Clark County Request for Proposal

Size: px
Start display at page:

Download "Clark County Request for Proposal"

Transcription

1 , Clark County Request for Proposal Aerial Photography and Digital Orthoimagery

2 INTRODUCTION 3 SCOPE OF WORK 3 INTRODUCTION 3 PROJECT COMPONENTS 3 Aerial Photography and Digital Orthoimagery 3 Additional Considerations 5 Coordinate System 6 Accuracy 6 Quality Control/Assurance 6 Software 6 SUBMISSION INFORMATION & INSTRUCTIONS SUBMISSION LOCATION, TIME & DATE 7 CONTACT PERSON 7 SUBMITTAL PACKAGES 7 SUBMITTAL FORMAT INSTRUCTIONS 8 Cover Letter 8 General Firm Information 8 Project Team 8 Direct Response to Scope of Work 8 Schedule of Implementation 8 References 9 Additional Comments 9 Samples of Work 9 7 EXCLUSION FROM CONSIDERATION 9 TERMS AND CONDITIONS 10 Definition 10 Evaluation of Proposal 10 Discussion of Proposal 10 Negotiations 10 Confidentiality 10 Authority 11 Error in Proposal 11 Reserved Rights 11 Incurred Costs 11 Award 11 Criteria for Selection 11 Non-Discrimination 12 Taxes 12 Payments 12 Contract Responsibilities 12 Interpretation or Correction of RFP 12 Law Governing 13 Insurance 13 Hold Harmless Cause 14 Evaluation 14 Attachments 15 Attachment B. Submittal Checklist 16

3 INTRODUCTION Clark County is located in Eastern Illinois and consists of approximately 505 square miles. The county is home to 16,335 (2010 census) individuals. Currently the County contains approximately 15,996 parcels. In 2001, the County began exploring options to develop a countywide geographic information system (hereinafter referred to as GIS). A GIS committee (hereinafter referred to as The Committee) was formed with representatives from various districts in Clark County. These representatives found that there was indeed a need for GIS technology within/throughout the County. In 2002, an action plan was drafted. With the plan completed, the county could then focus its attention on the steps needed to develop a GIS. In spring 2003, the county was flown. 400 scale photos were taken of the county. In addition 100 scale photos were taken of incorporated areas in the county. Clark County Digital orthoimagery is also required to perform a variety of aerial analyses. SCOPE OF WORK INTRODUCTION The Scope of Work for this effort shall be addressed by the respondent under one general section. Respondents shall address each topic as a separate section in their SOW under the section entitled Direct Response to Scope of Work (see SUBMISSION INFORMATION AND INSTRUCTIONS, page 7). The following components constitute the scope of work: PROJECT COMPONENTS The following information indicates the general requirements, guidelines, and expectations for each of the project components. They constitute a base standard of expectations: accuracy, content, etc. The minimum levels of acceptance of product accuracy, content, etc., will be based on the National Map Accuracy Standards, and the respondents are expected to indicate where those Standards are and are not being met. If the respondent alters any of these details as part of various alternate methods of implementation, please provide clear details describing benefits and detriments with respect to the task itself as well as the overall scope of the project. This RFP offers the respondents the opportunity to offer alternatives with explanations of their advantages. All data will be delivered in a suitable ESRI format. Aerial Photography and Digital Orthoimagery Project Extent: The County requires color digital orthoimagery to cover the Urban areas of the county. Digital orthoimagery (oblique and ortho) will be used to derive and compile highly 2

4 accurate spatial data for GIS implementation. One final orthophoto scale should be used in the project. For the Urban areas, a final minimum scale of one inch equals one hundred feet (1'' = 100') should be established. The resolution of the photos should be a minimum 6 pixels resolution. Please include prices for better resolution photography. Aerial photography will be conducted in the spring of 2017 before leaves appear on trees. Monumentation: A basic network of monuments was established throughout Clark County for the 2003 aerial photography, which may or may not be intact. Attachment A shows this network. Additional monuments may be established by the vendor or the county depending on cost to assure accurate aerial photographs. These monuments shall be first order GPS control points. Pre-Flight Targeting: Prior to the aerial flight, targets will be placed on each permanently monumented first order control point. Targets may be white X's, T's, or V's and ideally painted on hard surfaces except where they must be placed in fields using pinned-down durable white plastic strips. Photography: Aerial Photography (i.e., aircraft photograph, not satellite imagery) shall be undertaken only when well-defined images can be obtained. Aircraft will be flown at such an altitude that accuracy, scale, content, and resolution described herein are met. Photography shall not contain shadows caused by topographic relief and sun angle whenever such shadows can be avoided during the time of day that photography must be taken. Photography shall not be undertaken when the sun angle is less than 30 degrees above the horizon. The contractor must complete all aerial photography during periods when deciduous trees do not contain leaves; streams, rivers and ditches are within their natural boundaries; and there is no appreciable snow or ice on the ground. Photography shall not be attempted when haze, smoke, or dust obscure the ground, or when clouds or cloud shadows appear on more than five (5) percent of the area of any single photograph. Flight plan: Flight lines must coincide with, and be flown continuously across the centerline of each tier of maps. The first two and last two exposures of each flight strip shall fall outside the boundaries to be mapped. Crab: Any flight lines that have a crab of more than three degrees, or any two successive exposures with a crab of more than five degrees, will be rejected. Tilt: Camera tilt shall not exceed three degrees for any negative or between any two successive exposures, and no more than one degree for the entire project. 3

