How To Provide An Ambulance Service In Brockton

Size: px
Start display at page:

Download "How To Provide An Ambulance Service In Brockton"

Transcription

1 Request for Proposals (RFP) Interest Form RFP Form #1 Instructions: If your firm/company is interested in responding to this RFP, then RFP Form #1 MUST be submitted to the Procurement Dept. immediately following download. This form is crucial in providing pertinent company information for bidder s list tracking and distribution of any potential addendum. Awarding Authority: Project No.: Project Name: City of Brockton/Fire Department #BFD 15-EAS RFP to provide: EMERGENCY AMBULANCE SERVICE or Fax this RFP Interest #1 Form to: City of Brockton/Procurement Dept. procurement@cobma.us Fax: By submitting this RFP Interest Form the below identified firm is expressing its interest in the abovereferenced public bidding project and is requesting that it be added to the list of firms that will receive any addenda to the RFP that might occur. The Awarding Authority assumes no responsibility for a firm s failure to receive any addenda or other correspondence related to this RFP due to the firm s failure to submit an RFP Interest Form as directed above or for any other reason. Company Name: Company Address: City/Town, State & Zip: Company Telephone #: Company Fax #: Company Contact Person/Title: Address Date Submitted: By: (Signature of Authorized Representative) 0

2 REQUEST FOR PROPOSALS CITY OF BROCKTON Brockton Fire Department Provide Emergency Ambulance Service Project #BFD 15-EAS The City of Brockton through its Brockton Fire Department is requesting proposals from parties interested in providing Emergency Ambulance Service. Copies of the Request for Proposal (RFP) may be obtained on and after (Tues.) January 27, 2015 at the Procurement Department, Basement Level, Rm. B9, City Hall, 45 School Street, Brockton Massachusetts. Four (4) sets of the proposal (one original and three copies) shall be delivered no later than 4:30 P.M. on (Tues.) February 24, 2015 to: Michael Morris Chief Procurement Officer City of Brockton Procurement Dept. 45 School Street, Basement Level, Rm. B9 Brockton, MA Proposals for Part I and Part II must be submitted separately in sealed envelopes marked as follows: Part I Provide Emergency Ambulance Service: Non Price Proposal Part II Provide Emergency Ambulance Service: Price Proposal The City reserves the right to accept and/or reject and/or to waive any informality on any/all proposals. The City reserves the right to accept part, all, or none of the selected respondent s proposal and is subject to availability of funds. The City of Brockton is an Affirmative Action/Equal Opportunity/Title IX Employer. Bill Carpenter Mayor Michael Morris Chief Procurement Officer Richard Francis Fire Chief 1

3 Background The Brockton Fire Department currently has 190 members with 174 assigned to fire suppression/ems and direct support personnel. In 2013 over 21,800 incidents were responded to with fewer than 16,000 being EMS related. There are six strategically located stations throughout the city housing six engines, three aerial apparatus, and a rescue vehicle. Brockton is an urban area located approximately 25 miles southeast of Boston with a population of nearly 94,000. The ethnically and culturally diverse city is comprised of single family and multifamily dwellings along with low-rise and high-rise apartment buildings housing elderly, disabled, and low income occupants. Older factory buildings converted to condominiums are numerous along with mercantile and industrial type buildings. Brockton has a significant immigrant population that can be affected by fire and life safety concerns. Language and cultural issues can create barriers to instilling fire and life safety behaviors in many homes. The influx of homeless to the City and the number of families housed by the State in transient housing has increased the vulnerable population significantly. The large number of multi-family dwellings, multiple high-rise buildings, and apartment complexes combined with the ever increasing number of incidents responded to create a life safety problem. Brockton has a divided State highway running north/south with 3 highway bridges and 3 highway underpasses including 2 exit interchanges. A commuter/freight rail line dividing the city east/west has 8 railway bridges and 8 railway underpasses. A natural gas transmission line runs from northwest to southeast. A propane storage/distribution facility with over one million gallons is adjacent to the rail line in the south. Brockton is home to a State community college and a minor league baseball stadium with conference center. The downtown area has a regional Neighborhood Health Center, a District Courthouse, and a Plymouth County Superior Courthouse. A Veterans Administration Medical Center is located near the highway in the southwest corner of the city. In addition there are two other hospitals in the city, one on the eastside and one in the northwest corner adjacent to the highway along with a shopping mall. Two major postal facilities and a wastewater treatment facility are additional critical infrastructure. 2

4 Instructions for Request for Proposal (RFP) Response This Request for Proposals (RFP) invites qualified applicants to submit proposals for the specific services described in the Scope of Services Section of this RFP. GENERAL The City of Brockton hereby requests proposals for Advanced Life Support (ALS) Ambulance Service. No price proposal is to be submitted. The City of Brockton will not pay any fee for ambulance service. A. Performance Bond: On the date of execution of the contract, the Contractor shall submit to the City a performance bond with a surety acceptable to the City or an irrevocable letter of credit from an institutional lender in an amount of at least $100,000. B. After the proposal opening, a Proposer may not change any provision of the proposal in a manner prejudicial to the interests of the City or fair competition. Minor informalities will be waived or the Proposer will be allowed to correct them. If a mistake and the intended proposal are clearly evident on the face of the proposal document, the mistake will be corrected to reflect the intended correct proposal, and the Proposer will be notified in writing. C. The City may cancel this RFP, or reject in whole or in part any and all proposals, if the City determines that the cancellation or rejection serves the best interests of the City. RULE FOR AWARD Per Massachusetts General Laws, Chapter 30B, a contract for the procurement of Ambulance Service is exempt from the public bid laws of the Commonwealth of Massachusetts. As such, The City of Brockton, at its own discretion, will select the firm that it believes, in its own opinion, offers the best all around proposal. Because Ambulance Service is exempt from the Bidding laws, The City of Brockton is free to negotiate with whatever firms they so choose, in whatever manner they believe is best suited to The City of Brockton s needs. If The City of Brockton so chooses, The City of Brockton may continue to solicit additional proposals beyond the stated proposal date listed herein. ADDITIONAL CONTRACT TERMS & CONDITIONS A. The agreement shall be governed by and construed in accordance with the laws of the Commonwealth of Massachusetts. The proposal must comply with all Federal, State, and municipal laws, ordinances, rules and/or regulations. B. The City makes no guarantee that any agreement will take place resulting from this RFP. The City of Brockton reserves the right to reject any or all proposals. Final acceptance of any proposal is the responsibility of the Mayor. C. Termination: The City reserves the right to terminate the contract in the event that the Contractor fails to perform in accordance with the terms and conditions of the contract. 1. Prior to beginning any such actions, the City shall provide the Contractor with a written notification of its concerns and allow the Contractor thirty (30) days time to correct any deficiencies. 2. If the City determines that deficiencies are unresolved whereby there is a material breach of the contract, then the City shall serve the Contractor a sixty (60) day written notice of its intent to terminate the contract. 3. The City reserves the sole right to terminate the agreement upon ninety (90) days notice in the event that it determines in City s sole discretion that the municipal use of the premises is to be changed in a manner which makes the agreement incompatible with the new use. If at any time the successful Proposer(s) fail to fulfill or comply with any of the requirements of this proposal, the City, at its option, can terminate this agreement upon thirty (30) days written notice to the firm. 3

