant is requesting proposals from qualified executive search firms, experienced in assisting local municipalities in the recruitment and selection of a City Manager.
More informationRental 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 informationIf you are downloading the RFQ from the website, continue to monitor the website for addenda. Failure to incorporate any addenda into your submittal
If you are downloading the RFQ from the website, continue to monitor the website for addenda. Failure to incorporate any addenda into your submittal may cause your submittal to be considered non-responsive.
More informationAll required information must be completed in full, in ink, or typewritten.
THE CITY OF BOZEMAN 20 E. OLIVE ~ P.O. BOX 1230 BOZEMAN, MONTANA 59771-1230 IT DEPARTMENT PHONE: (406) 582-2277 E-MAIL: smcmahan@bozeman.net City of Bozeman, Montana Request for Proposals For E-Discovery
More informationQuad Cities Chamber of Commerce. Request for Proposals for HUMAN RESOURCES MANAGED SERVICES
Quad Cities Chamber of Commerce Request for Proposals for HUMAN RESOURCES MANAGED SERVICES Project Manager: Leslie Anderson, Vice President Finance landerson@quadcitieschamber.com 1601 River Dr., Suite
More informationREQUEST 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 informationREQUEST FOR PROPOSALS AUDIT
REQUEST FOR PROPOSALS 2017-18 AUDIT PROFESSIONAL AUDIT SERVICES ANNUAL FINANCIAL STATEMENT PROPOSAL DEADLINE DATE Tuesday, February 6, 2018 at 3:00pm SUBMIT PROPOSAL TO: Ahmad Sheikholeslami Chief Business
More informationElmhurst 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 informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS December 15, 2014 Secured Document Shredding Services Project 2014-2015 Due 10:00 AM CST/CDT Tuesday, January 20, 2015 Company Name: Contact Information: Printed Name & Title Address,
More informationNAMPA PUBLIC LIBRARY REQUEST FOR PROPOSAL FOR SELF CHECKOUTS. May 21,
NAMPA PUBLIC LIBRARY REQUEST FOR PROPOSAL FOR SELF CHECKOUTS May 21, 2014 062114 Self Check Out Bid Specifications Table of Contents Section Page 1 STATEMENT OF PURPOSE 2 2 CRITICAL REQUIREMENTS 2 3 BACKGROUND
More informationRFP 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 informationDAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower
DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate
More information1.1 Language: For the duration of this document the language shall be as addressed below:
Central Pierce Fire & Rescue Request for Proposal Wireless Mobile Gateways 1. Introduction Central Pierce Fire and Rescue is seeking proposals from qualified firms to provide technology that would enable
More informationINVITATION FOR BID Medical Supplies 2016
INVITATION FOR BID Medical Supplies 2016 ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Medical Supplies 2016 FOR
More informationREQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY
REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY June 1, 2018 The City of Rhome is now accepting sealed Request for Proposals and Statement of Qualifications (RFQ) for New Water &
More informationState of North Carolina Department of Health and Human Services
State of North Carolina Department of Health and Human Services REQUEST FOR PROPOSAL (RFP) Addendum #6 Date: September 5, 2018 RFP Number: 30-180397 RFP Description: Independent Verification and Validation
More information{Buffalo County} IT Managed Services REQUEST FOR PROPOSAL BUFFALO COUNTY
BUFFALO COUNTY IT Managed Services REQUEST FOR PROPOSAL ISSUED DATE: 8/1/2018 SUBMISSION DATE: SEPTEMBER 14, 2018 AT 4:00 P.M. CENTRAL STANDARD TIME RFP COORDINATOR: SONYA J. HANSEN ADMINISTRATIVE COORDINATOR
More informationSt. Charles County Auditor's Office
St. Charles County Auditor's Office 201 N. Second Street Room 526 St. Charles, MO 63301 (636) 949-7455 Fax (636) 949-7467 To Honorable County Council Members October 11, 2011 Honorable Steve Ehlmann, County
More informationENTERPRISE CONTRACT AND PROCUREMENT SERVICES STATEMENT OF WORK (SOW) FOR. Metadata Software RFO
ENTERPRISE CONTRACT AND PROCUREMENT SERVICES STATEMENT OF WORK (SOW) FOR Metadata Software RFO 52900-3-2000115870 The Vendor must submit Responses and direct inquiries to the sole point of contact: Thomas
More informationInvitation for Bid No Package Contents
Invitation for Bid No. 17-31 Package Contents Huntsville Utilities Invitation for Bid No. 17-31 contains various tools and tool accessories for annual bid. The bid package should include the following
More informationRequest for Proposal Information and General Conditions. Digital Copier - Multi-Functional Product (MFP) RFP
Methacton School District Copier RFP Page 1 Request for Proposal Information and General Conditions The Board of School Directors of the Methacton School District Eagleville, Montgomery County, PA will
More informationREQUEST FOR PROPOSALS. (Safety Management Database) BID NO: Addendum 1
REQUEST FOR PROPOSALS (Safety Management Database) BID NO: 15-15080 Addendum 1 BIDS DUE: 24 Aug 15@ 3:00 PM Central Time To report suspected ethics violations impacting the San Antonio Water System, please
More informationMaintenance Policy. Error means any verifiable and reproducible failure of the Software to materially conform to the Documentation.