5 Aircraft: The contractor must specify the type of aircraft utilized for the aerial photography, as well as any other service organization that may be used for the project. The location of the service organization and the aircraft to be utilized must be specified. The county reserves the right to accept or reject any such service organization utilized by the selected vendor. Aerial Camera: It is preferred that the aerial camera used in the project be no older than three years. Aerial Film: The Contractor must specify the type of aerial film or digital medium to be used for the photography. All film used on this project, whether accepted or rejected, shall become the property of the County at the completion of the project. Quality Assurance: The Contractor must check the results of all aerial photography carefully for quality, accuracy and completeness prior to submission to the County. Such checking must also be completed with sufficient time to allow the Contractor to produce aerial photography within the specifications contained in this RFP. Unacceptable aerial photography shall be corrected by the Contractor at no additional cost to the County. The quality of the aerial film positives shall be suitable for making high quality reproductions. Forward Overlap: Overlap in the direction of flight should average percent within plus or minus five percent. Side Overlap: Sidelap between overlapping parallel flight lines should average 30 percent within plus or minus 10 percent. Flight Line Map: Before photography is obtained, the contractor shall furnish a map showing the flight lines to be used. Digital Index: An index will be provided to the County showing the photograph tiles with a field showing the tile number. Base Material: All digital information will be provided, including digital orthoimagery, on a suitable storage device (DVD, Flash Drive, etc). Additional Considerations The respondent is invited to offer any other considerations for the implementation of the project. Feel free to identify items or processes that may fit into the larger scope of work that might make this a better, more achievable effort. 4

6 Coordinate System The coordinate system for all photographs, world files, maps, spatial data layers, and other relevant spatial information produced or processed by the awarded vendors/team shall be NAD_1983_StatePlane_Illinois_East_FIPS_1201_Feet. Accuracy All photography, digital orthoimagery and other relevant spatial information produced or processed by the awarded vendors/team shall meet or exceed the National Map Accuracy Standards for each scale indicated. The county will require proof of compliance with the National Map Accuracy Standards. Quality Control/Assurance Please include a detailed description of all quality control and assurance methods for all components of this project. Software Clark County entities primarily use the Environmental Systems Research Institute, Inc. (ESRI) suite of GIS products. ArcGIS, and various peripheral ESRI software licenses exist throughout the County. Therefore, all data must be capable of being used in ArcGIS without conversion or any sort of transformation. All raster data should be provided in TIF format with world files (*.TFW) as well as a seamless (.sid) layer, unless the respondent provides a convincing argument to use another format. The Committee must approve the use of a different format. 5

7 SUBMISSION INFORMATION & INSTRUCTIONS SUBMISSION LOCATION, TIME & DATE Clark County Clerk & Recorder s Office Clark County Courthouse 501 Archer Ave Marshall, IL Phone: (217) Fax: (217) Due date: 10:00 a.m., Wednesday, June 1, 2016 clarkcounty012@gmail.com CONTACT PERSON Lisa Richey, assessor@clarkcountyil.org SUBMITTAL PACKAGES Respondents will provide three (3) sets of original Statements of Proposal (SOP), titled as such, and bound in some manner for dissemination among our review committee members. Detailed instructions for format of SOP appear below. 6

8 SUBMITTAL FORMAT INSTRUCTIONS Respondents must follow this outline for their submittal of SOP: Cover Letter A letter of transmittal will be received, signed by an authorized representative of the responding team. The letter will identify all team members (i.e., subcontractors) and state that all qualifications are valid to the date of submittal. If any portion of the SOP does not include some feature required by this RFP, please indicate what is missing and the reason why the SOP should still be considered. In addition, please indicate your capacity to take on the workload from this project in the timeliest manner. Also include in the cover letter an acceptance of Terms and Conditions as listed in Section 4. Specifically comment on acceptance of insurance requirements. General Firm Information General information about all of the responding team members and subcontractors shall be included in this section. At a minimum, include firm history, general statement of services, peripheral services, the role of each team member, and a history of the team itself. Please indicate where the work will be performed. Marketing collateral is allowed and encouraged. Project Team Delineate how you anticipate organizing your project team for this project. Provide resumes for key managerial and technical staff including work experience, education, and pay rate schedule for individuals involved with this project. If subcontractors are to be used, resumes as well as their project role and responsibilities shall be clearly defined. Direct Response to Scope of Work The respondents are expected to demonstrate qualifications by discussing alternate approaches to performing the various tasks listed in the Scope. Include benefits and disadvantages to each alternative method of achieving each task. Be as detailed as necessary to communicate the alternatives clearly to non-technical, policy-oriented decision-makers. It is also important to place each component and alternative to processes into a larger perspective. Please develop component processes that complement one another in terms of delivery, cost, integration, etc. Schedule of Implementation The respondents will provide a schedule of implementation. Use a simple Julian Calendar with "signing of contract" as day one. Please keep in mind that Clark County would like to implement this project as quickly as possible and build this into your schedules. If possible, indicate the earliest dates to get this project underway and 7