5 D. The successful Proposer will not be permitted to assign or underlet the agreement, nor assign either legal or equitably, any monies hereunder, or its claim thereto, without the previous written consent of the City. E. Compliance: Provision of service by the Contractor shall be in full compliance with all applicable provisions of Massachusetts General Laws, Chapter 111C and accompanying regulations, including but not limited to 105 CMR 170 as promulgated by the Office of Emergency Medical Services for the Commonwealth of Massachusetts and the Massachusetts Region 5 EMS Council in regards to operations, vehicles, equipment, personnel, training, treatment protocols and quality improvement policies. F. All words, signatures and figures submitted on the proposal shall be in ink. Proposals which are conditional, obscure or which contain additions not called for, erasures, alterations or irregularities, or any prices which contain abnormally high or low amounts for any item, may be rejected as informal. More than one proposal from the same Proposer will not be considered. G. The selected Proposer will be required to sign an agreement with the City in which he/she accepts responsibility for the terms and conditions as stated in the RFP. H. Proposers must respond thoroughly to the requirements of this Request for Proposals (RFP). The proposal shall be a part of any Agreement resulting from this RFP. Proposers are cautioned not to make claims or statements to which they are not prepared to commit contractually. I. Proposals must remain in effect for at least ninety (90) days from the submission deadline and thereafter until either the Proposer withdraws its proposal in writing, an agreement is executed, or the solicitation is canceled, whichever occurs first. J. Proposers must bear all costs associated with their proposals including preparation, copying, postage, and delivery costs. The City will not be responsible for any costs or expenses incurred by Proposers responding to this RFP. K. The City shall be under no obligation to return any proposals or materials submitted by a Proposer in response to this RFP. All materials submitted by Proposers become the irrevocable and sole property of the City. The City reserves the right to use any or all ideas, concepts, or configurations presented in a proposal whether or not the proposal is selected. L. All proposals and related documents submitted in response to this RFP are subject to the Massachusetts Freedom of Information Law, M.G.L. Chapter 66, Section 10 and to Chapter 4, Section 7, subsection 26, regarding public access to such documents. Statements or endorsements made by the Proposer that are inconsistent with those statutes will be disregarded. All proposals shall be deemed to be public records within the meaning of M.G.L. X. 4, 7(26). If a Successful Proposer believes that the RFP requires the disclosure of technical, proprietary or trade secret information that the Successful Proposer is not willing to make public, it may submit such information in a separate envelope clearly marked, which will be returned to the Successful proposer following the designation of successful proposer. M. Any amendments to the agreement must be in writing and signed by individuals authorized to contract on behalf of The City of Brockton. 4

6 2. PREPARATION OF RFP RESPONSE The preparation of the RFP Response shall be at the expense of the prospective applicant. It is the sole responsibility of the prospective applicant to fully examine this RFP s addenda (if any). Questions shall be addressed in writing to Michael Morris, Chief Procurement Officer, Procurement Department, Basement Level, Rm. B9, City of Brockton, 45 School Street, Brockton, MA Ph: , mmorris@cobma.us Bound and tabbed proposals shall be submitted in accordance with the following Article 3.0 (RFP Response Format and Contents). All proposals submitted become the property of the Procurement Department and will be subject to applicable Public Record Laws. 3. RFP RESPONSE FORMAT AND CONTENTS The RFP Response shall be provided in two (2) separately bound parts as described in the following sections. The two (2) parts shall be marked Part I Provide Emergency Ambulance Service: Non Price Proposal and Part II Provide Emergency Ambulance Service: Price Proposal. They must be submitted in separate sealed envelopes. Each part shall contain Four (4) sets (one original and three copies). Upon receipt of the RFP responses, a review committee will evaluate Part I of all respondents. For the prospective applicant deemed to be best qualified under Part I; the City will open Part II. Proposals should be prepared simply, providing a straightforward description of the prospective applicant s ability to satisfy the requirement of the RFP. Emphasis should be on completeness and clarity of contents. The City of Brockton assumes no responsibility and no liability for costs incurred relevant to the preparation and submission of the RFP by prospective applicants, or any other costs prior to issuance of a contract. The City may reject any RFP Response that does not meet these requirements. 5

7 RFP RESPONSE CONTENTS: 3.1 PART I Provide Emergency Ambulance Service: Non Price Proposal. The prospective applicant s technical portion of its RFP Response shall contain the following information under the indicated headings. Forms to be Included in the Proposal Package All proposers shall submit proposals in strict accordance with the submission requirements listed below. Any contractor failing to provide all of the following submission requirements will be considered not responsive and their proposal may be rejected without further consideration. A. Letter of Transmittal The prospective applicant s Response shall include a letter of transmittal not to exceed one (1) page, signed by an individual(s) authorized to bind the prospective Applicant contractually. This letter must state that the RFP will remain valid from the date of submission through 4:30 P.M. on February 24, 2015 the deadline for submission of the RFP response, and thereafter until the prospective applicant withdraws it, a contract is executed; or the procurement is terminated by the City, whichever occurs first. The transmittal letter shall include the name, title, address, and telephone number of one or more individuals who can respond to requests for additional information and also, of one or more individuals who are authorized to negotiate and execute a contract on the prospective applicant s behalf, if applicable. All proposers shall submit proposals in strict accordance with the submission requirements listed below. Any contractor failing to provide all of the following submission requirements will be considered not responsive and their proposal may be rejected without further consideration. The information submitted must include the following items: 1. Qualifications and Experience: Please provide: a. Name and address of the Firm; b. Name and telephone of contact persons; c. History, size and structure of firm(s). d. Names(s) of principals of firm(s).. e. List of Contractor s response vehicles, response personnel and level of training, as well as a list of commitments for ambulance service currently rendered under contract to other Massachusetts, Rhode Island, and/or New Hampshire municipalities, government and quasi-government agencies, local hospitals and businesses. Include a name and telephone number of the contact person for these other contracts. f. A brief explanation as to how the Contractor will: 1. Provide the City with emergency ambulance services in accordance with the attached Scope of Services and Minimum Evaluation Criteria (Attachment B). 6

8 2. Provide the City with adequate equipment and personnel during a catastrophic or mass casualty incident. 3. Provide the rate to be charged for uninsured individuals requiring transportation. 4. Provide the City with your intended location of garaging. (See section 2.10). 5. Provide Community Outreach Services to the City such as CPR and First Aid training for Recreation Staff and volunteers, blood pressure screening and etc. 6. Maintain the integrity of the all EMT Training programs as well as describe the management of all Certifications and Recertification processes. g. Any other information which will document the firm s capabilities and qualifications for providing ambulance service to The City of Brockton. h. If a joint venture is proposed, the above information for all parties to the joint venture and the role of each party to the venture; i. List any proceeding by the federal, state, or local government, or any officer, commission, board or instrumentality of such government. j. Provide any and all company financials, including but not limited to, earnings, holdings, subsidiaries and or public stock information that may be requested by the City that may indicate financial stability and growth. k. Indicate whether or not your firm has been dismissed or disqualified from a bid/contract within the past five years, and if yes, the reason(s) why. l. Non-Collusion, Tax-Compliance and Foreign Corporation Certification. Appendix B - Certifications. m. A list of references related to similar services. This will include the municipality, contact name(s) and telephone numbers. This information will be included on Appendix C - References. n. Acknowledgment of Addenda: Each Proposer shall acknowledge the receipt of any addenda by signing and including it with their proposal. (Appendix G) o. Completed and signed city Appendix A - G 7

9 B. PROPOSAL FORMAT AND QUALITY. Understand the Scope of Work The proposal must describe the prospective applicant s general understanding of the scope of work and the key issues associated with performing the required services in the specific disciplines involved. In addition, it must include statements covering prospective applicant s familiarity with the project and describe unusual conditions or problems prospective applicant believes may be encountered. Time of Performance The term of the contract shall be for five (5) years. The City of Brockton reserves the right, at its own discretion, to renew the contract for two (2) additional one (1) year terms. A proposed outline of the work necessary to complete this contract is profiled in Attachment A- Scope of Services. OPTION TO EXTEND: The City, shall have the option of extending or renewing this contract for two (2) consecutive one (1) year periods, for the same discount rate and upon the same conditions as are contained in the contract at the time said option is exercised; except as such conditions shall have been modified by mutual agreement of the parties. Said options shall deem to have been exercised by the City, provided the vendor has been given preliminary notice of the City s intention to renew this contract. Such a preliminary notice shall not be deemed to commit the City to renewal. The applicant selected will enter into a contract with the City of Brockton for the completion of all work necessary to meet the requirements outlined in the scope of services. The selection of the applicant will be based upon the professional qualification, past performance records in similar type EAS contracts, the content of the proposal and consideration of the City s overall needs in terms of the service. C. PAST AND RECENT CONTRACTS Provide a description of the history, experience and qualifications of individual/firm and any proposed subcontractors to perform the Scope of Services. Please provide: Resumes and professional qualifications of all principals who will be assigned to fulfill this EAS contract; List of other similar Emergency Ambulance Service contracts undertaken; The submission shall be evaluated on the basis of current relevant experience for similar contracts and the ability to respond to request for services in a timely manner. 8

