Public Notice REQUEST FOR QUOTE (RFQ)

Size: px
Start display at page:

Download "Public Notice REQUEST FOR QUOTE (RFQ)"

Transcription

1 Public Notice REQUEST FOR QUOTE (RFQ) For Phone System Realign Release Date: Monday, April 13, 2015 Deadline for Submission: Friday, May 8, 2015 at 5:00 pm Contact person: Patrick Lew, Information Technology City of Citrus Heights 6237 Fountain Square Drive Citrus Heights, CA (916)

2 REQUEST FOR PROPOSAL Phone System Replacement RELEASE DATE: Monday, April 13, 2015 CLOSING DATE: CONTACT PERSON: Friday, May 8, 2015 at 5:00 pm All responses must be received by the closing date. Faxed, ed and postmarked materials will be not accepted. Patrick Lew Information Technology Division City of Citrus Heights 6237 Fountain Square Drive Citrus Heights, CA Hours: Monday Friday 8:00AM 5:00PM Purpose The purpose of this Request for Quote (RFQ) is to assist the City of Citrus Heights in selecting a qualified vendor for replacing some of our existing phones to use Voice over Internet Protocol (VoIP) and to move to the SV8300 phone system. The City The City of Citrus Heights, located in northwest Sacramento County, adjacent to the Placer County border, incorporated as a General Law city with a Council/Manager form of government in January The city has a population of approximately 85,071 residing in a 14 square mile area, in a mature, urbanized area estimated to be approximately 95% built-out. The city currently employees over 190 full-time employees, providing services in the areas of law enforcement, community development, public works, general administration, economic development, and finance. Various special districts within Citrus Heights provide such services as water, fire, schools, and parks & recreation. As the city enters its nineteenth year of incorporation, Council priorities include: providing diverse opportunities for community involvement and communication; maintaining financial stability; improving quality of life for the community; providing an accessible, innovative, responsive city government; and strengthening the city s economic base. Current Technical Environment At present, the city operates in an up-to-date technical environment. All hardware is less than five years old, and, with few exceptions, production software is within one version of the current release. City staff is located in five buildings in different locations with fiber connections and internet connections between all buildings. Phone System Realign RFQ 2

3 The city has standardized on Microsoft software products for desktop productivity, HP servers. Specifically, the city uses the following hardware and software: Hardware TCP/IP Ethernet Network Cat 5e and Cat 6 cabling, fiber between buildings Broadband based routing between buildings Cisco & HP Switches Sonic & Cisco firewalls Other Switches are also in use. 10MB Ethernet connection to the Internet (15+) HP AMD & Intel based file/print/application servers (200+) AMD Phenom and above workstations Current Phone system: NEC Neax2000 IPS NEC SV8300 Univerge UM8700 Voice & Speech Technology integrated into Exchange 250 Phone sets Call Center WorkX ACD routing software Software Windows 2008 R2 (AD Native Mode) Microsoft Exchange Server 2010 Microsoft SQL Server 2008 R2 Microsoft Internet Information Server ESRI ArcGIS Latitude Geocortex Essentials 4.2 Common PC based Windows Applications o Microsoft Windows Pro 7, Microsoft Internet Explorer 11; with some XP-SP3 o Microsoft Office 2010 o Microsoft Visio, FrontPage, Publisher, Project 2010 o Adobe Illustrator 10.0, Photoshop Elements 2.0, Photoshop 7.0 o Adobe Acrobat 11 (full version all desktops) o OmniPage 12.0 o AutoCAD 2012 and AutoCAD Land Development Desktop o Numerous other desktop applications specific to city functions PBX: NEC Neax2000-IPS 48 Cards in 6 Pims 2 PRI trunks (Sure West) 12 Ports / Analog Lines Serial Integration 250 Licensed users; 237 subscribers in use 2 Licenses for Text-to-Speech System Prompt is G.729a 11 Call Handlers; each Call Handler has 3-9 selections Day / Night auto Attendant to forward the phones to after hour support or outside agencies. English is the only language implemented Phone System Realign RFQ 3

4 Phones are NEC: (Dterm Series E) o Approx Line o Approx Line o Approx line o Approx line o Approx. 4 DDS o Approx. 202 Total phones Paging Groups Analog Fax lines Plays Music on Hold NEC SV8300: Connects to the NEC Neax2000-IPS Approx. 31 IP phones DT700 series ITL-12D-1 (BK) Intercom paging over the phones. Day / Night Auto Attendant to forward the phones to after hour support or outside phone numbers. Ability to have remote phones. VPN from home and ability for the computer to act as the phone as if you are in the office. Plays Music on Hold Unified Messaging: Current VM / UM Server: o Univerge UM8700 Version Update 1 Back-end Mail Store is MS Exchange 2010 Applied Voice & Speech Technologies Clients use Outlook 2010 Clients also access and Voic (.wav attachment) via Outlook Web Access or via Smart phone. ACD: Automatic Call Distribution There is one ACD group at this time There are currently 9 phones connected to the system with 14 users and one supervisor. The ACD was bought a few years after the PBX system and Voice mail system was installed. It was added later for the police department. See how many are in Queue / Transfer / pick up ETC. Reports of how many are abandoned / transferred / come in / answered ETC. Screen for users to see who is on the phone work mode ETC. Network: Primarily 1GB to the desktop is used, Few PoE switches are being used. o The city will provide the PoE Switches They will be HP PoE switches Phone System Realign RFQ 4