9 completed. Include any cost benefits/detriments associated with a "fast-track" implementation. Build into the schedule the different alternate methodologies as indicated in the Response to Scope of Work portion of you SOP. Alternatively, you may prepare more than one schedule for each methodology. References Each firm, team member, or subcontractor submitting qualifications for this project must provide at least three (3) recent (last three years) references where projects of a similar nature and similar size have been successfully completed. Please include a brief description of the completed project, including project cost and time lines. These references shall include your client's contact name, firm name, telephone number, and address. If this responding team has performed work together in the past, please include references for those clients as well. At least three (3) references will be contacted. Additional Comments Any other comments that will help us make our decisions or reinforce your capabilities may be included here. Samples of Work Any samples of work relevant to this project are to be included in this section. Include paper products, electronic media, and/or websites to demonstrate maps, photographs, imagery, and/or written materials. This information need not be contained in each of the three (3) submittal packages unless it is convenient to do so. We require only one (1) Samples of Work to be submitted. EXCLUSION FROM CONSIDERATION Any SOP received after the submission time and date (10:00 a.m., April 8, 2016) will be rejected and returned to sender unopened. Absolutely no exceptions will be made. The Committee does not prescribe the method by which the SOP is transmitted, therefore, it cannot be held responsible for any delay or excessive damage, regardless of reason, in the transmission of qualifications. The Committee reserves the right to reject any and or all SOP s either in part or in their entirety and to waive any minor irregularities. No change in team configuration will be allowed after due time and date (10:00 a.m., April 8, 2016). Any change in the team configuration after that time/date will cause that team's Statement of Proposal to be removed from review and further consideration. Statements of Proposal that do not follow the above delineated SUBMITTAL FORMAT INSTRUCTIONS will not be reviewed. When the Committee determines a vendor s qualifications to be unacceptable, such vendor shall not be afforded an additional opportunity to supplement its qualifications. 8

10 TERMS AND CONDITIONS Definition Request for Proposal (RFP) is a method of procurement permitting discussions with responsible vendors prior to award of a contract. The award will be based on the criteria set forth herein. Evaluation of Proposal The qualifications submitted shall be evaluated solely in accordance with the criteria set forth in this document. Discussion of Proposal The Committee may conduct discussions with any respondent who submits an acceptable or potentially acceptable set of qualifications. Vendors shall be accorded fair and equal treatment with respect to any opportunity for discussion of qualifications. During the course of such discussions, The Committee shall not disclose any information derived from one set of qualifications to any other vendor. All vendors are advised that in the event of receipt of an adequate number of qualifications, which in the opinion of The Committee require no clarification and/or supplementary information, such qualifications may be evaluated without further discussion. Hence, qualifications should be initially submitted on the most complete and favorable terms which vendors are capable of offering to the county. Negotiations The Committee reserves the right to negotiate specifications, terms and conditions which may be necessary or appropriate to the accomplishment of the purpose of this RFP. The Committee may require the RFP and the respondent s qualifications be incorporated in full or in part as Contract Documents. This implies that this RFP and all responses, supplemental information, and other submissions provided by the vendor during discussions or negotiations may be held by The Committee as contractually binding on the successful vendor. Confidentiality The Committee shall examine the qualifications to determine the validity of any written requests for nondisclosure of trade secrets and other proprietary data identified. After award of the contract, all responses, documents, and materials submitted by the respondent pertaining to this RFP will be considered public information and will be made available for inspection, unless otherwise determined by The Committee. All data, documentation, and innovations developed as a result of these contractual services shall become the property of the County of Clark. Based upon the public nature of these RFP s, a respondent must inform The Committee, in writing, of the exact 9

11 materials in the offer which cannot be made a part of the public record in accordance with the Illinois Freedom of Information Act. Authority This RFP is issued pursuant to applicable provisions of the County of Clark. Error in Proposal Respondents are cautioned to verify their qualifications prior to submission. Negligence on the part of the vendor in preparing the qualifications confers no right for withdrawal or modification of the qualifications. Reserved Rights The Committee reserves the right at any time and for any reason to cancel this RFP, to reject any or all qualifications, or to accept an alternate set of qualifications. The Committee reserves the right to waive any immaterial defect in any set of qualifications. The Committee may seek clarification from a vendor at any time prior to the due time and date (10:00 a.m., April 8, 2016) and failure to respond promptly is cause for rejection. The Committee may require submission of best and final offers. Incurred Costs Clark County will not be liable in any way for any costs incurred by respondents in replying to this RFP. Award Upon agreement by all negotiating parties, award shall be made to the responsible vendor whose SOP is determined to be the most advantageous to the County, taking into consideration negotiated price and work plan, and the evaluation criteria set forth herein. Criteria for Selection All qualifications submitted in response to this RFP will be evaluated based on the following criteria: Compliance with RFP: This refers to the adherence to all conditions and requirements of the RFP. Suitability of the Respondent: Prior experience, types of references, years in services, proximity to Clark County, primary services provided by firms/teams, etc., will be considered. Understanding of County's Needs: This refers to the level of understanding of the specific requirements of Clark County demonstrated throughout the SOP. 10

12 Clarity of Explanations: The degree to which the respondent articulates clear, concise, accurate, and meaningful explanations of technical details and alternate methodologies will have significant impact on evaluation. References: References will be contacted. Respondents should contact references prior to submittal deadline and inform them that we will contact them after submittal deadline. Respondent s capability in all respects to fully perform the contract requirements, and the tenacity, perseverance, experience, integrity, reliability, facilities, equipment, and credit which will assure good faith performance will be investigated. The County will also inquire about value of performance. Fast-Tract Performance: Respondent's ability to perform this project in the swiftest fashion possible will be considered. Non-Discrimination Contractor shall comply with the Illinois Human Rights Act, 775 ILCS 5/1-101 et seq., as amended and any rules and regulations promulgated in accordance therewith, including, but not limited to the Equal Employment Opportunity Clause, Illinois Administrative Code, Title 44, Part 750 (Appendix A), which is incorporated herein by reference. Furthermore, the Contractor shall comply the Public Works Employment Discrimination Act, 775 ILCS 10/0.01 et seq., as amended. Taxes The County of Clark is exempt from paying Illinois Use Tax, Illinois Retailers Occupation Tax and Federal Excise Tax. Payments The contractor shall furnish the County with an itemized invoice. The payment plan will be negotiated between the vendor and the County. Contract Responsibilities Any contract resulting from this RFP may not be assigned, in whole or in part without written consent of Clark County. If the Vendor attempts to make such an assignment without the written consent of the County, the Vendor shall nevertheless remain legally responsible for all obligations under the Contract. Interpretation or Correction of RFP Vendors shall promptly notify Clark County of any ambiguity, inconsistency or error that they may discover upon examination of the RFP. Interpretations, corrections and changes to RFP will be made by addendum as mutually agreed to by the vendor and The Committee. Interpretations, corrections or changes made in any other manner will not be binding. 11

