REQUEST FOR PROPOSALS



Similar documents
REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS (RFP)

REQUEST FOR INFORMATION Issued: October 21, 2015 Solicitation for: Website Development Responses Due: 2:00 p.m. (Local Time) on November 18, 2015

TOWN OF SILVERTHORNE, COLORADO RFP for Independent Professional Auditing Services

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


REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # Santa Ana Housing Authority

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PIERSON ELEMENTARY REPLACEMENT SCHOOL PROJECT NO

Request for Proposal Permitting Software

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

AUTOMATED AIRCRAFT IDENTIFICATION AND BILLING SERVICES

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/ ARCHIVING

REQUEST FOR QUALIFICATIONS/PROPOSALS (RFQ/P) FOR COMMERCIAL PROPERTY MANGEMENT SERVICES FOR 3737 MAIN STREET GROUND FLOOR COMMERCIAL

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

REQUEST FOR PROPOSAL

CITY OF DALLAS. Request for Competitive Sealed Proposal (RFCSP) BUZ1524. For. SCADA Repair, Parts and Support

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS Phone Bill.Kroll@snco.us

REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT

REQUEST FOR PROPOSALS

Washington County School District Request for Proposal School Bus Fleet Tracking System RFP #TD 1011

Solicitation Information February 26, 2016

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

INSTRUCTIONS TO BIDDERS

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS

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

TOWN OF HARRISON NEW JERSEY MUNICIPAL AUDIT SERVICES REQUEST FOR PROPOSAL

UNO CHARTER SCHOOL NETWORK ( UNO-CSN ) Invitation for Bids ( IFB ) for ELECTRICAL UPGRADES

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PINE TRAIL ELEMENTARY HVAC, CEILING & LIGHTING PROJECT NO

CITY OF HIGHLAND PARK

REQUEST FOR PROPOSALS

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

CHAPTER 11 APPEALS AND DISPUTES

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

Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation

CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) June 17, 2015

A. For the consideration agreed below to be paid to Contractor by City, Contractor shall provide

TABLE OF CONTENTS. Section 1: Minimum Qualifications 4. Section 2: Guidelines and General Information 5

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

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

CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) Date: May 17, 2015

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY MUNICIPAL SOLICITOR REQUEST FOR PROPOSAL

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

Transcription Services

REQUEST FOR QUALIFICATIONS/PROPOSALS FOR THE PROVISION OF PROFESSIONAL SERVICES PRIMARY BANKING. ISSUE DATE: June 23, DUE DATE: July 12, 2011

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

STANDARD PRE-QUALIFICATION DOCUMENT FOR THE PROCUREMENT OF WORKS (MAJOR CONTRACTS)

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

Prequalification Document for Procurement of Works

REQUEST FOR QUALIFICATIONS

Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN

REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES

REQUEST FOR PROPOSALS FOR PROPERTY RISK MANAGEMENT SERVICES

REQUEST FOR QUALIFICATIONS PROFESSIONAL ARCHITECTURAL SERVICES

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT

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

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

PART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM. (Statutory authority: Executive Law, 200, 369-i[5])

Issue Date: November 3, Proposal Due Date: November 21, :00 P.M. Mountain Time to:

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

Request for Proposals for Upgraded or Replacement Phone System

diverse. vast. abundant. Records Management Assessment Request for Proposal No

CITY OF BONITA SPRINGS, FLORIDA RFP #

Indiana Family and Social Services Administration and Indiana Cord Blood Bank

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL

Closing Location: AAMDC 2510 Sparrow Drive Nisku, Alberta T9N 8N5

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

REQUEST FOR PROPOSALS WEBSITE DESIGN AND MAINTENANCE SERVICES

PROFESSIONAL/CONSULTING SERVICES AGREEMENT

CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS

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

1. Provide advice and opinions regarding workers compensation issues, as needed;

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

Borough of Jamesburg

Request for Proposal RFP # Printing & Mailing Services

INVITATION TO NEGOTIATE IT, EDMS and Website Services ISSUED February 6, 2015 RFP No

STATE OF TENNESSEE DEPARTMENT OF TRANSPORTATION REQUEST FOR PROPOSALS # AMENDMENT # EIGHT LOGO SIGN PROGRAM

REQUEST FOR PROPOSAL FOR ARCHITECTURAL DESIGN SERVICES. The Battery Conservancy

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:

REQUEST FOR PROPOSALS Art Storage and Handling Services

Merchant Account Services

AC Proposal Texarkana Regional Airport Airport Operations Director 201 Airport Drive Texarkana, AR 71854

REQUEST FOR PROPOSALS ( RFP ) FOR FINANCIAL ADVISOR TO IMPLEMENT USE AGREEMENT(S) PROCESS AS DESCRIBED IN STRATEGIC AND CAPITAL NEEDS STUDY

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

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

REQUESTS FOR INFORMATION (1) FOR THE DEVELOPMENT OF ADDITIONAL PARKING AND OTHER AMENITIES AT THE STATE S WASHINGTON STREET PARKING GARAGE AND (2)

AGREEMENT FOR SECURITY AND TRANSPORT SERVICES

City of Union, Missouri Request for Proposal Audit Services

APPALCART REQUEST FOR PROPOSAL

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

Park Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal.