5 Campus / Facilities: Currently the campus has 6 buildings all with fiber running into all the buildings. The new buildings are driving the need to replace the system. o The facilities will be connected by internet and later by single mode fiber o Will need a few to be PolyComm type of phones for conference rooms or phones that act as well or better than a PolyComm phone. The phone system will not be part of any Gates / Doors or physical security. We currently do not have any remote cabinets. All the cabinets are in the police department where we have battery and generator backup. The current PBX has a 2200VA UPS with two empty plugs. It only needs to last about 4 seconds for the generator to kick in but ½ hour reserves in case the generator does not kick in. The Current SV8300 has a 1500VA UPS in a APC Rack. Scope of Work The city is moving to a temporary location. The temporary location will need to run Voice over Internet Protocol (VoIP). We are currently using the NEC SV8300 VoIP phone system with only a few users on it. The Quote will be to move all of the City Hall Phones onto the SV8300. This will entail making the SV8300 the primary phone system instead of the NEC Neax200ips. Moving all the lines used by City Hall Staff to use the new phones. New phones and licensing will need to be purchased and installed. Update the software on the SV8300 to the latest and have a warranty in place for onsite repairs and support for the phones. The date of start is tentatively July 10 th and Finish July 13 th. Move PRI lines from NEAX 2000ips to SV8300 Connect SV8300 to interact with NEC Neax 2000 to keep 4 digit dialing and back and forth communications. Update SV8300 with latest software and Licenses o Expired: Purchase 65 phones with licenses o DT700 Series ITL-12D-1(BK)TEL is the type of phone currently used on the SV8300 o Main Reception phone has a 64 button side phone on the NEAX 2000 Setup 65 phones with all lines of current phones Move Dispatch non-emergency lines to SV8300 and add more lines. Fax Lines/Cards installed and any licenses for Fax machines. Day/Night Mode to new system Make sure Call Tree is on new system and tested to work. Update UNIVERGE UM8700 o Server Version: 8.20 build 270 Update 1 o SN o Expired: Add so both systems have a 1 year maintenance Agreement. Best of ability Repair NEAX 2000ips under Time & Material. o List cost of Time & Material charges. Phone System Realign RFQ 5

6 On-site Maintenance and Repairs Maximum response time for service calls is one business day; and Vendor must have working knowledge on the system Equipment and Warranty Requirements Vendor will provide warranty work of installed systems for a period of at least 90 days. Vendor will provide cost for phone adds / changes / moves after system realign. Vendor will provide cost for what is included with ongoing maintenance. Current Phone System and some Features Four Digit Dialing Voice Mail Voice Mail integration with Exchange 2010 and 2013 Text to Speech Call Holding with music and words Call Transfer Conference calling OWA Access to Voice Mail Via the Exchange Server Message lamp Indicator for messages Call Trees Forwarding Day Night Mode Paging o Zone paging o Paging using speakers on the phones o All Zone Paging o Broadcast paging Multi Lines on one phone Caller ID Call Center / ACD functions with reporting Analog lines for Fax Machines Expandable Transfer to outside phone number Voice Mail on Exchange server is a.wav format Voice mail software sync with Active Directory Voice Auto Attendant Automatic Call Distribution o See who is on the phone o Queue length o Play how long hold will be. o Transfer to other numbers Interfaces with the current 911 Dispatch phone system. Lines for the Dispatch phone systems to connect back into current phone system for outside calling and non-emergency numbers. Phone System Realign RFQ 6

7 Vendor Qualifications Support staff will need to pass a background check prior to performing any work under contract for the city. Proposal Format As part of your response, you must present satisfactory evidence indicating your ability to meet the scope of work as detailed in this RFQ. To this end, your response must be prepared in the following format and contain the requested information. Proposals should be typed and should be: 1) as brief as possible; and, 2) should not include any unnecessary promotional material. Restrict proposal to no more than 30 pages total, including all responses, reference work, and information about the firm and individuals assigned to the project. For ease of handling, it is requested that standard 8-1/2" x 11" paper be used with the simplest possible method of fastening (except that paper clips and binder clips shall not be used), considering the size of the proposal. Drawings are not limited to the 8-1/2" x 11" size. 1) Cover Letter a) Include the name, address and telephone number of your company. 2) Company Overview a) If appropriate, the names, business address and telephone number of your company s officers, directors and associates and the names and addresses of any parent or subsidiary of your company. Your information should describe the nature of the work and the line of authority of these individuals and/or companies as they relate to this RFQ. b) Names and qualifications of outside consultants and associates that will be employed to assist on work performed as a result of the RFQ. 3) Relevant Experience a) Your current and past experience as it relates to installing of phone systems and configuring and or integrating into the existing phone system. b) A minimum of three related business references, including names, addresses and phone numbers plus a description of service you performed for them. 4) Project Pricing a) Please provide hourly rate, equipment needed, warranty information and any ongoing cost plus any other cost associated with the project. If your proposal is not in the above format or does not include all of the above items, it may be deemed non-responsive. Phone System Realign RFQ 7

8 Submission Instructions Two (2) copies (paper) of the proposal shall be submitted as well as (1) electronic copy in PDF format on CD. In addition, (1) paper copy shall be unbound. Please label each copy Request for Quote: Phone System Realign RFQ. Proposals must be submitted via mail, courier, or in person. No faxed, ed or postmarked submittals will be accepted. Proposals should be delivered/mailed to: Patrick Lew Information Technology Division City of Citrus Heights 6237 Fountain Square Drive Citrus Heights, CA Proposers shall place in a separate envelope clearly identified as confidential all financial statements, copyrighted material, trade secrets, or other proprietary information that it asserts is exempt from disclosure under the Public Records Act. Evaluation Criteria Based upon the responses to the RFQ, the most qualified companies may be interviewed. The successful company will be required to enter into a contract with the city, including insurance/indemnity requirements. Please see the Service Agreement in Attachment A. The selection process, including the interview, will focus on: 1. Ability to provide world class customer service; 2. Clarity of proposal, completeness and inclusion of requested information; 3. Technical capabilities; 4. Reference checks; 5. Professional nature of firm; 6. Demonstrated municipal government experience; 7. Ability to present materials that can be understood by technical and non-technical staff; 8. Qualifications and experience of the firm and staff assigned to provide support; 9. Past performance and level of support of the firm; 10. Professional standing and financial stability of the firm; 11. Feasibility of the proposal(s) based upon the proposed scope of service; and 12. Cost effectiveness. Local City of Citrus Heights-based firms will receive preference per the city s purchasing policy. However, all interested parties are encouraged to submit proposals as award is not based solely on lowest cost proposal submitted. Total cost will be taken into consideration, but the firm s capabilities, competence and capacity will be considered as well. The city reserves the right to choose the overall best firm according to the city s criteria. The City of Citrus Heights, and its designated representatives, shall be the sole judge of its own best interest, the proposal, and the resulting negotiated agreement. The city s decisions will be final. Phone System Realign RFQ 8