13 Law Governing Any contract resulting from this RFP shall be governed by and construed according to the laws of the State of Illinois. Insurance General: The successful bidder shall maintain for the duration of the contract and any extensions thereof, at bidder s expense, insurance that includes Occurrence basis wording and is issued by a company or companies qualified to do business in the State of Illinois that are acceptable to The Committee, which generally requires that the company(ies) be assigned a Best s Rating of A or higher with a Best s financial size category of Class XIV or higher, in the following types and amounts: (a)commercial General Liability in a broad form, to include, but not limited to, coverage for the following where exposure exists: Bodily Injury and Property Damage, Premises/Operations, Independent Contractors, Products/Completed Operations, Personal Injury, and Contractual Liability; limits of liability not less than: $3,000,000 General Aggregate $1,000,000 Products/Completed Operations $1,000,000 Per Occurrence Bodily Injury and Property Damage-Contractor s Liability (b)business Auto Liability to include, but not be limited to, coverage for the following where exposure exists: Owned Vehicles, Hired and Non-Owned Vehicles, and Employee Non-Ownership; limits of liability not less than: $1,000,000 Combined Single Limit (c)workers Compensation Insurance to cover all employees and meet statutory limits in compliance with applicable state and federal laws. The coverage must also include Employer s Liability with a limit of not less than minimum statutory limits ($500,000) for the State of Illinois. (d)umbrella Liability (Minimum Limits) $1,000,000 General Aggregate $1,000,000 Each Occurrence Certificate of Insurance: The successful bidder agrees that with respect to the above- required insurance that: (a) The Committee shall be provided with Certificates of Insurance evidencing the above required insurance, prior to commencement of the contract and thereafter with 12

14 certificates evidencing renewals or replacements of said policies of insurance at least fifteen (15) days prior to the expiration or cancellation of any such policies; (b)the contractual liability arising out of the contract shall be acknowledged on the Certificate of Insurance by the insurance company; (c)the Committee shall be provided with thirty (30) days prior notice, in writing, of Notice of Cancellation or material change and said notification requirement shall be stated on the Certificate of Insurance; (d)subcontractors, if any, comply with the same insurance requirements; and (e)county shall be named as additional insured. (f)insurance Notices and Certificates of Insurance shall be filed at: Clark County 501 Archer Ave Marshall, IL Hold Harmless Cause The Contractor agrees to indemnify, save harmless and defend the County of Clark, their agents, servants, and employees, and each of them against and hold them harmless from any and all lawsuits, claims, demands, liabilities, losses, and expenses, including court costs and attorney s fees, for or on account of any injury to any person, or any death at any time resulting from such an injury, or any damage to property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this contract. The foregoing indemnity shall apply except if such injury, death, or damage is caused directly by the willful and wanton conduct of the County of Clark, their agents, servants, or employees or any other person indemnified hereunder. Evaluation The evaluation of qualifications will be completed by The Committee and Clark County Board. Qualifications will be evaluated based on the criteria cited above. 13

15 Attachments The following attachments are included for your general information. They include: A. Clark County Monumentation Map 14

16 Attachment B. Submittal Checklist This checklist has been provided to ensure that respondents include all the required information within their SOP submittal. Include this checklist with submittal package, attached to the cover letter. Be certain the far right-hand column is completed for our quick reference. Item to be Included Page # Cover Letter Signed by Authorized Representative of Team All Team Members Identified by Name and Role Ability to Accomplish Project in Timely Manner Indicated Compliance with Terms and Conditions General Firm Information Information for Each Team Member Marketing Collateral Direct Response to Scope of Work Aerial Photography and Digital Orthoimagery Cadastral Spatial Data Planimetric Spatial Data Floodplain Spatial Data Monumentation Spatial Data Other Details Comprehensive Considerations Methodologies: Alternatives to Implementation (Benefits/Detriments) Considered Schedule of Implementation 15

17 Base Schedule Scheduling: Alternatives to Implementation (Benefits/Detriments) Considered References References for Each Team Member References for Entire Team, if available Additional Comments Samples of Work Packet (One Copy required) Submittal Checklist Other Information 16

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS Contracting for Independent Contractor services with the University of Utah may require completion of the following: Employee/Independent

More information

TOWN OF WESTON,CT REQUEST FOR PROPOSALS. For. Parcel Mapping & Web-Based GIS Application

TOWN OF WESTON,CT REQUEST FOR PROPOSALS. For. Parcel Mapping & Web-Based GIS Application TOWN OF WESTON,CT I. INTRODUCTION REQUEST FOR PROPOSALS For Parcel Mapping & Web-Based GIS Application The Town of Weston, Connecticut (the "Town") seeks proposals from interested GIS consultants for the

More information

City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software

City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software RFP GENERAL INFORMATION RFP Notification: Notice is hereby given that proposals will be received by the City of Bellevue,

More information

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT APPENDIX A ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT DATED AS OF ASBESTOS/LEAD SURVEY AND CONSULTING

More information

REQUEST FOR PROPOSAL OBLIQUE IMAGERY

REQUEST FOR PROPOSAL OBLIQUE IMAGERY REQUEST FOR PROPOSAL OBLIQUE IMAGERY PROPOSALS MUST BE RECEIVED No later than 1 P.M., CDT, Tuesday, July 28, 2015 For further information regarding this RFP, please contact the Project Manager: Dan Kerntop

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

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

a. Proposals shall be submitted in a sealed envelope and addressed as follows: 1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL HVAC SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and qualified

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 PROPOSALS SPEC. # 4995

REQUEST FOR PROPOSALS SPEC. # 4995 Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2057 New Rochelle, NY 10801 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR PROPOSALS SPEC. # 4995 NEW RO WORKS!