REQUEST FOR PROPOSALS For Health Insurance Billing & Collection Services

CLOSING LOCATION Island Hwy Nanaimo BC, V9T 6N4

REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL ARCHITECTURAL/ENGINEERING AND CONSULTING SERVICES FOR Fiscal Years

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR QUALIFICATIONS FOR AN ARCHITECT FAMILIAR WITH COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATIONS

EAST PALO ALTO SANITARY DISTRICT

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

REQUEST FOR EXPRESSIONS OF INTEREST 4643 EOI

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

Transcription:

REQUEST FOR PROPOSALS Solicitation for: Enterprise Resource Planning ERP Assessment 2013 Indianapolis Airport Authority Issued: May 20, 2013 Proposals Due: June 18, 2013 at 2:00 p.m. (local time) Page 1 of 33

Indianapolis Airport Authority Request for Proposal ERP Assessment 2013 Table of Contents Section One General Information 1.1 Introduction 1.2 Definitions 1.3 Purpose of the RFP 1.4 Scope of the RFP 1.5 Proposal Due Date and Time 1.6 Modification or Withdrawal of Offers 1.7 Contract Obligations 1.8 Confidential Information 1.9 Contract Documents 1.10 Proposal Life 1.11 Business Diversity Program 1.12 Discussion Format 1.13 Timeline 1.14 Sales Tax Section Two Proposal Procedures 2.1 Inquiries about the RFP 2.2 Proposal Submission 2.3 Contract Negotiations Section Three Specifications 3.1 Description of Entity 3.2 Scope & Qualifications 3.3 Conferences & Communication 3.4 Consulting Services 3.5 Length of Contract 3.6 Pricing 3.7 Minority, Women and Veteran Business Section Four Proposal Preparation Instructions 4.1 General 4.2 Transmittal Letter 4.3 Business Proposal 4.4 Technical Proposal 4.5 Business Diversity Program 4.6 Pricing Proposal Section Five Proposal Evaluation 5.1 Proposal Evaluation Procedure EXHIBIT A Sample Contract EXHIBIT B List of Current Application Modules Page 2 of 33

1.1 INTRODUCTION REQUEST FOR PROPOSAL Enterprise Resource Planning ERP Assessment 2013 SECTION ONE GENERAL INFORMATION This is a Request for Proposal (RFP) issued by the Indianapolis Airport Authority (Authority). The Authority requires the services of a professional, qualified software consultant. The Authority will consider proposals from national, regional and local enterprise software consulting firms that can supply personnel with the training and experience required to conduct an assessment of the Enterprise Resource Planning and Property Management systems of an international airport. It is the intent of the Authority to solicit responses to this RFP in accordance with the statement of work, proposal preparation section, and specifications contained in this document. 1.2 DEFINITIONS Following are explanations of terms and abbreviations appearing throughout this RFP. Other special terms may be used in the RFP, but they are more localized and defined where they appear, rather than in the following list. Project Enterprise Resource Planning ERP Assessment 2013 Proposal An offer as defined in IC 5-22-2-17. Public-Private Act The Public-Private Agreements Act, IC 5-23-1-1, et seq., as may be amended from time to time. Respondent An offeror as defined in IC 5-22-2-18. 1.3 PURPOSE OF THE RFP The purpose of this RFP, pursuant to the Public-Private Act, is to invite potential Respondents to submit proposals to supply all things necessary to conduct an assessment of the Authority s Enterprise Resource Planning and Property Management systems and to conduct related services as requested pursuant to this RFP. 1.4 SCOPE OF THE RFP This document contains the following information that may be useful to anyone wishing to submit a proposal: Section One Section Two Section Three Section Four A general description of the many factors affecting the proposal process. The specific information covering proposal procedures. A description of the services to be provided by any successful Respondent. A description of the required format and subject content of any acceptable proposals offered in response to this document. Page 3 of 33

Section Five Attachments A general discussion of the method that will be used by an evaluation team in the selection of a Respondent to recommend to the Indianapolis Airport Authority Finance and Audit Committee with whom to enter contract negotiations. Details supporting this basic RFP document. 1.5 PROPOSAL DUE DATE AND TIME All Proposals must be received at the address below no later than 2:00 p.m. Local Time on June 18, 2013. All Proposals must be addressed to: RFP ERP Assessment 2013 Courtney Kasper, Sourcing Buyer Indianapolis Airport Authority, North Campus 1910 S. Girls School Road Indianapolis, Indiana 46241 All Proposals must be submitted in a sealed envelope clearly marked with Respondent s name and contact information, ERP Assessment 2013 - RFP and the Proposal Due Date and Time. All submittals shall include one (1) complete, original proposal marked ORIGINAL, six (6) complete copies of the original proposal, one (1) electronic copy on CD or DVD, and other related documentation required by this RFP. Any proposal received after the Proposal Due Date and Time will be unopened and returned to the Respondent upon request. All rejected proposals not claimed within thirty days of the date of rejection will be destroyed. 1.6 MODIFICATION OR WITHDRAWAL OF OFFERS Responses to this RFP may be modified or withdrawn in writing or by fax notice to the Sourcing Buyer, received prior to the exact hour and date specified for receipt of proposals. The Respondent s authorized representative may also withdraw the proposal in person, providing his or her identity is made known and he or she signs a receipt for the proposal. Proposals may not be withdrawn after the proposal due date and time has passed. Modification to or withdrawal of a proposal received by the Authority after the exact hour and date specified for receipt of proposals will not be considered an acceptable proposal. If it becomes necessary to revise any part of this RFP or if additional data is necessary for an exact interpretation of provisions of this RFP prior to the due date for proposals, a supplement will be issued by the Authority. If such addenda issuance is necessary, the Authority reserves the right to extend the due date and time of proposals to accommodate such interpretations or additional data requirements. 1.7 CONTRACT OBLIGATIONS Although the Authority anticipates that any Respondent submitting a proposal will provide the major portion of the services as requested, subcontracting by the Respondent is acceptable in performing the requirements of this RFP. Respondents are encouraged to team with local qualified firms in their proposal to this RFP. However, the Respondent must obtain the approval of Authority before subcontracting any portion of the project s requirements. The Respondent is responsible for the performance of any obligations that may result from this RFP and shall not be relieved by the non-performance of any subcontractor. Any Respondent s proposal must identify all subcontractors and outline the contractual relationship between the Respondent and each subcontractor. Either a copy of the executed subcontract or a letter of agreement over the official signature of the Page 4 of 33