10 4. SUBMISSION OF RFP RESPONSES Four (4) sets (one original and three copies) of prospective applicant s response to the RFP shall be submitted no later than (Tues.) February 24, 2015 at 4:30 p.m. to: Michael Morris Chief Procurement Officer City of Brockton Procurement Dept. 45 School Street, Basement Level, Rm. B9 Brockton, MA Responses received later than the specified date and time shall be rejected. 9

11 5. PART II Provide Emergency Ambulance Service: Price Proposal Service providers shall pay an annual flat fee to offset the actual cost of the City s operation of dispatch services, first responder services assistance to provider and the expenses of monitoring and supervising the performance of ambulance service for the City. Year 1 (7/1/15 to 6/30/16): $600, Year 2 (7/1/16 to 6/30/17): $600, Year 3 (7/1/17 to 6/30/18): $625, Year 4 (7/1/18 to 6/30/19): $625, Year 5 (7/1/19 to 6/30/20): $650, By signing below, each Proposer acknowledges that if chosen as the successful provider of ambulance services to the city that they shall honor and comply with the fee structure as listed above. NAME AND ADDRESS OF BIDDER (STREET, the CITY, STATE, ZIP (TYPE OR PRINT) SIGNATURE OF PERSON AUTHORIZED TO SIGN PROPOSAL TYPE OR PRINT SIGNER S NAME DATE 10

12 Attachment A Scope of Services for Providing Emergency Ambulance Service The City of Brockton hereby requests proposals for a two tiered Advanced Life Support (ALS) and Basic Life Support (BLS) Ambulance Service. The City of Brockton will not pay any fee for ambulance service. I. Equipment/Services 1.10 Scope of this Contract As consideration for the items in section and other valuable consideration set forth herein provided by the City. THE SERVICE PROVIDER shall provide the City with an inkind exchange of the following: THE SERVICE PROVIDER shall provide emergency ambulance service to the City in accordance with this Agreement. THE SERVICE PROVIDER shall in the interest of enhanced diversity and improvement in the ability to communicate with patients, shall provide for a low cost Multilingual Basic EMT class with the intent to hire the top candidates with an entry level BLS position. This shall be part of the requirement for fulfillment of participation in various community activities. THE SERVICE PROVIDER shall be responsible for all patient and third party billing for services provided under this Agreement. THE SERVICE PROVIDER agrees to provide, at no expense to the City, treatment and transportation to a local hospital of firefighters, police officers and other full-time active emergency workers injured at the scene of an emergency. THE SERVICE PROVIDER shall provide standby services at the discretion of the Fire Chief. 11

13 THE SERVICE PROVIDER shall provide Brockton Fire first responder's with access to and permit first responders to use Semi-Automatic/Automatic Defibrillators LifePak1000 s or similar defibrillators under OEMS and Region guidelines As consideration for the items in section and other valuable considerations set forth herein provided by THE SERVICE PROVIDER. the City shall provide THE SERVICE PROVIDER with an in-kind exchange of the following: The City shall provide dispatch and communication services to THE SERVICE PROVIDER through the City's 911 emergency response system. Brockton Fire Alarm/EMD shall have command and control of all dedicated city ambulances at all times. No exceptions without direct permission of the Fire Chief or his designee. The City shall provide emergency medical dispatch and pre-arrival instructions to 911 callers for THE SERVICE PROVIDER pursuant to State EMD protocols. The City shall also assist THE SERVICE PROVIDER, when possible, in obtaining patient information from 911 callers Advanced Life Support/Basic Life Support The city of Brockton Fire Department EMS system will change from the previous 4 ALS dedicated operation to a 2ALS/5BLS tiered operation with the intent to provide better coverage of multiple calls and the option to provide the appropriate level of care based on the EMD assessment at the start of the incident. The 5 BLS ambulances will be provided with an ALS intercept (Medic3) through the on duty ALS shift supervisor. THE SERVICE PROVIDER shall provide two ALS and 5 BLS dedicated fully equipped Class I ambulances that meet the requirements of Massachusetts G.L. c. 111C and the regulations there under pertaining to Class I ambulances at the Basic/Paramedic Advanced Life Support level. These dedicated vehicles shall contain all the equipment required for Class I vehicle under Massachusetts General Laws c. 111C and the accompanying regulations for vehicles that provide Advanced Life Support Services, as well as any equipment the City deems essential for Providing Advanced Life Support Services. These 2 ALS/5BLS dedicated vehicles shall be staffed by personnel licensed at the appropriate level by the Commonwealth. The dedicated vehicles shall contain portable and mobile handheld radios including "Caller ID" (identification) capable of talking to 12

14 THE SERVICE PROVIDER dispatch and Brockton Fire Dispatch. The dedicated vehicles shall also have a C-Med radio capable of receiving medical information from, and transmitting medical information to, the Emergency Departments of the local hospitals, and the ability to talk to the Plymouth County Mutual Aid System. These dedicated vehicles shall be further identified (for dispatch purposes) as Medic l, Medic 2, Intercept (Medic3) and CA4, CA5, CA6, CA7 and CA8 as designated by the Fire Chief. The service level of these 2 ALS dedicated units shall be Advanced Life Support (ALS) and the 5 BLS dedicated units will be Basic Life Support with an ALS intercept as needed, dedicated to the City of Brockton for exclusive use for the Emergency Medical System within the City of Brockton and used for no other purpose whatsoever without permission of the Fire Chief. Each of the seven (7) exclusive Brockton units shall be lettered "Brockton EMS" and shall be lettered to the specific specifications of the Fire Chief of the City of Brockton and shall be approved by the Fire Chief (subject to approval of the Commonwealth of Massachusetts O.E.M.S.). Each Brockton ALS unit shall be staffed with at least two (2) Emergency Medical Technicians, one of which shall be a currently certified Paramedic and one of which shall be a currently certified EMT-I or higher. In the event that certification requirements may change in the life of this contract, THE SERVICE PROVIDER shall provide at all times the State minimum of ALS/BLS level of service. THE SERVICE PROVIDER shall provide additional ALS and BLS back-up units as needed and for multiple casualty situations. The average response time for the primary dedicated Brockton ambulance shall not exceed six (6) minutes for all calls within the City and back-up units response shall not exceed an average of ten (10) minutes and shall under no conditions exceed fifteen (15) minutes. The response time shall be calculated from the time the call is received by THE SERVICE PROVIDER's ambulance on the road or notified in Ambulance Quarters from the Brockton Fire Alarm office until the ambulance arrives on the scene of the emergency and notifies Fire Alarm. If the Fire Alarm office downgrades an emergency response, a Code C call (nonurgent), response times shall not apply; however, THE SERVICE PROVIDER shall respond to such a downgrade call immediately. Back-up ambulances shall be moved into position as the need for backup becomes apparent in order to maintain the optimum response time of not more than six (6) minutes. In order to maintain the response time set forth in this Agreement, THE SERVICE PROVIDER, with permission of the Fire Chief, may post emergency 13

15 response units in locations from which in can respond quickly and effectively toall areas of the City. Response times shall be available for review by the Fire Chief and or his designee, for serviceability and THE SERVICE PROVIDER shall submit response time reports to the Fire Chief every 30 days. THE SERVICE PROVIDER shall provide a stand-by ambulance at the scene of a working fire, a high-rise fire or emergency, an incident where EMS services may be anticipated or any incident where the Chief of the Fire Department, anticipates the service of an ambulance may be needed. A stand by ambulance will be made available to the Police when they request the same directly to the Platoon Deputy Chief. No ambulances are to be assigned as a Police standby ambulance without permission of the Platoon Deputy Chief. This stand-by ambulance shall be available to assist in the rehabilitation of emergency workers at the scene of an emergency when requested Maintenance All vehicles provided to the City under this Agreement shall be maintained in good working order and shall be fully-equipped at all times. THE SERVICE PROVIDER shall provide a comparable Class I vehicle as a substitute for any vehicle being maintained or undergoing repair. All vehicles must be registered, display a valid inspection sticker at all times and must be certified as a Class I ambulance Age of Vehicles Only new vehicles shall be placed in service. No vehicle in service shall be more than three (3) years old from initial date of service. Compliance with this requirement shall take effect as of July 1, Hours of Coverage Staffing of the dedicated ambulances will be as follows; all of the dedicated ambulances will be staffed and run 24 hours a day, seven days a week, 365 days a year Inspection The City shall have the right to inspect all equipment and vehicles used to. perform emergency services for the City. All vehicles and equipment must conform to all applicable state, federal and local laws, statutes, ordinances, rules or regulations now in effect or enacted at any time 14