9 Key Action Dates/Timeline Release of RFQ: Monday, April 13, 2015 Deadline for Receipt of Proposal: Friday, May 8, 2015 at 5:00 pm Notifications to Finalists by: May 15, 2015 General Terms & Conditions Limitation The Request for Quote (RFQ) does not commit the City of Citrus Heights (City) to award a contract, to pay any cost incurred in the preparation of the firm s RFQ response or to procure or contract for services or supplies. The city reserves the right to accept or reject any or all RFQ responses received as a result of this request, to negotiate with all qualified sources or to cancel all or part of this RFQ. Award The firm/entity selected may be required to participate in negotiations and to submit such revisions of their proposals as may result from negotiations. The city reserves the right to award a contract/select a service provider without discussion based upon the initial proposals. Insurance The consultant shall maintain in full force and effect the insurance as outlined in Attachment B. The city reserves the right to waive or modify such insurance coverage. However, consultants meeting the insurance requirements will receive greater consideration during the selection procedure. All insurance shall be evidenced by a Certificate of Insurance and endorsement, acceptable to the Risk Manager, prior to execution of a contract. The consultant shall state their ability to meet the city s insurance requirements within their submittal. Signature The consultant s RFQ response shall provide the following information: name, title, address and telephone number of individuals with authority to bind the service provider and also who may be contacted during the period of proposal evaluation. The consultant s RFQ response shall be signed by an official authorized to bind the consultant, signifying complete understanding of and ability to comply with all requirements of the RFQ, including those related to insurance as identified above. Attachments: Attachment A Standard Service Agreement Attachment B - Insurance Requirements Phone System Realign RFQ 9

10 Attachment A - Standard Service Agreement SERVICE AGREEMENT This Service Agreement may be used for purchase of services under $25,000 in lieu of Contract for Services. City of Citrus Heights 6237 Fountain Square Drive Citrus Heights, CA DATE: Contractor: SUBMIT ALL INVOICES TO: City of Citrus Heights Contractor License No.: 6237 Fountain Square Drive Citrus Heights, CA Contractor Address: (916) Contractor Phone No.: Fax (916) Contractor Fax No.: City Department: City Project Manager: Account Number: Start Date Terms Completion Date Insurance Limits Generally C, unless authorized by Risk Manager Net 30 C Contact Brief Description of Services (Attach Scope of Work): Contract No. Purchase Order No. City Vendor No. The Contractor named hereon by the acceptance of this order agrees to the provisions on the reverse side. CONTRACTOR: Total Cost of Service ($25,000 MAX.): Attention: Total cost of service not to exceed above amount without prior approval of the Department Head or City Manager. CITY OF CITRUS HEIGHTS, A MUNICIPAL CORPORATION By: Department Head: Title: City Manager: Date: Date: - CITY USE ONLY - Copy of Service Agreement to: City Clerk s Office (original) Finance Department Requesting City Department Vendor City Approval Levels $5,000 and under Department Head $5,000 to $25,000 City Manager Attachments: Proposal or Scope of Work Insurance Endorsement (if available)

11 Contractor shall defend, indemnify and hold harmless the City of Citrus Heights, its officers, agents, and employees from all claims, demands, or injury to persons (including bodily injury and death) or property connected with or arising out of this Agreement of Contractor s acts or omissions in the performance of this Agreement, save and excepting those injuries arising out of the sole negligence of City. 1. Contractor is an independent contractor, and shall not be considered an officer, agent, or employee of City. 2. Without the prior written consent of the City, this Agreement is not assignable by Contractor either in whole or in part. 3. Time is of the essence of this Agreement. 4. This Agreement may only be amended or modified in writing. It is integrated and contains the complete understanding of the parties. 5. All equipment, supplies and services sold to the City of Citrus Heights shall conform to the general safety orders of the State of California. 6. Unless notified to the contrary, in writing, the City assumes that the Contractor has accepted the work in accordance with the plans and specifications (if any) and agrees to do the work in compliance with this Agreement. 7. Contractor shall adhere to all applicable prevailing wage and fair employment practices (as required for Federal projects). Prevailing wage rates are on file at City Hall, 6237 Fountain Square Drive, Citrus Heights, California a. Unless otherwise specified, the Contractor shall maintain the following policies of insurance in full force and effect during the term of this Agreement in the amount shown on the front page of the Agreement. The City of Citrus Heights retains sole discretion in determining the types and proper levels of insurance coverage. LIMITS REQUIRED A B C Comprehensive General/Commercial Liability Insurance including endorsements for comprehensive, contractual liability, independent contractors, personal injury, premises operations, products/completed operations, and broad form property damage. $100,000 per occur/ $300,000 aggregate $250,000 pr occur/ $500,000 aggregate $500,000 per occur/ $1,000,000 aggregate Automobile Liability Insurance including owned, hired, and non-owned vehicles. $100,000 per occur/ $250,000 per occur/ $500,000 per occur/ $300,000 aggregate $500,000 aggregate $1,000,000 aggregate Worker s Compensation Statutory Statutory Statutory 8b. Endorsement naming the City and each of its officers, employees, and agents, as additional insured in regards to: liability arising out of the performance of any work under the Contract; liability arising out of activities performed by or on behalf of the Consultant; premises owned, occupied or used by the Consultant; or automobiles owned, leased, hired or borrowed by the Consultant. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, officials, employees or volunteers. 8c All insurance coverages of Contractor are primary insurance as to City. City shall not be required to contribute to any loss through its insurance policies and/or self-insured programs. 8d. The limits of insurance coverages specified above in no way limit the liability of Contractor for full payment and resolution of any claim resulting from Contractor s performance of services under this Agreement. 8e. A certificate of insurance and endorsement(s), in forms approved by the City Attorney, shall be provided by Contractor to the City prior to beginning any work under this Service Agreement. The certificate shall provide at least 30 days prior written notice to City of any material change or cancellation. 8f. The Worker s Compensation policy shall contain the insurer s waiver of subrogation in favor of the City, its officers, agents and employees. City reserves the right to withhold any payments to Contractor in the event of noncompliance with insurance requirements. Phone System Realign RFQ 11