firms involved must accompany each proposal. This RFP is subject to the Business Diversity Program. The requirements are explained elsewhere in the RFP. Any subcontracts entered into by the Respondent must be in compliance with all State of Indiana statutes and be subject to the provisions thereof. For each portion of the proposed services to be provided by a subcontractor, the technical proposal must include the identification of the functions to be provided by the subcontractor and the subcontractor s related qualifications and experience. The combined qualifications and experience of the Respondent and any or all subcontractors will be considered in the Authority s evaluation. The Respondent must furnish information to the Authority as to the amount of the subcontract, the qualifications of the subcontractor, and any other data that may be required by the Authority. All subcontracts held by the Respondent must be made available upon request for inspection and examination by appropriate Indianapolis Airport Authority officials and such relationships must meet with the approval of the Authority. 1.8 CONFIDENTIAL INFORMATION Respondents are advised that materials contained in proposals are subject to the Indiana Public Records Act, IC 5-14-3 et seq., and, after the contract award, may be viewed and copied by any member of the public, including news, media and competitors. Respondents claiming a statutory exception to the Indiana Public Records Act must place all confidential documents (including the requisite number of copies) in a sealed envelope clearly marked Confidential and must indicate in the transmittal letter and on the outside of that envelope that confidential materials are included. The Authority reserves the right to make determinations of confidentiality. The Authority will not consider prices to be confidential information. 1.9 CONTRACT DOCUMENTS Any or all portions of this RFP and normally any or all portions of the Respondent s response will be incorporated by reference as part of the final contract. Proprietary or confidential material submitted properly (see Section 1.8) will not be disclosed. 1.10 PROPOSAL LIFE All proposals made in response to this RFP must remain open and in effect for a period of not less than 90 days after the date for proposals. Any proposal accepted by the Authority for the purpose of contract negotiations shall remain valid until superseded by a contract or until rejected by the Authority. 1.11 BUSINESS DIVERSITY PROGRAM In accordance with policy established by the Owner, the Board of Directors and the Executive Director have determined that there is a reasonable expectation of minority, women and veteran-owned business enterprise participation for airport projects. Operating organizational procurement goals of 15% MBE, 12% WBE and 3% VBE supplier diversity participation have been established, and respondents are encouraged to make good-faith efforts in the engagement of diverse business. Respondents seeking assistance in achieving the supplier diversity participation should start by visiting the Indianapolis International Airport website at www.indianapolisairport.com. Once on the website select Employment & Business and go to the Supplier Diversity Program section to find companies certified as Minority, Women or Veteran Business Enterprises. Only those certified companies Page 5 of 33

as identified on the State of Indiana or City of Indianapolis certification lists will be eligible for calculation of contract participation percentages. All Respondents are required to make documented good faith efforts to meet this goal. Compliance with these contract goals will be considered a demonstration of the Respondent s responsiveness and responsibility. Failure to comply may result in the determination of the Respondent as non-responsible. For questions please contact the IAA Supplier Diversity Department. By submission of the proposal, the Respondent thereby acknowledges and agrees to be bound by the requirements of the Supplier Diversity Program. 1.12 DISCUSSION FORMAT The Authority reserves the right to conduct discussions, either oral or written, with the Respondents determined by the Authority to be reasonably viable to being selected for award. If discussions are held, the Authority may request best and final offers. The request for best and final offers may include: Notice that discussions are concluded. Notice that this is the opportunity to submit written best and final offers. Notice of the date and time for submission of the best and final offer. Notice that if any modification is submitted, it must be received by the date and time specified or it will not be considered. Notice of any changes in the Authority s requirements. The Authority reserves the right to reject any or all proposals received or to award, without discussions or clarifications, a contract on the basis of initial proposals received. Therefore, each proposal should contain the Respondent s best terms from a price and technical standpoint. The Authority reserves the right to reopen discussions after receipt of best and final offers, if it is clearly in the Authority s best interest to do so and the Airport Executive Director or designee makes a written determination of that fact. If discussions are reopened, the Authority may issue an additional request for best and final offers from all Respondents determined by the Authority to be reasonably susceptible to being selected for award. Following evaluation of the best and final offers, the Authority may select for negotiations the offers that are most advantageous to the Authority, considering price or cost and the evaluation factors in the RFP. The Authority also reserves the right to conduct clarifications to resolve minor issues. If only clarifications are sought, best and final offers may not be requested. The Authority retains sole authority to determine whether contact with Respondents is for clarification or discussion. 1.13 TIMELINE The following timeline is intended to illustrate the anticipated time line for the RFP. ACTIVITY ANTICIPATED COMPLETION DATE RFP available on the Indianapolis Airport May 20, 2013 website www.indianapolisairport.com Written questions due to e-mail address: ERPAssessment2013@IND.com Page 6 of 33 May 28, 2013 12:00 pm (local time)

Written responses to questions released May 30, 2013 Proposals due at the following location: RFP ERP Assessment 2013 Courtney Kasper, Sourcing Buyer Indianapolis Airport Authority, North Campus 1910 S. High School Drive Indianapolis, IN 46241 June 18, 2013 At 2:00 pm (local time) Final negotiations and contract execution July 3-9, 2013 Anticipated Notice to Proceed July 10, 2013 Project Completed No later than November 30, 2013 1.14 SALES TAX The Respondent s proposal pricing should not include Sales Tax for the State of Indiana. END OF SECTION ONE Page 7 of 33