16 during the term of this Agreement. In the event that THE SERVICE PROVIDER incurs additional costs to comply with such laws, statutes, ordinances, rules and regulations, THE SERVICE PROVIDER shall be responsible for the full amount of such costs. The Fire Chief or his representative reserves the right to inspect, at any time, licenses, any or all ambulances, personnel and garage/office locations used to service the City of Brockton. It shall be the responsibility of THE SERVICE PROVIDER to maintain in first class condition all premises, vehicle and equipment in order to ensure safe, dependable and clean operations. THE SERVICE PROVIDER shall ensure that if any vehicle assigned to service in the City of Brockton becomes inoperative for any reason, it is replaced by an identical class and level ambulance immediately. The Fire Chief and the Brockton Fire EMS Coordinator may at any time ride in the ambulance as an observer. Disposable Medical Supplies* For Fire Department units that have arrived on scene and instituted patient care, THE SERVICE PROVIDER agrees to replace and/or exchange supplies/equipment on a one-for-one basis with the Fire Dept. when transferring the patient to THE SERVICE PROVIDER S care for transport. THE SERVICE PROVIDER shall, at the option of the City, repair, replace or reimburse the City for the cost of repair or replacement for any City equipment not returned to the City which has been utilized during emergency care. - (This shall include Narcan, should State protocols allow for the replacement/replenishment in the future) Licensing: THE SERVICE PROVIDER agrees that it shall be the sole responsibility of THE SERVICE PROVIDER to obtain all licenses and permits that are, or shall become, necessary to the performance of this agreement. Failure to obtain and/or maintain such licenses and permits shall constitute grounds for termination of this agreement. II. Garaging 2.10 THE SERVICE PROVIDER shall provide garaging with adequate crew quarter provisions for these dedicated vehicles at a location(s) approved by the Fire Chief to ensure ambulance response times stay within requirements. 15

17 2.20 THE SERVICE PROVIDER shall, using their status system management computer, post vehicles at strategic locations throughout the City during peak traffic times, storm situations, etc., to ensure a rapid response to emergency calls THE SERVICE PROVIDER shall provide all facilities, equipment, materials, fuel and supplies, as well as any other resources THE SERVICE PROVIDER deems necessary to accomplish the work requirements of this contract. III. Mutual Aid Agreements 3.10 THE SERVICE PROVIDER agrees to perform Brockton's obligations regarding emergency ambulance services under all applicable Mutual Aid Agreements in effect during the term of this Agreement. IV. Personnel 4.10 All Emergency Medical Technicians and Paramedics performing services for the City under this Agreement shall have the initial and supplemental training required by Massachusetts G.L. c. lllc and the regulations thereunder, and must be certified by the Massachusetts Department of Health. All Emergency Medical Technicians and Paramedics shall be familiar with the City of Brockton. All back-up Emergency Medical Technicians and Paramedics who may be called into service shall be trained in emergency procedures, or included in an ongoing training program in such procedures. All Emergency Medical Technicians and Paramedics providing regular services for the City under this Agreement shall participate in the inservice training programs run by the local hospital and participate in emergency and disaster drills conducted by the City Police and Fire Departments. There shall be initial in-service training and occasional ongoing training for all service provider employees. All THE SERVICE PROVIDER dispatchers will be certified under the APCO or equivalent standard of emergency medical dispatch. This certification requires all dispatchers to be trained and knowledgeable in the use of EMD protocols. THE SERVICE PROVIDER shall provide uniforms and safety equipment in accordance with state, ambulance and O.S.H.A. guidelines, for all employees, and approved by the Brockton Fire Chief. THE SERVICE PROVIDER's personnel shall exhibit professional and courteous conduct at all times. 16

18 THE SERVICE PROVIDER shall ensure that all employees meet all continuing education and recertification requirements established by appropriate state laws. THE SERVICE PROVIDER shall not schedule any EMS provider to work continuously more than the industry standard (unless unusual or emergency conditions warrant) THE SERVICE PROVIDER shall employ and retain sufficient numbers of experienced employees with expertise to operate units at the required level. THE SERVICE PROVIDER shall implement personnel policies and mechanisms to retain a qualified workforce, which is vital to the maintenance of superior EMS care. As a material condition of this agreement, THE SERVICE PROVIDER agrees that THE SERVICE PROVIDER and THE SERVICE PROVIDER's employees, while performing service for the City of Brockton or while on City of Brockton's property: Shall not in any way be impaired because of being under the influence of alcohol or a drug. Shall not possess an open container of alcohol or consume alcohol or possess or be under the influence of an illegal drug. Shall not sell, offer or provide alcohol or a drug to another person. The above sub-paragraph shall not be applicable to THE SERVICE PROVIDER employee, who, as part of the performance of normal job duties and responsibilities, prescribes or administers medically prescribed drugs. THE SERVICE PROVIDER shall inform all employees that are performing services for the City of Brockton of the objective of a safe, healthful and productive workplace and the prohibition of drug or alcohol use or impairment from same while performing such services for the City of Brockton. THE SERVICE PROVIDER shall maintain a current list of all EMT- Basic, EMT-1 and EMT Paramedic personnel and Massachusetts certification numbers of all employees assigned to provide EMS services to the City of Brockton. THE SERVICE PROVIDER will make this list available to the Fire Chief upon his request. 17

19 At any time, the Fire Chief may request in writing that THE SERVICE PROVIDER reassign an employee currently providing emergency services to the City of Brockton. Upon receipt of such request, THE SERVICE PROVIDER shall immediately re-assign that employee. V. System Operation/Dispatching 5.10 The receipt of a call for EMS service shall be processed through the Brockton Fire Department EMD Dispatch office irrespective of how the call for assistance is originated. All "911" calls for EMS service shall go forward to Brockton Fire Alarm for processing and for dispatching of ambulance(s). The Brockton Fire Alarm EMD dispatcher shall notify THE SERVICE PROVIDER of the need for ambulance, the proper location and all information necessary for a proper dispatch. The Brockton Fire Department Dispatch office shall provide emergency medical dispatch and pre-arrival instructions to 911 callers. THE SERVICE PROVIDER shall maintain an in house system of dispatch tones to alert the Brockton dedicated ambulance personnel of a "911" call. Immediately upon starting the response to the call, the dispatched ambulance shall sign on either through the MDT (mobile dispatch terminal) or via radio to the Brockton Fire Alarm EMD Dispatch indicating the response, the ambulance number and the response location. The ambulance shall maintain radio contact and be subject to further instruction or orders from Brockton Fire Alarm. The ambulance shall remain under the direction and control of the Brockton Fire Alarm dispatcher until that ambulance returns to its quarters and signs off with the Brockton Fire Alarm dispatcher and back to THE SERVICE PROVIDER's dispatcher. Radio Communication Requirements (All to be at the expense of the Service Provider) Ambulance quarters must have Fire Radio Communications broadcast throughout the facility. Ambulance dispatch center must be capable of communicating on and monitoring Brockton Fire Channel 1. Brockton Fire Dispatch must be capable of communicating on ambulance dispatch radio channel for backup purposes. Each ambulance must have mobile radio communication capability. Each member of a dedicated city ambulance must be equipped with a portable radio. VHF mobile and portable radios 18