12 Attachment B - Standard Insurance Requirements The selected consultant shall not commence any work before obtaining, and shall maintain in force at all times during the duration and performance of the contract the policies of insurance specified herein. Such insurance must be approved by the City as to limit, form, and amount, and shall be placed with insurers with a current A.M. Best s rating of no less than A:VII. Failure of the consultant or of any of its contractors or subcontractors to maintain or renew coverage or to provide evidence of renewal may be treated by the City as a material breach of Contract. A. Prior to execution of this agreement and prior to commencement of any work, the Consultant shall furnish the City with original endorsements effecting coverage for all policies required in sections 8a-f of the Service Agreement. The endorsements shall be signed by a person authorized by the insurer to bind coverage on its behalf. The endorsements are to be on forms, acceptable to the City. At the City s discretion, the City may require complete, certified copies of all required insurance policies, including endorsements effecting the coverage required by this Section. If the City requests, the Consultant will furnish one copy of each required policy to the City, and additional copies if requested in writing, certified by an authorized representative of the insurer. Approval of the insurance by the City shall not relieve or decrease any liability of Consultant. B. In addition to any other remedy the City may have, if the consultant fails to maintain the required insurance coverage, the City may obtain such insurance coverage as is not being maintained, in form and amount substantially the same as is required herein, and the City may deduct the cost of such insurance from any amounts due or which may become due consultant under the contract. C. Each insurance policy required by the City shall be endorsed to state that coverage shall not be suspended, voided, canceled, terminated by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. D. Any deductibles must be declared to, and approved by, the City. E. The requirement as to types, limits, and the City s approval of insurance coverage to be maintained by consultant are not intended to, and shall not in any manner, limit or qualify the liabilities and obligations assumed by consultant under the contract. F. The Consultant and its contractors and subcontractors shall, at their expense, maintain in effect at all times during the performance or work under the Contract not less than the following coverage and limits of insurance, which shall be maintained with insurers and under forms of policy satisfactory to the City. The maintenance by Consultant and its contractors and subcontractors of the following coverage and limits of insurance is a material element of this Contract. The failure of Consultant or of any of its contractors or subcontractors to maintain or renew coverage or to provide evidence of renewal may be treated by the City as a material breach of this Contract. i. Worker s Compensation and Employer s Liability Insurance. a. Worker s Compensation - Insurance to protect the consultant, its contractors and subcontractors from all claims under Worker s Compensation and Employer s Liability Acts, including Longshoremen s and Harbor Worker s Act ( Acts ), if applicable. Such coverage shall be maintained, in type and amount, in strict compliance with all applicable state and Federal statutes and regulations. The consultant shall execute a certificate in compliance with Labor Code Section b. Claims Against City - If an injury occurs to any employee of the consultant for which the employee or his/her dependents, in the event of his/her death, may be entitled to compensation from the City under the provisions of said Acts, for which compensation is claimed from the City, there will Phone System Realign RFQ 12

13 be retained out of the sums due the consultant under the contract, an amount sufficient to cover such compensation as fixed by said Acts, until such compensation is paid or it is determined that no compensation is due. If the City is required to pay such compensation, the amount so paid will be deducted and retained from such sums due, or to become due to the consultant. G. Comprehensive General and Automobile Liability Insurance. The insurance shall include, but shall not be limited to, protection against claims arising from death, bodily or personal injury, or damage to property resulting from actions, failures to act, or operations of the insured, or by its employees or agents, or by anyone directly or indirectly employed by the insured. The amount of insurance coverage shall be in an amount not less than the limits required in section 8a of the Service Agreement. The comprehensive general and automobile liability insurance coverage shall also include, or be endorsed to include, the following: i. Provision or endorsement naming the City and each of its officers, employees, agents, and volunteers as additional insured s in regards to: liability arising out of the performance of any work under the Contract; liability arising out of activities performed by or on behalf of the consultant; premises owned, occupied or used by the consultant; or automobiles owned, leased, hired or borrowed by the consultant. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, officials, employees or volunteers. ii. Provision or endorsement stating that for any claims related to this project, the consultant s insurance coverage shall be primary insurance as respects the City, its officers, officials, employees and volunteers to the extent the City is an additional insured. Any insurance or self-insurance maintained by the City, its officers, officials, employees or volunteers shall be in excess of the consultant s insurance and shall not contribute with it. iii. Provision or endorsement stating that any failure to comply with reporting or other provisions of the policies including breaches of representations shall not affect coverage provided to the City, its officers, officials, employees, or volunteers. iv. Provision or endorsement stating that the consultant s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer s liability. v. Provision or endorsement stating that such insurance, subject to all of its other terms and conditions, applies to the liability assumed by the consultant under the contract. Phone System Realign RFQ 13

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

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

Request for Proposal. City of Monrovia Case Management, Facilities Management and Work Order Application Replacement

Request for Proposal. City of Monrovia Case Management, Facilities Management and Work Order Application Replacement Request for Proposal City of Monrovia Case Management, Facilities Management and Work Order Application Replacement City of Monrovia Information Systems Division January 2, 2014 Responses Due January 27,

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

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

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

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES THIS AGREEMENT is made as of December 1, 2003, by and between the San Francisquito Creek Joint Powers Authority, a body corporate and politic

More information

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY Revised: February 23, 2008 EXHIBIT C INSURANCE REQUIREMENTS Without limiting Consultant s indemnification, Consultant shall