SECTION TWO PROPOSAL PROCEDURES 2.1 INQUIRIES ABOUT THE RFP All inquiries and requests for information affecting this RFP must be submitted in writing to: E-mail: ERPAssessment2013@IND.com Or if e-mail is not an option for your company then mail to the following address: RFP ERP Assessment 2013 Courtney Kasper, Sourcing Buyer Indianapolis Airport Authority, North Campus 1910 S. High School Drive Indianapolis, IN 46241 Inquiries should be submitted no later than 12:00 pm Local Time on May 28, 2013. The Authority reserves the right to decide whether any questions are appropriate to answer. If responses are provided by the Authority, the responses will be written. Copies of the written responses will be issued via Addendum and will be available on the Indianapolis Airport website and/or distributed to all prospective Respondents who are known to have received a copy of the original RFP. No negotiations, decisions or actions shall be initiated by any Respondent as a result of any verbal discussion with any representative of the Authority or with any Authority employee. Inquiries are not to be directed to any consultant or staff member of the Authority. Such action may disqualify Respondent from further consideration for a contract as a result of this RFP. The use of e-mail to ERPAssessment2013@IND.com for submitting questions is preferred. The addendum will be available at www.indianapolisairport.com. 2.2 PROPOSAL SUBMISSION One (1) original, six (6) copies, and one (1) electronic copy on CD or DVD of the proposal for the ERP Assessment 2013 - RFP scope must be received by the Authority s office on or before the due date and time for proposals as specified. Each copy of the proposal must follow the format indicated in Section Four of this document. Unnecessarily elaborate brochures or other presentations, beyond that sufficient to present a complete and effective proposal, are not desired. 2.3 CONTRACT NEGOTIATIONS After recommendation of a selected Respondent by appropriate officials of the Indianapolis Airport Authority, contract negotiations will commence. The contract will be based on the contract as it appears attached. If at any time contract negotiation activities are judged to be ineffective by the Senior Director of Finance of the Authority or designee, Authority will cease all activities with that Respondent and begin contract negotiations with the next highest ranked Respondent. This process may continue until either both the Respondent and the Authority execute a completed contract or Authority determines that no acceptable alternative proposal exists. END OF SECTION TWO Page 8 of 33

SECTION THREE SPECIFICATIONS 3.1 DESCRIPTION OF ENTITY Indianapolis International Airport (IND): With over 10,000 acres under ownership, Indianapolis International currently occupies approximately 7,700 acres, or about 12 square miles. Air operations are conducted on two parallel runways and one crosswind runway. The airport is served by 9 major and several national and regional passenger air carrier airlines. The terminal occupies 750,000 square feet, consisting of two (2) air service concourses (40 gates, total), ticketing halls and baggage recovery areas, as well as office space, retail concession and common areas. At 1.2 million square feet and a cost of $1.1 billion, this undertaking represents the largest development initiative in the history of the City of Indianapolis. Strategically located between the two parallel runways, a midfield position greatly improves aircraft taxi time and travel. This state-of-the-art structure replaced the existing terminal and houses forty (40) passenger flight gates, (38 domestic and 2 international), in two (2) concourses. A best use study is underway regarding the current facility. With modern design and aesthetic appeal, the new terminal incorporates many of the latest innovations that enhance and improve passenger experience. Over twenty five years in planning, this is the first from ground up airport built in the US since the catastrophic events of 9/11. Ease and practicality have been engineered into each functional area, reflected in ticketing, baggage handling, safety and security, information and communication systems. From check-in to boarding, user-friendly efficiency can be found throughout the airport. Common areas consisting of a large Civic Plaza, welcomes visitors to Indianapolis in impressive fashion and serves as a public venue for special events. Without losing sight of its primary purpose, the Indianapolis International Airport provides a showcase of fine arts and fosters as well as celebrates, pride in our community. Other new features include a fuel hydrant system for underground transport and delivery of aircraft fuel. In addition, a fuel tank farm, pipeline and monitoring facility in support of the new hydrant system. Additionally, a five level, 7,100-space parking structure is adjacent to and connected with the new airport. Rental car facilities and vehicles occupy the first level of parking, (1,200 space equivalent). A separate quick turnaround, (QTA) facility was also built for rental car agencies use in washing, prepping and refueling vehicles. In the area of enhanced safety and security at the airport, a second firehouse for use of the on-premises, Airport Fire Department and an Airport Operations and Emergency command center (AOC/EOC) was opened simultaneously with the new airport terminal. Additional information can be found at our website: www.indianapolisairport.com Additionally, the complex consists of Foreign Trade Zone operations, the US Postal Service Eagle Network Hub, Airport Fire Department facilities, Federal Aviation Administration Air Traffic Control Tower, parking structures and out-lots, tenant occupied structures, aircraft parking aprons, maintenance and equipment facilities, commercial, corporate and private hangars, rental car accommodations and several support facilities necessary for the operation of the Airport. Located in southwest Marion County and only eight miles from downtown Indianapolis, the Airport serves the Indianapolis-Carmel Metropolitan Statistical Area, (which consists of Marion and all or portions of nine surrounding counties), and effectively, the entire State of Indiana. The I-C MSA has experienced over twice Page 9 of 33