More information

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000 INSURANCE REQUIREMENTS F CONSTRUCTION CONTRACTS ABOVE $30,000 Indemnity To the fullest extent allowed by law, the Contractor shall indemnify, defend, and hold harmless the County of Santa Clara (hereinafter

More information

AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401

AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401 AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401 The Arapahoe Library District (ALD) is seeking competitive proposals from qualified, reliable Vendors to hire a professional audio/visual company.

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 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 Powell Request for Proposals for a Total Compensation Survey

City of Powell Request for Proposals for a Total Compensation Survey City of Powell Request for Proposals for a Total Compensation Survey Section I The City of Powell is soliciting proposals from qualified consulting firms, experienced in the development of a job evaluation

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

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

LOS ANGELES COUNTY EMPLOYEES RETIREMENT ASSOCIATION REQUEST FOR PROPOSAL JULY 10, 2014

LOS ANGELES COUNTY EMPLOYEES RETIREMENT ASSOCIATION REQUEST FOR PROPOSAL JULY 10, 2014 LOS ANGELES COUNTY EMPLOYEES RETIREMENT ASSOCIATION REQUEST FOR PROPOSAL JULY 10, 2014 SEEKING: EXECUTIVE SEARCH SERVICES FOR PRINCIPAL INVESTMENT OFFICER POSITION Contact Person: John Nogales Director

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

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL TROUP COUNTY BOARD OF EDUCATION REQUEST FOR SEALED COMPETITIVE PROPOSALS FOR CONSTRUCTION OF: RE-FLOORING TO: TROUP COUNTY COMPREHENSIVE HIGH SCHOOL LAGRANGE, GEORGIA TROUP COUNTY SCHOOL SYSTEM LAGRANGE,

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

REQUEST FOR PROPOSALS PLYMOUTH-CANTON COMMUNITY SCHOOLS REQUEST FOR PROPOSALS Assignment of Rights to Wireless Telecommunication Lease, Tower and/or Tower Management Agreement Plymouth-Canton Community Schools E.J. McClendon

More information

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois INTERACTIVE WHITEBOARDS (SMARTBOARDS) AND DIGITAL PROJECTORS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School

More information

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS Jail Boiler Replacement Project For the Facilities Management Department PROPOSALS DUE: 2:00 p.m., Thursday, November 20, 2014 1 P age P:\Jail Boiler Replacement

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

CITY OF LEAWOOD. Independent Contractor Agreement

CITY OF LEAWOOD. Independent Contractor Agreement #3 Small Indep Contractor Agreement with Ins Optional, for use with small agreements less than $15k [e.g., entertainment, 4 th of July projects, sports] CITY OF LEAWOOD Independent Contractor Agreement

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

Town of Somers, Connecticut Geographic Information Consulting Services Request for Proposals

Town of Somers, Connecticut Geographic Information Consulting Services Request for Proposals Town of Somers, Connecticut Geographic Information Consulting Services Request for Proposals The Town of Somers invites proposals for Geographic Information System consultation/ implementation services.

More information

TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES

TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES The Town of Canton is soliciting proposals from professional architectural/engineering consultants for

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

K YROUS R EALTY G ROUP, I NC.

K YROUS R EALTY G ROUP, I NC. K YROUS R EALTY G ROUP, I NC. 263 West 38 th Street Suite 15E New York, NY 10018 Phone: 212.302.1500 Fax: 212.302.3855 500 Greenwich Street Condominium-Alteration Policy The following documents must be

More information

STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010

STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010 STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010 Fiscal Year 2011 1 TABLE OF CONTENTS Part 1 - Informational...3 Part 2 - Operating Environment...8 Part

More information

REQUEST for PROPOSALS. Scheduling and Dispatch Software. City of Ionia Dial-A-Ride (IDART) 251 E. Adams Street Ionia, Michigan 48846.

REQUEST for PROPOSALS. Scheduling and Dispatch Software. City of Ionia Dial-A-Ride (IDART) 251 E. Adams Street Ionia, Michigan 48846. REQUEST for PROPOSALS Scheduling and Dispatch Software City of Ionia Dial-A-Ride (IDART) 251 E. Adams Street Ionia, Michigan 48846 Proposals Due: November 18, 2013 12:00 p.m. Table of Contents PART I Instructions

More information

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS Issued: TABLE OF CONTENTS 1. Introduction...3 1.1 Purpose...3 1.2 Background...3 1.3 Scope of Work...3 1.4 Current Infrastructure...3

More information

Request for Proposals

Request for Proposals Will County Treasurer Request for Proposals Merchant Services, ACH, and Online Bill Payment Brian S. McDaniel 3/5/2014 Introduction General Rules The Will County Treasurer will consider proposals from