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

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS NAME OF CONTRACTOR: RESPONSIBLE PRINCIPAL OF CONTRACTOR:, Vendor

More information

Request for Proposals for Upgraded or Replacement Phone System

Request for Proposals for Upgraded or Replacement Phone System City of Bandon Request for Proposals for Upgraded or Replacement Phone System 7/17/2015 Phone System Request for Proposal Page 1 NOTICE The City of Bandon is accepting Proposals for an upgraded or replacement

More information

How To Work For A City Of Germany Project

How To Work For A City Of Germany Project CONSULTING SERVICES AGREEMENT This Consulting Services Agreement ( Agreement ) is made and entered into this day of, 2013, by and between the City of Clovis, a Municipal Corporation, hereinafter called

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

Request for Proposal. Replacement or Addition of Case Management, Facilities Management, Asset Management and Work Order Applications

Request for Proposal. Replacement or Addition of Case Management, Facilities Management, Asset Management and Work Order Applications Request for Proposal Replacement or Addition of Case Management, Facilities Management, Asset Management and Work Order Applications City of Monrovia Information Systems Division March 5, 2015 Responses

More information

COC-Insurance Requirements Page 1 of 9

COC-Insurance Requirements Page 1 of 9 CITY OF CONCORD INSURANCE AND INDEMNIFICATION REQUIREMENTS (The 1 st two pages provide basic insurance requirements information.) Insurance Required: See below Sample in Contract Limits of Coverage: Additional

More information

INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS

INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS Without limiting CONTRACTOR's indemnification of COUNTY, and in the performance of this Contract and until all of its obligations pursuant to this

More information

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

EXHIBIT B CRITERIA AND BILLING FOR EXTRA SERVICES EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES The following Extra Services to the Agreement shall be performed by Architect if needed and if authorized or requested by the District: 1. Making revisions

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

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control City of Boulder, Colorado Request for Proposals RFQ #74-2012 The City of Boulder is soliciting Statements of Qualification and hourly billing rates from contractors with experience in General Scope of

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

Request for Quotation (RFQ) Hydrilla management via benthic matting in Henrietta, NY. Re-Release Date: Monday, December 7, 2015

Request for Quotation (RFQ) Hydrilla management via benthic matting in Henrietta, NY. Re-Release Date: Monday, December 7, 2015 New York State Department of Environmental Conservation Division of Lands and Forests Invasive Species Coordination Unit 625 Broadway, Floor 5 Albany, NY 12233-4250 Request for Quotation (RFQ) Hydrilla

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

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES 951 MARTIN LUTHER KING BLVD. KISSIMMEE, FL 34741 TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES LEGAL ADVERTISEMENT TOHO WATER AUTHORITY RFQ 11-003 RATE CONSULTING

More information

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor Department of Public Services REQUEST FOR QUOTES FOR On-Call Plumbing Contractor November 2013 One Detjen Drive Crestwood, Missouri 63126 314-729-4720 Fax 314-729-4729 http://www.ci.crestwood.mo.us 1 Request

More information

How To Write A Contract Between College And Independent Contractor

How To Write A Contract Between College And Independent Contractor Independent Contractor Agreement (Long Form) This Agreement is made between Babson College ("College"), a Massachusetts non-profit corporation with a principal place of business at 231 Forest Street, Babson

More information

-1- -2- -3- -4- -5- INSURANCE REQUIREMENTS FOR DEVELOPER EXTENSION AGREEMENTS 1.1 The developer shall obtain and keep in force during the term of the contract, Commercial General Liability insurance policies

More information

CONTRACT INSURANCE REQUIREMENTS

CONTRACT INSURANCE REQUIREMENTS CONTRACT INSURANCE REQUIREMENTS Dakota County requires that each Contractor with whom the County negotiates a contract, meet standard insurance requirements. Please review these documents to acquaint yourself

More information

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 007316 INSURANCE REQUIREMENTS

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 007316 INSURANCE REQUIREMENTS SECTION 007316 INSURANCE REQUIREMENTS PART 1 - INSURANCE REQUIREMENTS 1.01 GENERAL A. Any person, firm or corporation Contractor authorizes to work upon the Property, including any subcontractor, shall

More information

ASSOCIATION OF AMHERST STUDENTS (AAS) Office of the Treasurer and Budgetary Committee

ASSOCIATION OF AMHERST STUDENTS (AAS) Office of the Treasurer and Budgetary Committee ASSOCIATION OF AMHERST STUDENTS (AAS) Office of the Treasurer and Budgetary Committee AGREEMENT FOR CONSULTING SERVICES This Agreement is made between the Association of Amherst Students (Association)

More information

INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES

INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES This Independent Contractor Agreement for Services ( Agreement ) is made as of, 2012, between the Culver City Unified School District ("District")

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

Request for Statements of Qualifications # 27676 for Electric Motor Repair

Request for Statements of Qualifications # 27676 for Electric Motor Repair Request for Statements of Qualifications # 27676 for Electric Motor Repair PURPOSE: The City is requesting Statements of Qualifications (SOQ s) from Qualified and Fully Equipped Electric Motor Repair shops

More information

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

Request For Price. Work Schedule The project shall commence within a reasonable time of the request. Request For Price The Town of Somers is soliciting two (2) year contract proposals for emergency and non-emergency plumbing work at the following locations in Somers, New York 10589: Somers Town House,

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

TOWN OF GLOCESTER IFB-2015-05 Police Station Phone System Replacement

TOWN OF GLOCESTER IFB-2015-05 Police Station Phone System Replacement Sealed bids, in quadruplicate, plainly marked Sealed Bid IFB 2015-05 PHONE SYSTEM REPLACEMENT will be received until 2:00 p.m. prevailing time, June 1, 2015 at the Office of the Treasurer, Town of Glocester,

More information

CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE

CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE The following are excerpts from Caltrans 2010Standard Specifications. Specifications are subject to change so refer to the project