20 Radio must be equipped with all Brockton fire radio channels Radio must be equipped with all V-Tac and V-Med channels UHF portable radio Radio must have Brockton Event channel in position 7, and must also be equipped with all U-Trac Channels. Dispatch Communication Requirements (All to be at the expense of the Service Provider) Ambulance quarters must have Zetron dispatch system installed. Computer Aided Dispatch (All to be at the expense of the Service Provider) Ambulances must have Mobile Unit with GPS connected to Brockton Fire Department Computer Aided Dispatch System (TriTech) Mobile Units are to be owned, connected to the internet and maintained by Ambulance Company. Brockton Fire Department will provide the software license to TriTech. Option 1 Ambulances operate TriTech CAD Mobile Units. Option 2 Ambulances operate Tritech CAD Mobile Unit in addition to their own company operated CAD. (Ambulance would have two (2) mobile devices one (1) for Brockton Fire Dispatch and one (1) for their company dispatch. Option 3 Ambulance Company provides interface to TriTech from their company operated CAD. Ambulance Company is responsible for all costs associated with creating and maintaining an interface. 19

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION

More information

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,

More information

REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES. Union County Emergency Medical Services

REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES. Union County Emergency Medical Services REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES Union County Emergency Medical Services 1 DEFINITIONS For the purposes of this Request for Proposal, "Proposer" shall mean contractors,

More information

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 Notice is hereby given that the City of Lemoore is soliciting proposals

More information

INDEPENDENT CONTRACTOR SERVICES AGREEMENT

INDEPENDENT CONTRACTOR SERVICES AGREEMENT INDEPENDENT CONTRACTOR SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 2010, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal corporation, whose

More information

REQUEST FOR PROPOSAL (RFP) AMBULANCE SERVICES TO PROVIDE SERVICE IN THE AREA COVERED BY THE PLEASANT VALLEY AMBULANCE DISTRICT (OCTOBER, 2012)

REQUEST FOR PROPOSAL (RFP) AMBULANCE SERVICES TO PROVIDE SERVICE IN THE AREA COVERED BY THE PLEASANT VALLEY AMBULANCE DISTRICT (OCTOBER, 2012) I. PROJECT INTRODUCTION: REQUEST FOR PROPOSAL (RFP) AMBULANCE SERVICES TO PROVIDE SERVICE IN THE AREA COVERED BY THE PLEASANT VALLEY AMBULANCE DISTRICT (OCTOBER, 2012) The Town of Pleasant Valley, Dutchess

More information

Request for Quotations on Termite and Pest Control Service to Include Repair & Maintenance RFQ 16-005

Request for Quotations on Termite and Pest Control Service to Include Repair & Maintenance RFQ 16-005 Request for Quotations on Termite and Pest Control Service to Include Repair & Maintenance RFQ 16-005 Competitive Quotations will be received at the City of Powder Springs, City Clerk s Office, 4484 Marietta

More information

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM 200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM

More information

RESOLUTION OF THE CITY COUNCIL CITY OF SANDPOINT TITLE: AGREEMENT WITH BONNER COUNTY FOR EMERGENCY AND NON- EMERGENCY MEDICAL TRANSPORT SERVICES

RESOLUTION OF THE CITY COUNCIL CITY OF SANDPOINT TITLE: AGREEMENT WITH BONNER COUNTY FOR EMERGENCY AND NON- EMERGENCY MEDICAL TRANSPORT SERVICES No: 12- Date: September 19, 2012 RESOLUTION OF THE CITY COUNCIL CITY OF SANDPOINT TITLE: AGREEMENT WITH BONNER COUNTY FOR EMERGENCY AND NON- EMERGENCY MEDICAL TRANSPORT SERVICES WHEREAS: The City of Sandpoint

More information

REQUEST FOR PROPOSALS CITY OF QUINCY, MASSACHUSETTS PURCHASING DEPARTMENT 1305 HANCOCK ST., QUINCY, MA 02169

REQUEST FOR PROPOSALS CITY OF QUINCY, MASSACHUSETTS PURCHASING DEPARTMENT 1305 HANCOCK ST., QUINCY, MA 02169 REQUEST FOR PROPOSALS CITY OF QUINCY, MASSACHUSETTS PURCHASING DEPARTMENT 1305 HANCOCK ST., QUINCY, MA 02169 Invites sealed bids/proposals for furnishing and delivering to the City of Quincy: AMBULANCE

More information

CITY OF HAMTRAMCK REQUEST FOR PROPOSALS FOR AMBULANCE SERVICES FOR THE CITY OF HAMTRAMCK

CITY OF HAMTRAMCK REQUEST FOR PROPOSALS FOR AMBULANCE SERVICES FOR THE CITY OF HAMTRAMCK CITY OF HAMTRAMCK REQUEST FOR PROPOSALS FOR AMBULANCE SERVICES FOR THE CITY OF HAMTRAMCK ADVERTISE DATE: October 18, 2013 QUESTION(S) DEADLINE: October 23, 2013 Questions regarding this RFP should be submitted

More information

AGREEMENT Final 2/23/09

AGREEMENT Final 2/23/09 AGREEMENT Final 2/23/09 This Agreement between Missoula Emergency Services (hereafter referred to as the Contractor), 1200 Burlington Ave., Missoula, Montana and the City of Missoula (hereafter referred

More information

AGREEMENT FOR PROVISION OF PRIMARY AMBULANCE SERVICE BETWEEN TRINITY EMS, INC. AND CITY OF LOWELL, MASSACHUSETTS

AGREEMENT FOR PROVISION OF PRIMARY AMBULANCE SERVICE BETWEEN TRINITY EMS, INC. AND CITY OF LOWELL, MASSACHUSETTS AGREEMENT FOR PROVISION OF PRIMARY AMBULANCE SERVICE BETWEEN TRINITY EMS, INC. AND CITY OF LOWELL, MASSACHUSETTS THIS AGREEMENT made and entered into this day of, 2014, by and between TRINITY EMS, INC.,

More information

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 Pursuant to Florida Statutes, Chapter 287, The City of Bonita Springs hereinafter referred to as the City, will accept sealed Responses for Qualifications and

More information

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING

More information

SERVICES AGREEMENT. 2. Term. This Agreement will commence and expire. Medical Center Representative: Name and Title

SERVICES AGREEMENT. 2. Term. This Agreement will commence and expire. Medical Center Representative: Name and Title This Services Agreement ( Agreement ) dated is made by and between [INSERT CONTRACTOR S NAME AND ADDRESS] (hereinafter called "Contractor"), and UMass Memorial Medical Center, Inc., Worcester, MA (hereinafter

More information

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS CITY OF CHILLICOTHE REQUEST FOR PROPOSALS The City of Chillicothe is accepting sealed proposals for a Financial and Payroll software system for the Chillicothe Auditor s office. Proposal Must Be Sealed,

More information

INVITATION FOR PRICE QUOTES FIRE HOSE TESTING

INVITATION FOR PRICE QUOTES FIRE HOSE TESTING INVITATION FOR PRICE QUOTES FIRE HOSE TESTING The Franklin Regional Council of Governments (FRCOG), on behalf of certain Fire Departments in Franklin County, MA, is soliciting price quotes from qualified

More information

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 Sealed bids are due by 10:30 am on Friday, January 30, 2015 Bid Specs are

More information

Solicitation 2013-9. Emergency Disaster Cleanup Services. Bid designation: Public. Lehi City

Solicitation 2013-9. Emergency Disaster Cleanup Services. Bid designation: Public. Lehi City Solicitation 2013-9 Emergency Disaster Cleanup Services Bid designation: Public Lehi City 11/4/2013 4:51 PM p. 1 Bid Number 2013-9 Bid Title Emergency Disaster Cleanup Services Emergency Disaster Cleanup

More information

Invitation for Bids. For. Solarwinds Software Modules IFB 15-86

Invitation for Bids. For. Solarwinds Software Modules IFB 15-86 Invitation for Bids For IFB 15-86 The Office of Contracting & Procurement 201 Mullica Hill Road Glassboro, NJ 08028 Linden Hall, Room 136 Phone: 856.256.4171 Email: bids@rowan.edu Table of Contents Administration

More information

5. Preparation of the State and Federal Single Audit Reports.

5. Preparation of the State and Federal Single Audit Reports. THE CITY OF GROTON REQUEST FOR PROPOSAL FOR AUDITING SERVICES RFP 15-01 (Revised 5/28/15) 1. Introduction The City of Groton, Connecticut (the City) is soliciting proposals for purpose of obtaining the

More information

To: From: Patricia Baskerville, PCS Email: Email: patricia.baskerville@jfs.ohio.gov Phone: (000) Date: June 12, 2015 Pages: 10

To: From: Patricia Baskerville, PCS Email: Email: patricia.baskerville@jfs.ohio.gov Phone: (000) Date: June 12, 2015 Pages: 10 Armond Budish Cuyahoga County Executive Cuyahoga County Division of Senior and Adult Services To: From: Patricia Baskerville, PCS Email: Email: patricia.baskerville@jfs.ohio.gov Phone: (000) Date: June

More information

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES The Trustees of the Governor William Stoughton Trust (hereinafter the Trustees ) issue this

More information

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT Contract #: Total Obligation: AGREEMENT BETWEEN: The Georgia Department of Transportation s location identified in Paragraph 101A

More information

AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave.

AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave. Date: 03/07/2014 RFP # 2014-6 Request for Proposal for: Paper Shredding / Document Destruction Services AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott

More information

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule

More information

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: MARTIN COUNTY BOARD OF COUNTY COMMISSIONERS, a political subdivision

More information

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon. COUNTY OF MUSKEGON REQUEST FOR QUOTES (RFQ) FOR PROFESSIONAL REAL ESTATE SERVICES The County of Muskegon, through its County Administration Department, Office of Grant Services, is seeking contractors

More information

TAFT LIBRARY ADDENDUM STANDARD FORM OF AGREEMENT BETWEEN TOWN OF MENDON ( THE TOWN ) AND ( ARCHITECT ) 1.1 Delete space if no additional information.

TAFT LIBRARY ADDENDUM STANDARD FORM OF AGREEMENT BETWEEN TOWN OF MENDON ( THE TOWN ) AND ( ARCHITECT ) 1.1 Delete space if no additional information. TAFT LIBRARY ADDENDUM STANDARD FORM OF AGREEMENT BETWEEN TOWN OF MENDON ( THE TOWN ) AND ( ARCHITECT ) This Addendum is attached to and modifies the Standard Form of Agreement between the Town and Architect,

More information

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT Proposals will be received in the New Hanover County Finance, 230 Government Center

More information

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 TABLE OF CONTENTS I. INSTRUCTIONS... 3 A. BID INFORMATION... 3 B. BID PROPOSAL FORMAT... 4 C.

More information

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT Joliet Junior College Request for Proposal INFORMATION SECURITY PENETRATION ASSESSMENT RFP Opening MAY 22, 2013 @ 2:00P.M. Background

More information

Stephenson County, Illinois

Stephenson County, Illinois Stephenson County, Illinois REQUEST FOR PROPOSALS For EXTERIOR CLEANING OF STEPHENSON COUNTY COURTHOUSE Bids Due: Sealed proposals are due and must be received in the Stephenson County Administrator s

More information

PEST CONTROL SERVICES AGREEMENT REQUEST FOR QUOTE (RFQ)

PEST CONTROL SERVICES AGREEMENT REQUEST FOR QUOTE (RFQ) PEST CONTROL SERVICES AGREEMENT REQUEST FOR QUOTE (RFQ) The Town of Purcellville is inviting quotes for the provision of Pest Control Services. Pest Control firms are invited to submit a quote in accordance

More information

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT 06422. Request for Qualification

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT 06422. Request for Qualification Town of Durham Selectman s Office P.O. Box 428 Durham, CT 06422 Request for Qualification REQUEST FOR LETTERS OF QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL SERVICES Board of Selectmen Laura L. Francis

More information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information Memorandum Important information related to requirements of state or local laws to include additional provisions in residential construction contracts Potentially Affected AIA Contract Documents AIA Document

More information

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 CITY OF FLORENCE Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 REQUEST FOR QUALIFICATIONS NO. 2014-08 ARCHITECTURAL SERVICES FOR COMMUNITY GYMNASIUM DESIGN PROPOSAL

More information

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement THIS INDEPENDENT CONTRACTOR SERVICES AGREEMENT (this Agreement ) is made this day of, 20 (the Effective Date ), regardless of the date of execution, by and between Sierra Field Services, Inc., a Nevada

More information

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT WOODY WHITE, CHAIRMAN BETH DAWSON, VICE-CHAIRMAN JONATHAN BARFIELD, JR. BRIAN BERGER THOMAS WOLFE CHRIS COUDRIET, COUNTY

More information

State of New Jersey New Jersey Public Broadcasting System New Jersey Network Standard Terms and Conditions

State of New Jersey New Jersey Public Broadcasting System New Jersey Network Standard Terms and Conditions 1. STANDARD TERMS AND CONDITIONS APPLICABLE TO THE CONTRACT: Unless the bidder is specifically instructed otherwise in the Request for Proposals (RFP), the following terms and conditions shall apply to

More information

QSP INFORMATION AT A GLANCE

QSP INFORMATION AT A GLANCE QSP INFORMATION AT A GLANCE CONTACT PERSON FOR QUESTIONS/INTERPRETATIONS: HOW TO OBTAIN THE QSP DOCUMENTS: HOW TO FULLY RESPOND TO THIS QSP BY SUBMITTING A QUOTE: NON-MANDATORY JOB WALK: PROJECT LOCATION:

More information

CONSULTANT AGREEMENT

CONSULTANT AGREEMENT Douglas County School District Re.1 Castle Rock, Colorado CONSULTANT AGREEMENT This agreement, dated effective as of is made and entered into by and between the Douglas County School District Re.1, Douglas

More information

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS SECOND ADDENDUM TO RFP DOCUMENTS REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS 11/9/2015 To All Potential Bidders: This

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS THE JOB COUNCIL REQUEST FOR PROPOSALS PROFESSIONAL PROPERTY/CASUALTY AND WORKERS COMPENSATION INSURANCE BROKER OF RECORD The purpose of the Request for Proposal is to select the broker best qualified to

More information

CITY OF SHERWOOD Independent Contractor Agreement (for Personal Services or for Public Works under $25,000)

CITY OF SHERWOOD Independent Contractor Agreement (for Personal Services or for Public Works under $25,000) CITY OF SHERWOOD Independent Contractor Agreement (for Personal Services or for Public Works under $25,000) Dated: Parties: City of Sherwood ( CITY ) 20 NW Washington Street Sherwood, Oregon 97140 And

More information

DUE DATE: August 23, 2011-2:00 p.m.

DUE DATE: August 23, 2011-2:00 p.m. REQUEST FOR PROPOSALS CREDIT CARD MERCHANT SERVICES RFP 11-08 DUE DATE: August 23, 2011-2:00 p.m. CITY OF LEAGUE CITY 300 W Walker League City, TX 77573 281-554-1001 www.leaguecity.com 1 TERMS AND CONDITIONS

More information

Purchase Order Terms and Conditions Beloit College

Purchase Order Terms and Conditions Beloit College Purchase Order Terms and Conditions Beloit College Accounting Office 608-363-2205 (Tim Miles Controller) 608-363-2206 (Deb Sperry Accounts Payable) 608-363-2897 (fax) The purpose of these terms and conditions

More information

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR INDEPENDENT FINANCIAL ADVISOR. Issued by the Town of Bedford

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR INDEPENDENT FINANCIAL ADVISOR. Issued by the Town of Bedford REQUEST FOR PROPOSAL/QUALIFICATIONS FOR INDEPENDENT FINANCIAL ADVISOR Issued by the Town of Bedford Chris Burdick, Supervisor David Gabrielson, Deputy Supervisor Francis Corcoran Marybeth Kass Lisbeth

More information

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing CITY OF DEARBORN ADVERTISEMENT FOR NATURAL GAS PROVIDER TO THE CITY OF DEARBORN, MICHIGAN Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing Agent, 2951 Greenfield, Dearborn,

More information

Agreement for Professional Emergency Services. professional emergency and related services provided at (hospital name) Hospital be

Agreement for Professional Emergency Services. professional emergency and related services provided at (hospital name) Hospital be Agreement for Professional Emergency Services This Agreement, made and effective on (effective date) by and between (name of hospital) Hospital, Inc., located at (address of hospital), (city, state and