More information

PENNSYLVANIA BUILDERS ASSOCIATION INSTRUCTIONS TO HOME IMPROVEMENT MODEL CONTRACT STANDARD FORM Introduction

PENNSYLVANIA BUILDERS ASSOCIATION INSTRUCTIONS TO HOME IMPROVEMENT MODEL CONTRACT STANDARD FORM Introduction PENNSYLVANIA BUILDERS ASSOCIATION INSTRUCTIONS TO HOME IMPROVEMENT MODEL CONTRACT STANDARD FORM Introduction Below are instructions for use with the Home Improvement Model Contract Standard Form, which

More information

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

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

Attachment A Terms and Conditions

Attachment A Terms and Conditions Bidder: BID DELIVERY INSTRUCTIONS FOR STATE PROCUREMENT: BIDDERS ARE HEREBY ADVISED THAT THE U.S. POSTAL SERVICE DOES NOT MAKE DELIVERIES TO OUR PHYSICAL LOCATION: BIDS MAY BE MAILED THROUGH THE U.S. POSTAL

More information

SAMPLE SERVICES CONTRACT

SAMPLE SERVICES CONTRACT SAMPLE SERVICES CONTRACT The parties to this contract are the SAN DIEGO COUNTY WATER AUTHORITY, a county water authority, (the Water Authority) and, [a / an], having its principal place of business at

More information

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078 Request for Proposal Uintah High School Yearbook Publishing & Printing Services Uintah School District 635 West 200 South Vernal Utah, 84078 Deadline for Submittal June 18, 2014 2:00 p.m. Uintah School

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

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

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

AGREEMENT FOR SECURITY AND TRANSPORT SERVICES

AGREEMENT FOR SECURITY AND TRANSPORT SERVICES AGREEMENT FOR SECURITY AND TRANSPORT SERVICES THIS AGREEMENT For Security Services (the Agreement ) is made and entered into effective this day of, 20, by and between CITY OF Commerce City, COLORADO, a

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

SPECIFICATIONS FOR ROOT CONTROL IN CITY MAINTAINED SANITARY SEWERS

SPECIFICATIONS FOR ROOT CONTROL IN CITY MAINTAINED SANITARY SEWERS Water Resources SPECIFICATIONS FOR ROOT CONTROL IN CITY MAINTAINED SANITARY SEWERS Contract Duration: September 15, 2014 September 15, 2017, with possibility of 2 annual extensions for year 2018 and 2019.

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

COUNTY OF PRINCE EDWARD REQUEST FOR PROPOSALS FOR PROFESSIONAL FINANCIAL ADVISORY SERVICES

COUNTY OF PRINCE EDWARD REQUEST FOR PROPOSALS FOR PROFESSIONAL FINANCIAL ADVISORY SERVICES COUNTY OF PRINCE EDWARD REQUEST FOR PROPOSALS FOR PROFESSIONAL FINANCIAL ADVISORY SERVICES May 18, 2012 County of Prince Edward, Virginia 111 South Street, 3 rd Floor P.O. Box 382 Farmville, Virginia 23901

More information

ARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and

ARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and ARCHITECTURAL SERVICES CONTRACT STATE OF TEXAS COUNTY OF NUECES THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and hereinafter called Architect

More information

INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000

INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000 Page 1 of 9 DOCUMENT 00850 INDEMNIFICATION AND INSURANCE REQUIREMENTS EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000 Indemnity The Contractor shall indemnify, defend, and hold

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

TOWN OF WETHERSFIELD PARKS & RECREATION DEPARTMENT CONCESSION WRITTEN QUOTES GENERAL INFORMATION

TOWN OF WETHERSFIELD PARKS & RECREATION DEPARTMENT CONCESSION WRITTEN QUOTES GENERAL INFORMATION TOWN OF WETHERSFIELD PARKS & RECREATION DEPARTMENT CONCESSION WRITTEN QUOTES GENERAL INFORMATION INTENT The purpose of this written quotation is to obtain vendor(s) to provide concessions including food,

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

Kennebec Valley Community College 92 Western Avenue Fairfield, ME 04937. Competitive Bid Request for Proposal This is Not an Order

Kennebec Valley Community College 92 Western Avenue Fairfield, ME 04937. Competitive Bid Request for Proposal This is Not an Order Kennebec Valley Community College 92 Western Avenue Fairfield, ME 04937 Competitive Bid Request for Proposal This is Not an Order Transcription Services Date: June 14, 2016 Proposals Due On: June 27, 2016

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

WITNESSETH. That Contractor, for the consideration hereinafter fully set out, hereby agrees with the County as follows:

WITNESSETH. That Contractor, for the consideration hereinafter fully set out, hereby agrees with the County as follows: NORTH CAROLINA RANDOLPH COUNTY CONTRACT THIS CONTRACT, made and entered into this day of, 2015 by and between Randolph County, a political subdivision of the State of North Carolina, hereinafter referred

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS ROWAN COUNTY 130 West Innes Street Salisbury, NC 28144 Tel: (704) 216-8174 Email: david.sifford@rowancountync.gov REQUEST FOR PROPOSALS FOR REPLACEMENT OF COMMERCIAL ROOFTOP AIR CONDITIONING UNIT Issued

More information

REQUEST FOR QUOTES: Marketing Agency of Record

REQUEST FOR QUOTES: Marketing Agency of Record REQUEST FOR QUOTES: Marketing Agency of Record RELEASE DATE: March 5, 2012 DEADLINE FOR SUBMISSIONS: March 21, 2012 EE Request for Quotes Marketing Agency of Record March 5, 2012 i Contents BACKGROUND...