More information

Request for Proposals WEB-BASED GRANT MANAGEMENT SOFTWARE FOR THE CITY OF MOUNTAIN VIEW S CDBG AND HOME PROGRAMS

Request for Proposals WEB-BASED GRANT MANAGEMENT SOFTWARE FOR THE CITY OF MOUNTAIN VIEW S CDBG AND HOME PROGRAMS COMMUNITY DEVELOPMENT DEPARTMENT NEIGHBORHOOD PRESERVATION DIVISION 500 Castro Street Post Office Box 7540 Mountain View, California 94039 7540 650 903 6379 FAX 650 962 8502 Request for Proposals WEB-BASED

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

Professional Services Agreement

Professional Services Agreement BY ORDERING OR ACCEPTING PROFESSIONAL SERVICES FROM TASER INTERNATIONAL, INC. (TASER) YOU AGREE THAT YOU HAVE READ AND UNDERSTAND THIS AGREEMENT AND YOU ACCEPT AND AGREE TO BE BOUND BY THE FOLLOWING TERMS

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Security Guard Services Provider Listing for Public and/or Private Special Events at Brentwood Senior Activity Center and Brentwood Community Center Brentwood, CA February 2016 City

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

The purpose of this Agreement is to establish the services of Independent Contractor to the University of La Verne on

The purpose of this Agreement is to establish the services of Independent Contractor to the University of La Verne on THIS AGREEMENT is made by and between UNIVERSITY OF LA VERNE ( University ) and. Independent Contractor In consideration of the mutual promises and covenants contained herein, the parties are agreed as

More information

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office JBrown@santa-ana.org

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 SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION

CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION The City of San Jose is seeking to contract with a law firm or attorney licensed by

More information

INDEPENDENT CONTRACTOR AGREEMENT (ICA)

INDEPENDENT CONTRACTOR AGREEMENT (ICA) INDEPENDENT CONTRACTOR AGREEMENT (ICA) (This agreement is not a construction contract within the meaning of Civil Code section 2783, and is not an agreement for the provision of construction services within

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

CITY OF KALAMA REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES. Proposal Due Date: April 13, 2016

CITY OF KALAMA REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES. Proposal Due Date: April 13, 2016 CITY OF KALAMA REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Proposal Due Date: April 13, 2016 The City of Kalama (CITY) invites proposals for the services of a registered architect and their team

More information

RIGHT OF ENTRY RECITALS. A. WHEREAS, CITY owns and operates the Norman Y. Mineta San Jose International Airport ( Airport ); and

RIGHT OF ENTRY RECITALS. A. WHEREAS, CITY owns and operates the Norman Y. Mineta San Jose International Airport ( Airport ); and RIGHT OF ENTRY This Right of Entry Agreement ( AGREEMENT ) is made this day of, 2015, by and between NAME, [an individual/ a corporation/ a limited liability company/ a partnership] ( ENTRANT ) and the

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

KERN COMMUNITY COLLEGE DISTRICT AGREEMENT WITH INDEPENDENT CONTRACTOR

KERN COMMUNITY COLLEGE DISTRICT AGREEMENT WITH INDEPENDENT CONTRACTOR KERN COMMUNITY COLLEGE DISTRICT AGREEMENT WITH INDEPENDENT CONTRACTOR This Agreement is entered into by and between the Kern Community College District, on behalf of (Check One): District Office Bakersfield

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 PROPOSALS INFORMATION TECHNOLOGY SUPPORT SERVICES. Bid Packets are Due:

REQUEST FOR PROPOSALS INFORMATION TECHNOLOGY SUPPORT SERVICES. Bid Packets are Due: REQUEST FOR PROPOSALS INFORMATION TECHNOLOGY SUPPORT SERVICES Issue Date: Friday, March 15 th, 2013 Closing Date: Monday, April 15 th, 2013 University City District is requesting proposals from qualified,

More information

REQUEST FOR QUALIFICATIONS CONSULTANT ARCHITECTURAL SERVICES FOR VARIOUS TOWN BUILDINGS FOR THE PUBLIC WORKS DEPARTMENT, TOWN OF GROTON, CT

REQUEST FOR QUALIFICATIONS CONSULTANT ARCHITECTURAL SERVICES FOR VARIOUS TOWN BUILDINGS FOR THE PUBLIC WORKS DEPARTMENT, TOWN OF GROTON, CT REQUEST FOR QUALIFICATIONS CONSULTANT ARCHITECTURAL SERVICES FOR VARIOUS TOWN BUILDINGS FOR THE PUBLIC WORKS DEPARTMENT, TOWN OF GROTON, CT Statements of Qualification for the selection of on-call architectural

More information

ARTICLE 11. INSURANCE AND BONDS

ARTICLE 11. INSURANCE AND BONDS Provide submittals to Architect / Engineer that are required by any governing body or other authorities. Upon receipt of the Contractor s list, the Architect will make an inspection to determine whether

More information

Lake County, Oregon Request for Proposal VoIP Telephone Communications System

Lake County, Oregon Request for Proposal VoIP Telephone Communications System Lake County, Oregon Request for Proposal VoIP Telephone Communications System Issue Date: April 5, 2012 Due Date: 5 p.m. (Pacific Standard Time), May 11, 2012 REQUEST FOR PROPOSALS Notice is hereby given

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

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

IMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you!

IMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you! ` SUBCONTRACTOR: PHONE PROJECT: LOCATION: Page 1 of 6 SUBCONTRACT (SHORT FORM) JOB NO.: COST CODE: PRICE: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC.

More information

PROPOSALS REQUESTED THE TOWN OF OLD ORCHARD BEACH POLICE DEPARTMENT FOR IP-BASED VOICE COMMUNICATION SYSTEM

PROPOSALS REQUESTED THE TOWN OF OLD ORCHARD BEACH POLICE DEPARTMENT FOR IP-BASED VOICE COMMUNICATION SYSTEM PROPOSALS REQUESTED BY THE TOWN OF OLD ORCHARD BEACH POLICE DEPARTMENT FOR IP-BASED VOICE COMMUNICATION SYSTEM The Town of Old Orchard Beach will receive sealed bids for an IP based phone system. The project

More information

Alterations to Building Request Form

Alterations to Building Request Form Alterations to Building Request Form This form is required for all Organizational Housing Facilities that wish to request any changes, updates, or overall alterations to the facility or surrounding area.