the population growth rate as has the State and with particular significant growth in the surrounding counties, this trend is expected to continue. Indianapolis International is considered a mid-size air traffic hub by the FAA. The Authority does not receive any local tax dollars. Operations are funded through revenues, categorized as either airline or non-airline. In addition to passenger air operations, IND is a significant cargo and air freight handler, (8th nationally), home to the second largest Federal Express hub in the world. Non-airline revenue consists of income from parking, space rentals, land leases, fuel sales, and retail and concessions. Capital improvement projects are funded by cash generated from operating activities, local bond issues as well as state and federal grants. 2012 statistics: The number of Enplaned Passengers for fiscal year 2012: 3,687,742 Aircraft Operations: 158,200 Total Cargo moved (in tons): 1,016,974 Landed Weights (in tons): 2,216,891 in Passenger Aircraft; 2,481,314 in Freight Aircraft There are an estimated 10,288 employees working at the Airport. Approximately 450 are employed by the Authority and are responsible for the administration, operation, and maintenance of the Airport. The year 2012 marked the thirteenth year in a row that Indianapolis International completed its Part 139 inspection by the FAA with no discrepancies in operating a safe airport. Additional, financial and statistical data can be found at: www.indianapolisairport.com. The 2011 CAFR (Comprehensive Annual Financial Report) may be found at http://www.indianapolisairport.com/information_news/financialreports.aspx. Reliever Airports: The Authority s air operations system includes four General Aviation airports: Metropolitan (North), Indianapolis Regional (East), Eagle Creek (West) and Gordon Graham (Southwest). In addition, there is one General Aviation heliport located in downtown Indianapolis. Primary operations at these locations consist of charter activities performed by a Fixed Base Operator, (FBO), at three of these locations. Maintenance and fuel facilities are also present. Private and corporate hangar leases are maintained at each facility. 3.2 SCOPE AND QUALIFICATIONS SCOPE The Authority is requesting proposals for a comprehensive assessment of Authority s current enterprise resource planning (ERP) system, land management system (LM), and aviation activity and contract management/billing system (PM) for the current modules utilized per Exhibit B. Assessment must include documentation of the cycles and related processes currently in use by the Authority, a detailed set of business requirements, and a recommendation for a software solution that meets business requirements and represents the best total cost of ownership to the Authority over a seven year period. Respondent shall describe and document a list of the Authority s required and desired functionality in ERP, LM and PM systems as well as indicate whether or not required and desired functionality is present and utilized by the existing and proposed ERP, LM and PM systems. Page 10 of 33

Respondent shall utilize gathered business functionality requirements to provide one or more recommendations for ERP, LM and PM systems. Respondent must make recommendations in comparison to a recommendation to continue to utilize upgraded existing software systems. The recommendation should document each point of business requirements including any staffing, training, process, process documentation, or procedural changes required to move from the existing environment to the proposed environment. Respondent shall provide software recommendations with an estimated cost of implementation including at a minimum: 1. Initial licensing costs of recommended software 2. Yearly licensing and support/maintenance costs of recommended software 3. Licensing costs of any necessary additional database or other required software 4. Procurement cost of any additional computer hardware necessary to run recommended software 5. Cost of professional services related to migrating existing data to recommended software 6. Cost of professional services related to any necessary software customization 7. Cost of professional services related to training the Authority s personnel in use of new software 8. Cost of professional services related to providing system documentation 9. Cost of professional services related to providing process documentation 10. Cost of professional services necessary to backfill the Authority s personnel during system implementation and training as necessary to maintain operations 11. Total cost of ownership over a 7 year period of both upgrading the existing software applications and implementing new software, regardless of recommendation. Successful Respondent will be required to submit the following submittals to the Authority at a minimum: 1. Project schedule with timeline that includes Owner s resources and staffing required to be approved by Owner 2. Assessment and recommendation report 3. Software acquisition and implementation cost estimate QUALIFICATIONS The following qualifications represent the preferred minimum requirements. In the event Respondent does not meet these preferred requirements, the proposal must indicate as such, and Respondent must provide alternative references that meet these preferred qualifications as closely as possible. 1. Respondent and/or its senior management personal shall demonstrate having completed at least three (3) assessments of similar size and scope in the previous five (5) years. 2. It is anticipated that the successful Respondent shall have demonstrated prior experience in providing software consulting services to airports within the United States. SPECIAL CONSIDERATIONS Successful Respondent will be ineligible to participate in the bidding process for contracts related to the implementation of recommendations made by Respondent as a part of the ERP Assessment 2013 project. Page 11 of 33

GENERAL INFORMATION The Authority anticipates that a single contract will be awarded for ERP Assessment 2013 and related services; however, the Authority reserves the right to award multiple contracts if deemed in its best interest to do so. Respondents are expected to use their own initiative in formulating a response to this RFP. The Authority encourages Respondents, in their proposals, to be as creative as possible regarding cost, as cost efficiency will be a consideration in determining whether a contract(s) will be awarded based on responses to the RFP. 3.3 CONFERENCES AND COMMUNICATION Following award of contract, regular progress meetings between the Authority s Information Technology team and the successful Respondent will be scheduled. 3.4 CONSULTING SERVICES From time to time, the Authority may require consulting assistance from the successful Respondent regarding ERP Assessment 2013 and related activities. 3.5 LENGTH OF CONTRACT This contract will run until November 30, 2013. 3.6 PRICING The Authority requires the pricing associated with this RFP be a firm proposal price, in the appropriate format as discussed in section 4.6, that must remain open and in effect for a period of not less than 90 days from the final proposal due date. 3.7 MINORITY, WOMEN AND VETERAN BUSINESS Proposals must contain an explanation as to what efforts will be used to employ minority, women and veteran businesses in the fulfillment of a proposed contract in response to this RFP. Please see Section 1.11, Section 4.3.12, and Section 4.5, for more information. END OF SECTION THREE Page 12 of 33