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

AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD

AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD JANUARY 1, 2014 TO DECEMBER 31, 2015 AGREEMENT THIS AGREEMENT, is made and entered into

More information

AGREEMENT FOR PROFESSIONAL LAND SURVEYING SERVICES WITNESSETH: ARTICLE 1

AGREEMENT FOR PROFESSIONAL LAND SURVEYING SERVICES WITNESSETH: ARTICLE 1 AGREEMENT FOR PROFESSIONAL LAND SURVEYING SERVICES This Agreement, made as of the 29 th day of January, 1999, by and between the County of Wake (hereinafter, the "Owner") and McKim & Creed Engineers, P.A.,

More information

REQUEST FOR PROPOSAL FOR POOL OF QUALIFIED CLAIMS EVALUATION SERVICE PROVIDERS

REQUEST FOR PROPOSAL FOR POOL OF QUALIFIED CLAIMS EVALUATION SERVICE PROVIDERS Office of the Special Deputy Receiver 222 Merchandise Mart Plaza Suite 1450 Chicago, IL 60654 312-836-9500 www.osdchi.com REQUEST FOR PROPOSAL FOR POOL OF QUALIFIED CLAIMS EVALUATION SERVICE PROVIDERS

More information

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

a. Proposals shall be submitted in a sealed envelope and addressed as follows: 1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL PLUMBING SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and

More information

PROFESSIONAL SERVICES AGREEMENT FOR FINANCIAL ADVISOR

PROFESSIONAL SERVICES AGREEMENT FOR FINANCIAL ADVISOR PROFESSIONAL SERVICES AGREEMENT FOR FINANCIAL ADVISOR This agreement for the provision of financial advisory services ( Agreement ) has been entered into this 21 st day of April, 2015 ( Effective Date

More information

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] THIS AGREEMENT is made and entered into this day of, 2014, by and between the City of Yreka, a municipal corporation, hereinafter referred

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

AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR

AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR AGREEMENT made this day of, 201_, pursuant to the provisions of the Delaware River Basin Compact, by and between the DELAWARE RIVER BASIN COMMISSION

More information

City of Kirkland, WA - Contract For Aircraft Industry

City of Kirkland, WA - Contract For Aircraft Industry City of Kirkland, WA REQUEST FOR QUOTATION LiDAR (Light Distance And Ranging) Data Acquisition Services Job #29-15-IT The City of Kirkland, Washington is soliciting price quotations from qualified and

More information

The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision.

The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision. May 19th, 2016 RE: REQUEST FOR QUOTES 2016 Sidewalk Replacement The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision. The enclosed Quote

More information

City Website Design & Replacement RFP # 15-006

City Website Design & Replacement RFP # 15-006 Request for Proposals City Website Design & Replacement RFP # 15-006 9/29/2015 The City of Fairburn, Georgia ( City ) is now accepting proposals from qualified consultants to provide design and replacement

More information

REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER

REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER RFP #2016-02 REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES FOR SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER RELEASE DATE: January 29, 2016 DUE DATE: February

More information

REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES

REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES Notice is hereby given that the Santa Rosa County Board of County Commissioners is calling for and requesting proposals from qualified

More information

MAJOR EQUIPMENT PURCHASE CONTRACT

MAJOR EQUIPMENT PURCHASE CONTRACT MAJOR EQUIPMENT PURCHASE CONTRACT CONSUMERS ENERGY COMPANY ONE ENERGY PLAZA JACKSON, MI 49201 ( Buyer ) ( Seller ) Date:, 20 Subject to the provisions of this Major Equipment Purchase Contract ( Contract

More information

AGREEMENT WITH FOR PROFESSIONAL CONSULTANT SERVICES FOR

AGREEMENT WITH FOR PROFESSIONAL CONSULTANT SERVICES FOR AGREEMENT WITH FOR PROFESSIONAL CONSULTANT SERVICES FOR This Agreement, made and entered into this day of,, by and between the CITY OF SAN MATEO, a municipal corporation existing under the laws of the

More information

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT INDEPENDENT CONTRACTOR AGREEMENT This Agreement is hereby entered into between the ESCONDIDO UNION HIGH SCHOOL DISTRICT, hereinafter referred to as District, and hereinafter referred to as Contractor.

More information

Terms and Conditions for Purchase Orders for Recycling Materials

Terms and Conditions for Purchase Orders for Recycling Materials Terms and Conditions for Purchase Orders for Recycling Materials This Agreement is made by and between AEROJET-GENERAL CORPORATION, an Ohio corporation with a place of business at Rancho Cordova, California

More information

LEASE AGREEMENT INSURANCE AND INDEMNIFICATION LANGUAGE

LEASE AGREEMENT INSURANCE AND INDEMNIFICATION LANGUAGE LEASE AGREEMENT INSURANCE AND INDEMNIFICATION LANGUAGE Tenant assumes the liability for damage to its improvements, fixtures, partitions, equipment and personal property therein, and all appurtenances

More information

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas Request For Proposal Furnish Schneider Business Park Signs Design Build Services For the Cibolo Economic Development Corporation Cibolo, Texas The City of Cibolo, Texas Economic Development Corporation

More information

UNIVERSITY OF CALIFORNIA, REQUEST FOR PROPOSAL # UCM1019DG

UNIVERSITY OF CALIFORNIA, REQUEST FOR PROPOSAL # UCM1019DG UNIVERSITY OF CALIFORNIA BERKELEY DAVIS IRVINE LOS ANGELES MERCED RIVERSIDE SAN DIEGO SAN FRANCISCO SANTA BARBARA SANTA CRUZ UNIVERSITY OF CALIFORNIA, MERCED 5200 LAKE ROAD MERCED, CALIFORNIA 95343 (209)