More information

Sidewalk Rehabilitation Program

Sidewalk Rehabilitation Program REQUEST FOR PROPOSALS FOR ENGINEERING AND CONSTRUCTION MANAGEMENT SERVICES Sidewalk Rehabilitation Program City of Maywood Building and Planning Department 4319 E. Slauson Avenue Maywood, CA 90270 Deadline:

More information

INDEPENDENT CONTRACTORS AGREEMENT

INDEPENDENT CONTRACTORS AGREEMENT INDEPENDENT CONTRACTORS AGREEMENT THIS AGREEMENT entered into by and between (hereafter the Contractor ) and the Park District of Highland Park (hereafter Park District ). WHEREAS, Contractor will be performing

More information

SUPER OVERSIZE / OVERWEIGHT SINGLE TRIP

SUPER OVERSIZE / OVERWEIGHT SINGLE TRIP CITY OF BAYTOWN City Clerk s Office 2401 Market Street Baytown, Texas 77520 Phone: (281) 420-6504 Fax: (281) 420-5891 Web: www.baytown.org FOR OFFICE USE ONLY Date Received: Date Processed: SUPER OVERSIZE

More information

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID INVITATION TO BID Sealed bid proposals, plainly marked "Plumbing Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,

More information

AGREEMENT FOR PROFESSIONAL SERVICES

AGREEMENT FOR PROFESSIONAL SERVICES AGREEMENT FOR PROFESSIONAL SERVICES This Agreement is made this day of 20, by and between Long Island University ( University ), an educational institution incorporated and doing business under the laws

More information

REQUEST FOR PROPOSAL FINANCIAL ADVISING, AUDITING & COST ALLOCATION SERVICES

REQUEST FOR PROPOSAL FINANCIAL ADVISING, AUDITING & COST ALLOCATION SERVICES REQUEST FOR PROPOSAL FINANCIAL ADVISING, AUDITING & COST ALLOCATION SERVICES CONTENTS I. PURPOSE OF REQUEST II. III. IV. PROPOSAL REQUIREMENTS EVALUATION PROCEDURES SELECTION PROCESS / AWARD OF CONTRACT

More information

Page 1 of 12 Document Effective Date Solicitation Terms & Conditions 08/08/2008 Purchase Order Terms and Conditions 01/01/2009 Special Provisions 01/01/2009 STATE OF COLORADO SOLICITATION INSTRUCTIONS/

More information

NORTH CAROLINA ) ) MERSCHEL PLAZA LIMITED ACCESS AGREEMENT FORSYTH COUNTY )

NORTH CAROLINA ) ) MERSCHEL PLAZA LIMITED ACCESS AGREEMENT FORSYTH COUNTY ) NORTH CAROLINA ) ) MERSCHEL PLAZA LIMITED ACCESS AGREEMENT FORSYTH COUNTY ) THIS LIMITED ACCESS AGREEMENT (hereinafter, this "Agreement"), entered into this day of, by and between the CITY OF WINSTON-SALEM,

More information

EMERGENCY SERVICES CONTRACT BETWEEN THE CITY OF GEORGETOWN, TEXAS AND THE WILLIAMSON COUNTY SERVICES DISTRICT #8 (Amended September, 2010)

EMERGENCY SERVICES CONTRACT BETWEEN THE CITY OF GEORGETOWN, TEXAS AND THE WILLIAMSON COUNTY SERVICES DISTRICT #8 (Amended September, 2010) EMERGENCY SERVICES CONTRACT BETWEEN THE CITY OF GEORGETOWN, TEXAS AND THE WILLIAMSON COUNTY SERVICES DISTRICT #8 (Amended September, 2010) STATE OF TEXAS COUNTY OF WILLIAMSON THIS CONTRACT FOR SERVICES

More information

GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME

GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME This GOODS AND SERVICES AGREEMENT ("Agreement") is entered into and effective [DATE], by and

More information

CITY OF ANN ARBOR & COUNTY OF WASHTENAW Information Technology Services Unit - Service Delivery Manager Service Agreement

CITY OF ANN ARBOR & COUNTY OF WASHTENAW Information Technology Services Unit - Service Delivery Manager Service Agreement CITY OF ANN ARBOR & COUNTY OF WASHTENAW Information Technology Services Unit - Service Delivery Manager Service Agreement This Service Agreement ( Agreement ) is made this day of 2009, by and between the

More information

REQUEST FOR PROPOSAL # 6530 ROOFING REPAIR SERVICES FOR VARIOUS WASHTENAW COUNTY BUILDINGS

REQUEST FOR PROPOSAL # 6530 ROOFING REPAIR SERVICES FOR VARIOUS WASHTENAW COUNTY BUILDINGS BIDDERS COMPANY NAME REQUEST FOR PROPOSAL # 6530 ROOFING REPAIR SERVICES FOR VARIOUS WASHTENAW COUNTY BUILDINGS Prepared By: Washtenaw County Purchasing Administration Building 220 N. Main, B-35 Ann Arbor,

More information

REQUEST FOR PROPOSALS. Ambulance Services. The Town of Hardwick is seeking proposals for for the provision of Basic Life Support

REQUEST FOR PROPOSALS. Ambulance Services. The Town of Hardwick is seeking proposals for for the provision of Basic Life Support REQUEST FOR PROPOSALS Ambulance Services The Town of Hardwick is seeking proposals for for the provision of Basic Life Support ( BLS ) and Advanced Life Support ( ALS ) ambulance services to the Town.

More information

Request for Proposal Hewlett Packard Network Switches and Peripherals

Request for Proposal Hewlett Packard Network Switches and Peripherals Request for Proposal Hewlett Packard Network Switches and Peripherals Vernon Public Schools, Connecticut BID # VPS-FY16-003 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov

More information

City of Union, Missouri Request for Proposal Audit Services

City of Union, Missouri Request for Proposal Audit Services City of Union, Missouri Request for Proposal Audit Services The City of Union is seeking proposals for qualified firms of certified public accountants to audit the City s financial statements for the fiscal

More information

An ordinance governing the granting of franchises for ambulance transportation services.

An ordinance governing the granting of franchises for ambulance transportation services. AN ORDINANCE REGULATING AMBULANCE SERVICE AND GRANTING OF FRANCHISES TO AMBULANCE OPERATORS An ordinance governing the granting of franchises for ambulance transportation services. The Washington County

More information

Milwaukee County Department of Parks, Recreation and Culture

Milwaukee County Department of Parks, Recreation and Culture Milwaukee County Department of Parks, Recreation and Culture REQUEST FOR INFORMATION and SCOPE OF SERVICES for third party vendor to provide instruction and coaching services for a MILWAUKEE COUNTY YOUTH

More information

COUNTY OF NORTHAMPTON, PENNSYLVANIA REQUEST FOR PROPOSALS WORKERS COMPENSATION AND EMPLOYERS LIABILITY CLAIMS ADMINISTRATION SERVICES RFP #305-1518

COUNTY OF NORTHAMPTON, PENNSYLVANIA REQUEST FOR PROPOSALS WORKERS COMPENSATION AND EMPLOYERS LIABILITY CLAIMS ADMINISTRATION SERVICES RFP #305-1518 1. GENERAL CONDITIONS The County of Northampton is soliciting proposals for Workers Compensation and Employers Liability Claims Administration Services in accordance with this Request for Proposals (RFP).