SECTION FOUR PROPOSAL PREPARATION INSTRUCTIONS 4.1 GENERAL To facilitate the timely evaluation of the proposal, a standard format for proposal submission has been developed and is documented in this section. All Respondents are required to format their proposals in a manner consistent with the guidelines described below: Each item must be addressed in the Respondent s proposal or the proposal may be rejected. The transmittal letter should be in the form of a letter. The business and technical proposals must be organized under the specific section titles as listed below. The proposal must be no longer than 20 pages of 10 pt. type with margins at minimum of 1. The Authority may, at its option, allow all Respondents a five-calendar-day period to correct errors or omissions to their proposals. Should this necessity arise, the Authority will contact each Respondent affected. Each Respondent must submit written corrections to the proposal within five calendar days of notification. The intent of this option is to allow proposals with only minor errors or omissions to be corrected. Major errors or omissions, such as the failure to include prices, will not be considered by the Authority as a minor error or omission and may result in disqualification of the proposal from further evaluation. 4.2 TRANSMITTAL LETTER The Transmittal Letter must address the following topics except those specifically identified as optional. 4.2.1 Summary of Ability and Desire to Supply the Required Services The transmittal letter must briefly summarize the Respondent s ability to supply the requested services that meet the application requirements defined in Section Three of this RFP. The letter must also contain a statement indicating the Respondent s willingness to provide the requested services subject to the terms and conditions set forth in the RFP including, but not limited to, the Authority s contract. 4.2.2 Summary of Ability to Meet the Required Qualifications The transmittal letter must state that the Respondent meets the required qualifications and standards to be followed that are listed in the RFP. Any exceptions must be noted and an explanation provided if applicable. 4.2.3 Summary of Milestones Information contained in the technical proposal regarding dates of milestone events must be summarized. Each Respondent will specifically describe the expected implementation procedures the Respondent proposes to use. In order to show feasibility, a timetable setting forth appropriate milestones should be included in Respondent s proposal, with sufficient detail explaining how Respondent will meet those milestones. Page 13 of 33

4.2.4 Summary of Compensation Respondent should specifically state the fee your firm proposes for services as described in this RFP. The hourly rate of each level of staff assigned to the project should be provided. If there are any services described in the Purpose and Scope section that would not be included in such compensation, so state specifically, along with an indication of any proposed additional charges. See disclosure statement below for further information in completing your response with regard to fee proposal and overall compensation. Respondents should also include a detailed summary of any additional services including the price for all such services, (if any), rendered that would be considered outside of the fee proposal. 4.2.5 Proposal Life A statement must be included that indicates the length of time during which the Owner may rely on all proposal commitments. The Authority requires that this period of time not be less than 90 days from the due date for submission of proposals. Any proposal accepted by the Authority for the purpose of contract negotiations must remain as committed through the contract negotiation period. 4.2.6 Signature of Authorized Representative A person authorized to commit the Respondent to its representations must sign the transmittal letter. Such person s authority to so act must be consistent with the information contained in Section 4.3.11 of this RFP. 4.2.7 Other Information 4.3 BUSINESS PROPOSAL This item is optional. Any other information the Respondent may wish to briefly summarize will be acceptable. The Business Proposal must address the following topics except those specifically identified as optional. 4.3.1 General This optional section of the business proposal may be used to introduce or summarize any information the Respondent deems relevant or important to the Authority s successful acquisition of the services requested in this RFP. 4.3.2 Respondent Company Structure The legal form of the Respondent s business organization, the state in which incorporated (if a corporation), the types of business ventures in which the organization is involved, and a chart of the organization are to be included in this section. If the organization includes more than one product division, the division responsible for the development and marketing of the requested services in the United States must be Page 14 of 33

described in more detail than other components of the organization. If the Respondent is a team of multiple organizations, the teaming arrangement must be described in this section. 4.3.3 Respondent Company Capabilities Describe the organization s experience and capabilities in providing similar work in scope of services, size and complexity of organizations in government, aviation and single roles. Indicate if the organization has ever failed to complete any work awarded to it. If so, please indicate the date, where and why. Provide an affirmative statement or proof that the Respondent Company does not have a record of substandard work. In addition, disclose all positive enforcement actions by professional licensing boards, courts or other bodies or other matters which may reflect on the Respondent Company s professional qualifications. Describe any pending litigation or other factors that could affect the organization s ability to perform this contract. 4.3.4 Facilities and Resources The Respondent is to include information with regard to the organization s resources that it deems advantageous to the successful provision of the requested services. This might include management capabilities and experience, technical resources, and operational resources not directly assigned to this project, but available if needed. The Authority prefers that the personnel assigned to this project, including staff and/or subcontractors, will have at least five (5) years of experience in software consulting related to the aviation airport industry and are currently assigned to an existing airport client. 4.3.5 Sample Contract A sample contract (reference Exhibit A) is included in this RFP and the Respondent shall advise the Authority of any issues with this contract. 4.3.6 Pricing and Charges The Authority requires the pricing associated with this RFP be a firm fixed price and must remain open and in effect for a period of not less than 90 days from the proposal due date as well as any extensions agreed to in the course of contract negotiations. Only pricing filed in accordance with the RFP instructions will be used to calculate the Authority s costs for evaluation and payment purposes. The selected Respondent will be responsible for all services offered in the proposal at the prices listed on their pricing page. The Authority will not be liable for any charges beyond those detailed in the proposal. 4.3.7 References The Respondent should include a list of at least three (3) clients for whom the Respondent has provided services that are the same or similar to those services requested in this RFP. The more similar the referenced services are to those requested in this RFP; the greater weight will be attached to the references in the Authority evaluation process. Listed organizations may be contacted to determine the quality of work Page 15 of 33