More information

WEXFORD COUNTY REQUEST FOR PROPOSALS

WEXFORD COUNTY REQUEST FOR PROPOSALS WEXFORD COUNTY REQUEST FOR PROPOSALS VoIP Phone System Lake Street Phase 1 Courthouse Phase II New Sheriff/Corrections Phase III ISSUED BY: WEXFORD COUNTY BOARD OF COMMISSIONERS Project Representative:

More information

PHOTOGRAPHY/VIDEO SERVICES AGREEMENT

PHOTOGRAPHY/VIDEO SERVICES AGREEMENT PHOTOGRAPHY/VIDEO SERVICES AGREEMENT This Agreement is entered into as of the day of, 201_, between, Villanova University ( Villanova ) and, ( Photographer ). 1. Services. (a) Description and Requirements.

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

CERTIFICATE OF INSURANCE TO CITY OF NEWARK CALIFORNIA ( the City ) A Municipal Corporation

CERTIFICATE OF INSURANCE TO CITY OF NEWARK CALIFORNIA ( the City ) A Municipal Corporation CERTIFICATE OF INSURANCE TO CALIFORNIA ( the City ) A Municipal Corporation Page 1 of 2 Only this Certificate of Insurance form will be accepted This certifies to the City of Newark that the following

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

SANTA BARBARA METROPOLITAN TRANSIT DISTRICT. Invitation for Bids for Architectural & Engineering Services. Addendum Number 1 Issued August 5, 2013

SANTA BARBARA METROPOLITAN TRANSIT DISTRICT. Invitation for Bids for Architectural & Engineering Services. Addendum Number 1 Issued August 5, 2013 SANTA BARBARA METROPOLITAN TRANSIT DISTRICT Invitation for Bids for Architectural & Engineering Services Addendum Number 1 Issued August 5, 2013 The Santa Barbara Metropolitan Transit District (MTD) herewith

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

Items 1-7 above shall not be subject to any of the following limiting or exclusionary endorsements:

Items 1-7 above shall not be subject to any of the following limiting or exclusionary endorsements: Page 1 of 5 Supplier's Insurance. Before commencing the Work, and as a condition of any payment due under this Subcontract, Supplier shall, at its own expense, procure and maintain insurance on all of

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

Independent Contractor Agreement. Name of Contractor: Address: Social Security or Tax I.D. Number:

Independent Contractor Agreement. Name of Contractor: Address: Social Security or Tax I.D. Number: HOFSTRA UNIVERSITY Name of Contractor: Address: Social Security or Tax I.D. Number: Independent Contractor Agreement THIS INDEPENDENT CONTRACTOR AGREEMENT (together with any attachments referred to below,

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

INDEMNIFICATION AND INSURANCE REQUIREMENTS FOR LOS ANGELES COUNTY SERVICE AGREEMENTS

INDEMNIFICATION AND INSURANCE REQUIREMENTS FOR LOS ANGELES COUNTY SERVICE AGREEMENTS INDEMNIFICATION AND INSURANCE REQUIREMENTS FOR LOS ANGELES COUNTY SERVICE AGREEMENTS Include Section I and Section II.(A. - F.) in all County service agreements. I. Indemnification: Contractor shall indemnify,

More information

How To Build A Data Backup System In Town Of Trumbull

How To Build A Data Backup System In Town Of Trumbull TOWN OF TRUMBULL, CONNECTICUT GENERAL INSTRUCTIONS TO BIDDERS The Town of Trumbull, Connecticut (hereinafter referred to as Town), through the Office of the Purchasing Agent, will accept sealed bids from

More information

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FOR. Attention:

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FOR. Attention: AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FOR NAME OF CONSULTANT: RESPONSIBLE PRINCIPAL OF CONSULTANT: CONSULTANT'S ADDRESS: Attention: CITY'S ADDRESS: City of Beverly Hills 455 N. Rexford Drive

More information

REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION

REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION Architectural Design Services RFQ October 30, 2015 Shoreline Fire Station & Headquarters Modifications REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION A. Purpose of Request:

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL PURCHASING DEPARTMENT P.O. BOX 1349 300 N. PATTERSON ST. VALDOSTA, GEORGIA 31601 #LC-2016-09R FOR: Security Guard Services DUE DATE: April 20, 2016 Proposals Due By: 10:00 am EST Amy

More information

The University of Procurement Services Department, N.S.F.A.A.F.A.F.F.F.F.F.F.A.F.F.A.

The University of Procurement Services Department, N.S.F.A.A.F.A.F.F.F.F.F.F.A.F.F.A. MONTCLAIR STATE UNIVERSITY STANDARD CONTRACT TERMS AND CONDITIONS I. The contractor certifies that it understands and agrees that the following terms and conditions (collectively the "University s Standard

More information

INLAND VALLEY DEVELOPMENT AGENCY SAN BERNARDINO INTERNATIONAL AIRPORT AUTHORITY REQUEST FOR PROPOSALS FOR EMERGENCY RESTORATION SERVICES

INLAND VALLEY DEVELOPMENT AGENCY SAN BERNARDINO INTERNATIONAL AIRPORT AUTHORITY REQUEST FOR PROPOSALS FOR EMERGENCY RESTORATION SERVICES INLAND VALLEY DEVELOPMENT AGENCY SAN BERNARDINO INTERNATIONAL AIRPORT AUTHORITY 1601 East Third Street San Bernardino, CA 92408 Phone: (909) 382-4100 / FAX: (909) 382-4106 REQUEST FOR PROPOSALS FOR EMERGENCY