This Maintenance Policy ( Policy ) describes the current practices of Qlik with regard to its provision of Maintenance Services and Support Services as defined below (collectively Maintenance ) to customers
More informationREQUEST FOR BID PROPOSAL Desktop Computer Systems BARROW COUNTY SCHOOL DISTRICT
REQUEST FOR BID PROPOSAL 2018 Desktop Computer Systems BARROW COUNTY SCHOOL DISTRICT Information Technology Services (ITS) The Barrow County School District Winder, Georgia 30680 Phone - 770-867-4527 Fax
More informationBUTLER COUNTY EDUCATIONAL SERVICE CENTER GOVERNING BOARD NOTICE TO BIDDERS
BUTLER COUNTY EDUCATIONAL SERVICE CENTER GOVERNING BOARD NOTICE TO BIDDERS The Governing Board is requesting bids for Service Providers for the Audiology & Hearing Impaired Services Portal Application
More informationRequest for Quote (RFQ) Information Technology Department Review
Request for Quote (RFQ) Information Technology Department Review The Clerks of Court Operations Corporation ( CCOC ) is a legislatively created corporate entity, created under Section 28.35, Florida Statutes.
More informationRequest for Proposal Human Resources Consultant
Request for Proposal June 6, 2017 401 West Main Street, Suite 2300 Louisville, Kentucky 40202 Request for Proposal P a g e 2 Introduction Purpose The Louisville & Jefferson County Visitors & Convention
More informationREQUEST FOR PROPOSAL PROFESSIONAL SERVICES AUTOMATION SOLUTION. Submittal Date: April 22, 11:00 AM (PST)
REQUEST FOR PROPOSAL PROFESSIONAL SERVICES AUTOMATION SOLUTION Submittal Date: April 22, 2016 @ 11:00 AM (PST) Issued by: Southern California Coastal Water Research Project 3535 Harbor Blvd., Suite 110
More informationREQUEST FOR BID PROPOSAL Desktop Computer Systems BARROW COUNTY SCHOOL DISTRICT
REQUEST FOR BID PROPOSAL 2018 Desktop Computer Systems BARROW COUNTY SCHOOL DISTRICT Information Technology Services (ITS) The Barrow County School District Winder, Georgia 30680 Phone - 770-867-4527 Fax
More informationDOOLY COUNTY SCHOOLS. Copier Bid #
DOOLY COUNTY SCHOOLS Copier Bid #02-2017 Multifunction Copier/Print Request for Proposal Dooly County Schools (the District ) is seeking proposals from qualified vendors to provide and maintain a fleet
More informationORACLE HOSPITALITY HOTEL CONSULTING SERVICE DESCRIPTIONS November 3, 2017
ORACLE HOSPITALITY HOTEL CONSULTING SERVICE DESCRIPTIONS November 3, 2017 TABLE OF CONTENTS Service Offerings CONSULTING SERVICE OFFERINGS Part Number ORACLE HOSPITALITY HOTEL PROPERTY MANAGEMENT SYSTEM
More informationClinton 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 informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS IT Support Services Released by: Pacific Mountain Workforce Development Council Release Date: March 21, 2018 Due Date: April 18, 2018, 12:00 P.M. (Pacific Standard Time) Proposed
More informationBidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue
Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued
More informationServices for Assessment, Designing and Implementation of IT Governance Framework
[Abstract] BIDDING DOCUMENT Services for Assessment, Designing and Implementation of IT Governance Framework June, 2018 General Services Department, House Building Finance Company Limited) 3 rd Floor,
More informationRequest for Proposals for Enterprise Resource Planning System Replacement Consultants Mariposa County, CA
I. Introduction Request for Proposals for Enterprise Resource Planning A. Purpose Mariposa County ( County ) is requesting proposals from qualified and experienced firms or individuals to provide consulting
More informationRequest for Proposal Robstown Independent School District ERate
Request for Proposal Robstown Independent School District ERate 2016 2017 Wireless Upgrades at Three Campuses, Local and Long Distance Phone Service, and POTS Lines Bid Due Date: February 23, 2016 at 5:00
More informationREQUEST 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 informationREQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.
REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: August 10, 2017 DUE DATE: August 23, 2017 Issued by: Trenton Parking Authority NOTE: In the event an interested
More informationREQUEST FOR PROPOSAL INVENTORY MANAGEMENT SYSTEM
REQUEST FOR PROPOSAL INVENTORY MANAGEMENT SYSTEM ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Inventory Management
More informationUniversity of Kelaniya Dalugama, Kelaniya, Sri Lanka Tel , Fax ,
University of Kelaniya Dalugama, Kelaniya, Sri Lanka Tel. 0112914476, Fax. 0112911393, e-mail : supplies@kln.ac.lk 08/12/2015 Web Domains/UKSJ/15/12/20154 The Manager, Invitation of Quotations for Web
More informationEach proposal must be sealed and clearly marked GE Cimplicity Software Upgrade - WLSSD RFP #1370 and addressed to: Betsy Woller, Buyer
2626 Courtland Street Duluth, MN 55806-1894 phone 218.722.3336 fax 218.727.7471 www.wlssd.com Western Lake Superior Sanitary District REQUEST FOR PROPOSALS GE CIMPLICITY SOFTWARE UPGRADE WLSSD RFP #1370
More informationORACLE HOSPITALITY CLOUD CONSULTING SERVICE DESCRIPTIONS October 19, 2017
ORACLE HOSPITALITY CLOUD CONSULTING SERVICE DESCRIPTIONS October 19, 2017 TABLE OF CONTENTS Service Offerings CONSULTING SERVICE OFFERINGS Part Number ORACLE HOSPITALITY FOOD AND BEVERAGE POINT OF SALE
More informationDOOLY COUNTY SCHOOLS. Copier Bid #
DOOLY COUNTY SCHOOLS Copier Bid #01-2017 Multifunction Copier/Print Request for Proposal Dooly County Schools (the District ) is seeking proposals from qualified vendors to provide and maintain a fleet
More informationMARYLAND STADIUM AUTHORITY
MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) GENERAL CONTRACTOR RENOVATIONS TO OPERATIONS OFFICE M&T BANK STADIUM MSA Project No. 19-013 ISSUE DATE: October 9, 2018 MARYLAND STADIUM AUTHORITY
More informationDOOLY COUNTY SCHOOLS. Copier Bid #
DOOLY COUNTY SCHOOLS Copier Bid #01-2017 Multifunction Copier/Print Request for Proposal Dooly County Schools (the District ) is seeking proposals from qualified vendors to provide and maintain a fleet
More informationRequest for Qualifications
115 South Robinson Street Tehachapi, CA 93561 661-822-2200 www.tehachapicityhall.com Request for Qualifications IT Services Acquisition Schedule The Acquisition Schedule is as follows. The City of Tehachapi
More informationRequest 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 informationINTEGRA DATA CENTER POLICIES AND PROCEDURES
INTEGRA DATA CENTER POLICIES AND PROCEDURES Integra Telecom, Inc. has adopted the following Policies and Procedures related to our Data Products and Services and use of our Data Centers. The Policies and
More informationRaymore Peculiar School District. REQUEST FOR PROPOSAL FOR: Laptop/Chromebook Carts TAB 1
Laptop/Chromebook Carts Scope and Specifications of the Bid REQUEST FOR PROPOSAL FOR: Laptop/Chromebook Carts TAB 1 SCOPE: The intent of this bid is to secure for the Raymore- Peculiar School District.
More informationState of West Virginia TABLE OF CONTENTS
Request for Best and Final Offer for Enterprise Resource Planning (ERP) Software and Services August 5, 2011 TABLE OF CONTENTS SECTION ONE: GENERAL INFORMATION... 1 1.1 Purpose... 1 1.2 Relationship to
More informationHOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)
HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners) SOLICITATION TYPE: DESCRIPTION: Request For Proposals Paperless Invoice Automation Software ISSUE DATE: 04/03/2018 DUE DATE: 04/20/2018
More informationService Provider Criteria and Contract Requirements
Request for Proposal Wireless LAN Controller and Network Access Point Equipment Moorhead Area Public School District ( the District ) wishes to take advantage of E Rate funding discounts to provide 802.11ac
More informationBIDDING PROCEDURES FOR GOODS PURCHASES
Effective Date: September 17, 2018 Replaces Date: July 18, 2018 BIDDING PROCEDURES FOR GOODS PURCHASES GENERAL These Bidding Procedures for Goods Purchases shall apply only to those solicitations that
More informationBIDDING PROCEDURES FOR GOODS PURCHASES
Effective Date: September 17, 2018 Replaces Date: July 18, 2018 BIDDING PROCEDURES FOR GOODS PURCHASES GENERAL These Bidding Procedures for Goods Purchases shall apply only to those solicitations that
More informationCity of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station
City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station The City of Santaquin (the City ) hereby requests competitive proposals from qualified consultants
More informationREQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018
Procurement Division Public Services Building 2051 Kaen Road Oregon City, OR 97045 (503) 742-5444 (Office) REQUEST FOR QUOTES (RFQ) #2018-38 Horseback Riding Lessons Issue Date: May 1, 2018 Project Name:
More informationREQUEST FOR PROPOSAL For CEO Search Listening Sessions Bid Number: March 22, 2019
Fresno Economic Opportunities Commission (Fresno EOC) is soliciting proposals to establish a contract with one (1) qualified and experienced vendor to conduct listening sessions in Fresno EOC Target Areas,
More informationREQUEST FOR PROPOSAL FOR INFORMATION TECHNOLOGY SERVICES
REQUEST FOR PROPOSAL FOR INFORMATION TECHNOLOGY SERVICES 2018-003 Pines Behavioral Health 200 Vista Drive Coldwater MI Phone 517-278-2129 1 NOTICE REGARDING DISCLOSURE OF CONTENTS OF DOCUMENT All responses
More informationINVITATION 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