performed and personnel assigned to the project. The results of the references may be provided to the evaluation team and used in scoring the written proposals. Respondent should include the following information for each reference: a) Name of the organization; b) Initial dates service started; c) Date of the most recent project; d) List of services performed; e) Responsible official or contact person; f) Address, telephone number and email address. 4.3.8 Registration to do Business Respondents proposing to provide the services required by this RFP are required to be registered to do business within the State of Indiana by the Indiana Secretary of State. The website address containing the necessary forms can be found at http://www.state.in.us/icpr/webfile/formsdiv/38784.pdf. The telephone number of the Office of the Secretary of the State of Indiana is 317.232.6578. This process must be concluded prior to contract negotiations with the Authority. It is the successful Respondent s responsibility to complete the required registration with the Secretary of State. The Respondent must indicate the status of registration, if applicable, in this section of the proposal. 4.3.9 Independence Respondent should provide an affirmative statement that it is independent of the Authority as defined by generally accepted auditing standards and the U.S. General Accounting Office s Government Auditing Standards (1988). The Respondent should list and describe the firm s proposed subcontractors professional relationships involving the Authority or any of its agencies or component units for the past five (5) years, together with a statement explaining why such relationships do not constitute a conflict of interest. 4.3.10 Warranties Provide affirmative statements of the following warranties: a) The Respondent warrants that it is willing and able to comply with the State of Indiana laws with respect to foreign (non-state of Indiana) corporations (where necessary); b) The Respondent warrants that it is willing and able to obtain an errors and omissions (professional liability) insurance policy providing a prudent amount of coverage for the willful and negligent acts, or omissions of any officer, employees or agents thereof. The Respondent is to state the amount of coverage; c) The Respondent warrants that it will not delegate or subcontract its responsibilities under an agreement without the express prior written permission of the Authority; d) The Respondent warrants that all information provided by it in connection with this proposal is true and accurate; Page 16 of 33

4.3.11 Authorizing Document Respondent personnel signing the Transmittal Letter of the proposal must be legally authorized by the organization to commit the organization contractually. This section shall contain proof of such authority. A copy of corporate bylaws or a corporate resolution adopted by the board of directors indicating this authority will fulfill this requirement. 4.3.12 Subcontractors The Respondent must list any subcontractors which it proposes to use in providing the required services. The subcontractor s responsibilities under the proposal, the subcontractor s form of organization, and an indication from the subcontractor of a willingness to carry out these responsibilities are to be included for each subcontractor. This assurance in no way relieves the Respondent of any responsibilities in responding to this RFP or in completing the commitments documented in the proposal. The Respondent must indicate which, if any, subcontractor is certified as a Minority-Owned or Women-Owned or Veteran-Owned Business Enterprise by the State of Indiana or City of Indianapolis. See Section 1.11, Section 4.5. 4.3.13 Respondent Contract Requirements This section is optional. If the Respondent wishes to include any language other than that discussed in the Business Proposal, this language should be included in this section. For each clause included in this section, the Respondent should indicate that the clause is required by the Respondent in any contract resulting from this RFP and why it is required (if the required clause is unacceptable to the Authority, the Respondent s proposal may be considered unacceptable) or indicate that the clause is desired (but not required) by the Respondent in any contract resulting from this RFP. 4.3.14 FINANCIAL INFORMATION 4.3.15 LEGAL 4.4 TECHNICAL PROPOSAL Company s financial information, including the Respondent s income statement and a balance sheet for each of the two most recently completed fiscal years. If the organization(s) includes more than one product division, separate financial statements must be provided for the division responsible for the development and marketing of the requested products and services. Include a list of any and all legal proceedings (civil or criminal actions or administrative proceedings) within the last three (3) calendar years in which the Respondent was a named party. The Technical Proposal must be divided into sections as described below. Every point made in each section must be addressed in the order given with the question first stated followed by the Respondent s response. The same outline numbers must be used in the response. RFP language should not be repeated within the response. Where appropriate, supporting documentation may be referenced by a page and a paragraph number. However, when this is done, the body of the Page 17 of 33

technical proposal must contain a meaningful summary of the referenced material. The reference document must be included as an appendix to the technical proposal with referenced sections clearly marked; this appendix will not be considered as part of the proposal s total page length limit. If there are multiple references or multiple documents, these must be listed and organized for ease of use by the Authority. 4.4.1 Overview of the Proposed Method for Provision of the Requested Services This overview must consist of a concise summary of the requested services proposed by the Respondent in response to this RFP. By reading the overview, the Authority must be able to gain a comfortable grasp at a general level of the services to be provided and the methods proposed by the Respondent to provide them. A detailed explanation should be included to understand how the services comply with the technical documents of this RFP. 4.4.2 Project Approach The description must indicate, at least generally, the methodology the Contractor will follow to fulfill the requirements of the scope. Include as much detailed explanation as necessary. The Authority intends that each Respondent provide a detailed and comprehensive description of all Services that the Respondent will provide if it enters into a contract pursuant to the RFP. Respondents are required to provide the following information of their approach: a) Proposed segmentation of the project; b) Level of staff and number of hours to be assigned to each proposed segment of the project; c) Estimate of the extent, level of involvement and timing of work to be performed by Authority personnel during the project; 4.4.3 Personnel Description Provide a detailed description of the principal supervisory and management staff, including project partners, managers, other supervisors and specialists, who would be responsible for the implementation of the project. Description must include all relevant information regarding qualifications, training, continuing education, certifications, etc. The proposal should indicate the number of hours that each assigned staff is anticipated to spend on the project. A project organizational chart should be included in this section. Project partners, managers, other supervisory staff and specialists may be changed if those personnel leave the organization, are promoted or are assigned to another office. These personnel may also be changed for other reasons with the express prior written permission of the Authority. However, in either case, the Authority retains the right to approve or reject replacements. Other personnel may be changed at the discretion of the Respondent provided that replacements have substantially the same or better qualifications or experience. This section should also indicate how the quality of the staff would be assured over the term of the entire agreement. Page 18 of 33