More information

Department: Public Works. Presented By: Michael J. Michael, City Engineer

Department: Public Works. Presented By: Michael J. Michael, City Engineer CITY OF SHELTON COMMISSION BRIEFING REQUEST (Please Use Bolded Information Inserts) Touch: Feb 17, 2015 Brief: Feb 23, 2015 Action: Mar 2, 2015 Department: Public Works Presented By: Michael J. Michael,

More information

Schedule Q (Revised 1/5/15)

Schedule Q (Revised 1/5/15) Schedule Q (Revised 1/5/15) CONSTRUCTION CONTRACTOR INSURANCE REQUIREMENTS Section 0.0 Introduction of the Owner-Controlled Insurance Program The City of Oakland (City) has implemented an Owner-Controlled

More information

INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS

INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS 1. GENERAL PROVISIONS A. Indemnification. The Contractor shall indemnify and save harmless the City of Lincoln, Nebraska from and against all losses, claims,

More information

To receive consideration, bids must be submitted in accordance to the following instructions:

To receive consideration, bids must be submitted in accordance to the following instructions: CITY OF COOS BAY Invitation to Bid For On Call Plumbing Services The City of Coos Bay is soliciting bids to contract with up to two qualified licensed plumbing contractors to perform a full range of as

More information

NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP

NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP Insurance Recommendations for Consultant Contracts For contracts providing professional services by Accountants, Architects, Attorneys, Counselors, Consultants,

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Telephone System Issued: April 2, 2015 1 P a g e Canadian Mental Health Association, Windsor-Essex County Branch invites interested and qualified parties to submit proposals for Telephone

More information

Appendix J Contractor s Insurance Requirements

Appendix J Contractor s Insurance Requirements Appendix J Contractor s Insurance Requirements Page 1 of 7 Appendix J Contractor s Insurance Requirements During the term of this Contract, the Contractor shall maintain in force, at its sole cost and

More information

Exhibit B (Incorporated into Construction Purchase Order Terms and Conditions) CONSTRUCTION CONTRACT INSURANCE REQUIREMENTS

Exhibit B (Incorporated into Construction Purchase Order Terms and Conditions) CONSTRUCTION CONTRACT INSURANCE REQUIREMENTS Exhibit B (Incorporated into Construction Purchase Order Terms and Conditions) CONSTRUCTION CONTRACT INSURANCE REQUIREMENTS 1.1. Contractor shall maintain insurance underwritten by solvent insurance companies

More information

PURCHASE ORDER TERMS AND CONDITIONS

PURCHASE ORDER TERMS AND CONDITIONS PURCHASE ORDER TERMS AND CONDITIONS 1. DEFINITIONS: In these Terms and Conditions and all documents related to the Purchase Order: Purchaser means the entity issuing the Purchase Order as identified on

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

SAMPLE CONSTRUCTION INSURANCE REQUIREMENTS

SAMPLE CONSTRUCTION INSURANCE REQUIREMENTS SAMPLE CONSTRUCTION INSURANCE REQUIREMENTS A. In General The shall purchase and continuously maintain in full force and effect for the policy periods specified below the insurance policies specified in

More information

LAS VEGAS VALLEY WATER DISTRICT

LAS VEGAS VALLEY WATER DISTRICT LAS VEGAS VALLEY WATER DISTRICT INSURANCE/INDEMNITY REQUIREMENTS TO PROVIDE PROFESSIONAL SERVICES Contacts Under $25,000 Page 2 Contracts over $25,000 and under $100,000. Page 3 Contacts Over $100,000

More information

REQUEST FOR INTEREST PHASE 2. 2010 11 Reuse of Community Center Facilities

REQUEST FOR INTEREST PHASE 2. 2010 11 Reuse of Community Center Facilities REQUEST FOR INTEREST PHASE 2 2010 11 Reuse of Community Center Facilities November 30, 2010 1. INTRODUCTION The purpose of this second phase Reuse Request for Interest (RFI) is to solicit Partnership Proposals

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

How To Work With The City Of Riverhead

How To Work With The City Of Riverhead MEMORANDUM OF UNDERSTANDING BETWEEN RIVERSIDE COMMUNITY COLLEGE DISTRICT and CITY OF RIVERSIDE THIS MEMORANDUM OF UNDERSTANDING ( MOU ) is made and entered into this day of, 2012 ( Effective Date ), by

More information

FUNDING AGREEMENT BETWEEN THE SOUTH BAY CITIES COUNCIL OF GOVERNMENTS AND THE LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY

FUNDING AGREEMENT BETWEEN THE SOUTH BAY CITIES COUNCIL OF GOVERNMENTS AND THE LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY FUNDING AGREEMENT BETWEEN THE SOUTH BAY CITIES COUNCIL OF GOVERNMENTS AND THE LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY This Funding Agreement (the Agreement ) is entered into with an effective

More information

INDEPENDENT CONTRACTOR SUPPLIER AGREEMENT. and include your affiliates. We, us, our, and ours refer to ConSol Partners, LLC. Client refers to.

INDEPENDENT CONTRACTOR SUPPLIER AGREEMENT. and include your affiliates. We, us, our, and ours refer to ConSol Partners, LLC. Client refers to. Parties You, your, and yours refer to INDEPENDENT CONTRACTOR SUPPLIER AGREEMENT and include your affiliates. We, us, our, and ours refer to ConSol Partners, LLC. Client refers to. Services Provided We

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

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

Request for Proposal IP Phone System Upgrade

Request for Proposal IP Phone System Upgrade SECTION A GENERAL INFORMATION Request for Proposal IP Phone System Upgrade 1. Purpose Mesa County Public Library District (MCPLD) is requesting bid proposals for an IP Phone System Upgrade. 2. List of

More information

City of St. Helens, Oregon Request for Proposals VoIP Telephone Communications System

City of St. Helens, Oregon Request for Proposals VoIP Telephone Communications System City of St. Helens, Oregon Request for Proposals VoIP Telephone Communications System Issue Date: November 19, 2012 Due Date: January 8, 2013 4 p.m. (Pacific Standard Time) REQUEST FOR PROPOSALS Notice

More information