More information

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent September 12, 2011 Re: 11ITB80101A-CJC-Locum Tenens Positions Staffing Services Dear Bidders: Attached is one (1) copy of Addendum 1, hereby made a part of the above referenced ITB. Except as provided

More information

INDEPENDENT CONTRACTOR CONSULTING AGREEMENT INSTRUCTIONS, ROUTING AND APPROVAL COVER SHEET

INDEPENDENT CONTRACTOR CONSULTING AGREEMENT INSTRUCTIONS, ROUTING AND APPROVAL COVER SHEET INDEPENDENT CONTRACTOR CONSULTING AGREEMENT INSTRUCTIONS, ROUTING AND APPROVAL COVER SHEET I. The requesting department should complete the following Independent Contractor Consulting Agreement ( Agreement

More information

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted Description: The New River Valley Regional Jail Authority (NRVRJA) values and appreciates the contributions and efforts of its employees. Toward this end, the NRVRJA is committed to providing a supportive,

More information

M E M O R A N D U M. DATE: September 1, 2009. Prospective Vendors. Russell Guindon, Senior Deputy Fiscal Analyst Fiscal Analysis Division

M E M O R A N D U M. DATE: September 1, 2009. Prospective Vendors. Russell Guindon, Senior Deputy Fiscal Analyst Fiscal Analysis Division M E M O R A N D U M DATE: September 1, 2009 TO: FROM: SUBJECT: Prospective Vendors Russell Guindon, Senior Deputy Fiscal Analyst Fiscal Analysis Division Request for Proposal Senate Concurrent Resolution

More information

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642 COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP Issue Date: August 22, 2008 RFP #: 1642 Title: Applicant Tracking Software Classification Code: 20851 Issuing Agency: Using Agency And/Or Location Where

More information

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES The City of Novi will receive sealed proposals for Consultant - Architectural Façade Services according to the

More information

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT The Town of Avon is seeking written responses to a Request for Proposal (RFP) for services of a landscape architect

More information

New York's Real Estate Law - Requirements For the District

New York's Real Estate Law - Requirements For the District DATE: NOVEMBER 13, 2012 REQUEST FOR PROPOSAL RFP NUMBER: RDP12-024 RFP NAME: PROPOSALS WILL BE RECEIVED UNTIL 11:00 A.M. NOVEMBER 30, 2012 Proposal documents can be downloaded from the Long Island Bid

More information

COVENTRY PUBLIC SCHOOLS PHOTOGRAPHY BID

COVENTRY PUBLIC SCHOOLS PHOTOGRAPHY BID COVENTRY PUBLIC SCHOOLS PHOTOGRAPHY BID PROJECT: To Provide Photography Services for School Pictures to Coventry Public Schools. The School District is comprised of (5) Elementary Schools with total enrollment

More information

CONSULTING SERVICES AGREEMENT THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality. ( City ) and. an Ontario. ( Consultant").

CONSULTING SERVICES AGREEMENT THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality. ( City ) and. an Ontario. ( Consultant). Page 1 of 13 CONSULTING SERVICES AGREEMENT This consulting services agreement is between: THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality ( City ) and, an Ontario ( Consultant"). The parties

More information

REQUEST FOR PROPOSALS: PROFESSIONAL INSURANCE CONSULTANT SERVICES

REQUEST FOR PROPOSALS: PROFESSIONAL INSURANCE CONSULTANT SERVICES TURKISH CONSULATE GENERAL NEW YORK REQUEST FOR PROPOSALS: PROFESSIONAL INSURANCE CONSULTANT SERVICES For the TURKEVI CENTER AT 821 UNITED NATIONS PLAZA NEW YORK CITY, NEW YORK ISSUING DATE FOR REQUEST

More information

#5 Independent Contractor Form - With Insurance With Bonds

#5 Independent Contractor Form - With Insurance With Bonds #5 Independent Contractor Form - With Insurance With Bonds Proposed use: Contracts for smaller projects not involving street construction but important enough to require performance and require an avenue

More information

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M. CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue

More information

APPENDIX 6 INDEMNIFICATION, RELEASE AND INSURANCE

APPENDIX 6 INDEMNIFICATION, RELEASE AND INSURANCE APPENDIX 6 1. Indemnification INDEMNIFICATION, RELEASE AND INSURANCE Concessionaire shall promptly indemnify, defend, hold harmless the Fairmount Park Conservancy (the Conservancy ) and the City of Philadelphia

More information

LEGAL NOTICE SECTION 1: PROJECT INTRODUCTION

LEGAL NOTICE SECTION 1: PROJECT INTRODUCTION LEGAL NOTICE TOWN OF GRISWOLD REQUEST FOR PROPOSAL ( RFP ) AMBULANCE SERVICES TO PROVIDE SERVICE IN THE AREA COVERED BY THE TOWN OF GRISWOLD AMBULANCE DISTRICT (SEPTEMBER 2014) SECTION 1: PROJECT INTRODUCTION

More information

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES 1. STATEMENTS OF QUALIFICATIONS REQUESTED The San Bernardino Community College District (District) Facilities

More information

St. Andrews Public Service District

St. Andrews Public Service District St. Andrews Public Service District Request for Qualifications for Architectural/Engineering (A/E) Consultancy Services for Fire Stations, Administrative Buildings, and Environmental Services Facilities.

More information

ELECTRONIC INDEPENDENT CONTRACTOR AGREEMENT INTRODUCTION

ELECTRONIC INDEPENDENT CONTRACTOR AGREEMENT INTRODUCTION INTRODUCTION This is an AGREEMENT between you and Field Solutions, LLC ( Field Solutions ) that defines the terms and conditions for Field Solutions to engage you to provide services to our customers as

More information

TOWN OF SCITUATE MASSACHUSETTS

TOWN OF SCITUATE MASSACHUSETTS TOWN OF SCITUATE MASSACHUSETTS REQUEST FOR SERVICES Marketing Services for Town of Scituate Economic Development Commission NOVEMBER 2014 GENERAL INFORMATION The Town of Scituate, acting through its Economic

More information

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments COUNTY OF SARPY, NEBRASKA SPECIFICATIONS VOIP Phones For the Various County Departments PROPOSALS DUE: Thursday, 2:00 p.m., June 13, 2013 1 P age P:\VOIP Phones\RFP_VOIP.docx General Information Notice

More information

UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT

UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT SECTION 1 ADMINISTRATIVE OVERVIEW 1.1 BACKGROUND Utah County is planning to

More information

2014 Inlet Rehab Project II Various Locations

2014 Inlet Rehab Project II Various Locations 2014 Inlet Rehab Project II Various Locations in the City of Sioux Falls, South Dakota Bid Request No. 14-1078 Prepared by: Engineering Division 224 West 9 th Street Sioux Falls, SD 57104 TABLE OF CONTENTS

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. VENDING MACHINE SERVICES SUBMITTAL DEADLINE July 23, 2014 RFP NUMBER 14-002

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. VENDING MACHINE SERVICES SUBMITTAL DEADLINE July 23, 2014 RFP NUMBER 14-002 REQUEST FOR PROPOSAL VENDING MACHINE SERVICES SUBMITTAL DEADLINE July 23, 2014 RFP NUMBER 14-002 SCOPE OF SERVICES 1. PURPOSE The County of Cowley is seeking a vendor to supply vending machine services

More information

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT The WALTON COUNTY SCHOOL DISTRICT will receive

More information

ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS

ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS Contractor shall obtain insurance of the types and in the amounts listed below. A. COMMERCIAL GENERAL AND UMBRELLA

More information

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016 1. Bid Delivery Instructions for State Procurement: Fax quotations may be submitted either: Via fax to: (225) 342-9756 OR Delivered by hand or courier service to: Office of State Procurement Claiborne

More information

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1 Invitation to Bid Asphalt Restoration and Spot Repairs For Hardin County Water District No. 1 Prepared by: Hardin County Water District No. 1 1400 Rogersville Road Radcliff, KY 40160 Phone: 270-351-3222

More information

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT PREPARED BY: EXETER FIRE DEPARTMENT 20 COURT STREET EXETER NH 03833 TABLE OF CONTENTS PAGE INVITATION

More information

NPSA GENERAL PROVISIONS

NPSA GENERAL PROVISIONS NPSA GENERAL PROVISIONS 1. Independent Contractor. A. It is understood and agreed that CONTRACTOR (including CONTRACTOR s employees) is an independent contractor and that no relationship of employer-employee

More information

Limited Agency/Company Agreement

Limited Agency/Company Agreement Effective, this Agreement is entered into by and between Safepoint MGA, LLC and Safepoint Insurance Company Inc., hereinafter referred to as Company, and hereinafter referred to as Agent. It being the

More information

TOWN OF RAYMOND, MAINE CABLE TELEVISION ORDINANCE Adopted 11/06/2000

TOWN OF RAYMOND, MAINE CABLE TELEVISION ORDINANCE Adopted 11/06/2000 TOWN OF RAYMOND, MAINE CABLE TELEVISION ORDINANCE Adopted 11/06/2000 Be it ordained by the Town of Raymond, acting by and through its Board of Selectmen acting as its Municipal Officers, that the following

More information