4.4.4 Respondent Questionnaire This section requires information about each Respondent that will assist the Authority in evaluating capabilities. Please provide responses in the order listed below: 1. Please provide a brief description of your company, including the ownership structure. 2. Has your company name changed in the last 5 years? If so, please reference the former name of your company. 3. Is your company or, if applicable, its parent company currently involved in any bankruptcy proceedings? 4. Please list and provide a brief description of all litigation matters filed against your company and, if applicable, its parent company since January 1, 2008. 5. Describe the company s experience and capabilities in providing similar work in scope of services, size and complexity to governments, airports, or other similar types of entities. Include information regarding the outcome of previous assessments, specifically the existing system used and any changes recommended in previous assessments. 6. Please provide a previous assessment report or an example assessment report that is representative of assessments conducted previously by your company. 7. Please include a proposed timeline including a list of Authority resources that will be required to ensure project completion. 4.4.5 Identification of Anticipated Potential Problems The proposal should identify and describe any anticipated potential problems, the organization s approach to solving these problems and any special assistance that will be requested from the Authority. 4.4.6 General Section Generally describe how you meet or exceed each of the minimum and preferred qualifications in the Purpose and Scope section of this document. Provide a brief description explaining why the Authority should select your company as the most suitable Respondent. Describe what unique features or qualifications your organization can offer the Authority. 4.5 SUPPLIER DIVERSITY PROGRAM Please refer to Section 1.11 for participation goals. Information shall be submitted on each M/W/VBE firm in the Respondent s proposal. MBE/WBE/VBE information must include evidence of certification by the City of Indianapolis or the State of Indiana. Page 19 of 33

4.6 PRICING PROPOSAL The pricing proposal will include all fees, costs, charges and other amounts, associated directly or indirectly, with providing all things necessary to perform ERP Assessment 2013 for the Indianapolis Airport Authority. Failure to comply fully with the requirements of this Section 4.6 will be cause for the Authority to reject, as non-compliant, a proposal from further consideration. END OF SECTION FOUR Page 20 of 33

5.1 PROPOSAL EVALUATION PROCEDURE SECTION FIVE PROPOSAL EVAULATION The Airport has selected a group of personnel to act as a proposal evaluation team. Subgroups of this team, consisting of one or more team members, will be responsible for evaluating proposals with regard to compliance with RFP referred requirements. All evaluation personnel will use the evaluation criteria stated below. The categories of evaluation criteria are as follows: Transmittal Letter and Proposal Format Business Proposal Technical Proposal Price of Requested Services Supplier Diversity Participation References The procedures for evaluating the proposals against the evaluation criteria may be summarized as follows: 5.1.1 Each proposal will be evaluated for preferred criteria including minimum qualifications. Proposals that are incomplete or otherwise do not conform to proposal submission requirements may be eliminated from consideration. 5.1.2 Each proposal will be evaluated on the business approach, technical and the other criteria using a points system. The basis of price of requested services will be of importance in the evaluation of proposals. 5.1.3 Based on the results of this evaluation, the qualifying proposal determined to be the most advantageous for the ERP Assessment 2013, taking into account all of the evaluation factors, may be selected by Airport for further action, such as contract negotiations. If, however, Airport decides that no proposal is sufficiently advantageous to the Airport, the Airport may take whatever further action that is deemed necessary to fulfill its needs. If, for any reason, a proposal is selected and it is not possible to consummate a contract with the Respondent, Airport may begin contract preparation with the next qualified Respondent or determine that no such alternate proposal exists. END OF SECTION FIVE END OF REQUEST FOR PROPOSAL For notifications on new opportunities listed on our Web site and to learn other relevant business information about the IAA, connect with us on Twitter (www.twitter.com/iaa_business) and Facebook: (www.facebook.com/indianapolisairportauthority). Notice: Please be advised that individuals interested in receiving information about potential business opportunities with the Indianapolis Airport Authority ( IAA ) regarding employment opportunities, bid packages, Requests for Proposals and all other opportunities related to public procurement, should refer to IAA's social media pages solely as a supplement to, and not as a substitute for, the IAA s official procurement site, which is www.indianapolisairport.com. Page 21 of 33

Exhibit A Sample Contract Contract for Professional Services (Sample) Agreement made as of the day of, 2013. BETWEEN the: Indianapolis Airport Authority 7800 Col. H. Weir Cook Memorial Drive Indianapolis, IN 46241 and the Contractor: For: Assessment Enterprise Resource Planning (ERP) Page 22 of 33

SAMPLE CONTRACT FOR PROFESSIONAL SERVICES This is an Agreement by and between the Indianapolis Airport Authority (hereafter referred to as the Authority ) and (Name) (hereafter referred to as Contractor ), referred to hereinafter as Party or collectively as Parties. Whereas, Whereas, Whereas, Authority seeks the assistance of Contractor to provide certain professional services; Contractor possesses independent qualifications and abilities to perform such efforts; and, Contractor is willing to provide such professional services in accordance with the terms and conditions set forth herein. Now, therefore, the above named Parties enter into this Agreement upon the following terms and conditions: I. Scope Contractor shall report to, and act under, the direction of the (Department Director) or his/her designee, in providing the professional services required by this Agreement. Specifically, the Contractor shall deliver the following: All Services as outlined in the Request for Proposals entitled Enterprise Resource Planning (ERP) Assessment attached and fully incorporated herein. II. Changes in the Work In the event the Authority requires a change in scope, character, or complexity of the work after the work has progressed, adjustments in compensation to Contractor shall be determined by the Authority in the exercise of its honest and reasonable judgment, and Contractor shall not commence the additional work or the change of scope until authorized in writing by the Authority. No claim for additional compensation shall be made in the absence of a fully executed amendment to this Agreement. III. Consideration For all professional services rendered under this Agreement, the Authority agrees to pay Contractor (to be determined based on RFP response and negotiations). No payment shall be processed without a detailed and Page 23 of 33