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

L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming

L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming Request for Proposals to provide Landscape Architect Due Date Proposal Submissions Monday, June 15, 2015 by 5:00 p.m. RFP15-15008 Solicited by: Department

More information

Request for Proposal (RFP) 2015 Video Production Services

Request for Proposal (RFP) 2015 Video Production Services The Woodlands Township/The Woodlands Convention & Visitors Bureau Request for Proposal (RFP) 2015 Video Production Services The Woodlands, Texas SCOPE: The purpose of this Request for Proposal (RFP) is

More information

ALL AMERICAN TRUCKING CO. LLC Carrier Sign on Checklist

ALL AMERICAN TRUCKING CO. LLC Carrier Sign on Checklist ALL AMERICAN TRUCKING CO. LLC Carrier Sign on Checklist Carrier Name: Signed Transportation Agreement between ALL AMERICAN TRUCKING CO. LLC and Carrier Copy of Carrier s PUCO Operating Authority Signed

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

PROVO CITY UTILITIES NET METERING LICENSE AGREEMENT

PROVO CITY UTILITIES NET METERING LICENSE AGREEMENT PROVO CITY UTILITIES NET METERING LICENSE AGREEMENT Customer-Owned Electric Generating Systems of 25kW or Less This NET METERING LICENSE AGREEMENT ( Agreement ) is between ( Customer ) and Provo City -

More information

Swarthmore College Financial Risk Management Team

Swarthmore College Financial Risk Management Team Index: Overview Page 1 Definitions Pages 2-4 Responsibilities Page 5 Sample Clause Language Pages 6-9 Contract Review Checklist Pages 10-12 Contract Guideline Statement Revised: May, 2013 Contracts entered

More information

REQUEST FOR PROPOSALS (RFP)

REQUEST FOR PROPOSALS (RFP) Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR PROPOSALS (RFP) Direct Mail Campaign University of Maine at Augusta RFP # 59-15 ISSUE DATE: April 24, 2015 PROPOSALS

More information

REQUEST FOR QUALIFICATIONS By Town of Apex, NC For Architectural Services For The Design of a Senior Services Facility

REQUEST FOR QUALIFICATIONS By Town of Apex, NC For Architectural Services For The Design of a Senior Services Facility REQUEST FOR QUALIFICATIONS By Town of Apex, NC For Architectural Services For The Design of a Senior Services Facility Introduction In accordance with NCGS 143-64.31, the Town of Apex requests statements

More information

INSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4

INSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4 1THE PHILADELPHIA PARKING AUTHORITY RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4 Prior to commencement of the contract and until completion of your work, shall, at its sole expense,

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

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011 GALVESTON COUNTY HEALTH DISTRICT Request For Proposal Health Insurance Broker Services RFP 15-011 INTRODUCTION The Galveston County Health District (GCHD) is requesting Proposals for health insurance broker

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

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

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY ARCHITECTURAL SERVICES RELATED TO THE HADDONFIELD LIBRARY REQUEST FOR PROPOSAL

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY ARCHITECTURAL SERVICES RELATED TO THE HADDONFIELD LIBRARY REQUEST FOR PROPOSAL BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY ARCHITECTURAL SERVICES RELATED TO THE HADDONFIELD PUBLIC LIBRARY REQUEST FOR PROPOSAL Project Name: ARCHITECTURAL SERVICES RELATED TO THE HADDONFIELD PUBLIC

More information

City of Scappoose, Oregon Request for Proposals MAPPING & GIS PROJECT

City of Scappoose, Oregon Request for Proposals MAPPING & GIS PROJECT City of Scappoose, Oregon Request for Proposals MAPPING & GIS PROJECT The City of Scappoose is requesting Proposals from qualified consulting firms to assist with digital mapping of City facilities. Tasks

More information

SERVICE AGREEMENT CONTRACT NO. ARTICLE 1 SCOPE OF SERVICES

SERVICE AGREEMENT CONTRACT NO. ARTICLE 1 SCOPE OF SERVICES SERVICE AGREEMENT CONTRACT NO. THIS AGREEMENT dated 20 between the STOCKTON UNIVERSITY (the "UNIVERSITY") and (Name of Company), with a business address at ("the Service Provider ). 1.1 The Services ARTICLE

More information

INSURANCE REQUIREMENTS FOR VENDORS

INSURANCE REQUIREMENTS FOR VENDORS INSURANCE REQUIREMENTS FOR VENDORS The Contractor/Vendor shall purchase and maintain for the duration of the contract/work insurance against claims for injuries to persons or damages to property which

More information

Borough of Jamesburg

Borough of Jamesburg Borough of Jamesburg Sale of Cellular Communications Tower Lease Bid Specifications Borough of Jamesburg 131 Perrineville Road Jamesburg, NJ 08831 July, 2012 Bid Opening August 16, 2012 11:00am Borough

More information

Request for Proposals (RFP)

Request for Proposals (RFP) Request for Proposals (RFP) Claims Audits for 2016, 2018, 2020 Liability, Auto, Property and Workers Compensation CIS (Citycounty Insurance Services) 1212 Court Street NE Salem, OR 97301 (503) 763-3800

More information

BRITISH SOCCER CAMP A G R E E M E N T

BRITISH SOCCER CAMP A G R E E M E N T THE STATE OF TEXAS * COUNTY OF CORYELL * KNOW ALL MEN BY THESE PRESENTS: BRITISH SOCCER CAMP A G R E E M E N T This agreement is made and entered into this the 20th day of January, 2015 by and between

More information