CITY OF EL RENO, OKLAHOMA REQUEST FOR PROPOSALS EMERGENCY 911 AMBULANCE SERVICE

Size: px
Start display at page:

Download "CITY OF EL RENO, OKLAHOMA REQUEST FOR PROPOSALS EMERGENCY 911 AMBULANCE SERVICE"

Transcription

1 CITY OF EL RENO, OKLAHOMA REQUEST FOR PROPOSALS RFP # For EMERGENCY 911 AMBULANCE SERVICE Pending contract award date January 8, 2019 Contracted Service Beginning May 5, 2019

2 Table of Contents I. INVITATION TO SUBMIT PROPOSALS... 1 Overview of the System Service Area First Responders Dispatch... 2 Parties Responsibilities The City of El Reno Responsibilities Contractor Responsibilities... 2 II. CONTRACTOR QUALIFICATIONS AND CREDENTIALS... 3 Analogues Experience Each proposer shall provide the following:... 3 Documentation of Regulatory Compliance and Litigation... 3 III. OPERATIONS MANAGEMENT PROVISIONS... 4 General Contractor Relationship... 4 Scope of Service... 4 Response Time Requirements... 5 Response Time Exceptions and Exemption Requests... 5 Medical Oversight... 6 Ambulance Fleet... 6 Communication Center... 7 III. ADMINISTRATION... 9 Insurance and Indemnity Provisions... 9 Indemnity and Hold Harmless Provisions Limitation of Damages Sealed Submission... 11

3 Notice to Proposers This RFP does not commit the City of El Reno to award a contract, pay costs incurred in the preparation of a proposal responding to this request, or to procure a contract for service. The City of El Reno reserves the right to accept or reject any or all proposals received because of this request, or to cancel in part, or in its entirety, the RFP process if the City of El Reno deems it is in the best interest to do so. This RFP shall not be construed to be a low-bid process, although price will play a critical role. The contract, if awarded, will be negotiated with the Proposer who can best meet the City of El Reno s needs as identified in this RFP. The City of El Reno specifically makes no promises or guarantees concerning the number of emergency calls or transports, quantities of patients, or distance of transports that will be associated with this procurement. The City of El Reno has made every effort to provide accurate data and information, but does not guarantee the accuracy of any data included in the RFP. It is in the Proposer s best interest to submit a complete and accurate proposal. Where documentation or response is incomplete or silent, it shall be assumed that the proposal is deficient. Further, it is in the Proposer s best interest to make a proposal that meets the stated requirements contained in this RFP. While Proposers may provide alternatives to the requirements for consideration, failure to comply with all minimum requirements described within the RFP may disqualify proposals. Proposers are invited to submit alternatives to the services described within this RFP, if such alternatives are in the best interests of the City of El Reno. There shall be only one general contractor, under whose auspices the proposal is submitted, and who must assume all liability and responsibility for achieving the performance levels specified in this RFP.

4 I. INVITATION TO SUBMIT PROPOSALS The City of El Reno, Oklahoma, invites experienced and qualified Proposers to submit proposals to provided advanced life support ( ALS ) emergency ambulance services as specified in the document for the entirety of the City of El Reno corporate city limits. One contract award is anticipated under this solicitation. It is the intent of the City of El Reno to award the contract to the most advanced Proposer who provides the goods or service at the best value for the City of El Reno. Written questions and requests for clarification regarding this RFP or Solicitation are to be submitted in writing no later than 5:00 pm December 17, 2018 to: Lindsey Grigg, City Clerk 101 N. Choctaw El Reno, Oklahoma lgrigg@cityofelreno.com Please reference RFP # on all correspondence to City of El Reno. Any oral communications shall be considered unofficial and non-binding. Only written responses to written communication shall be considered official and binding. The City of El Reno reserves the right, at its sole discretion, to determine appropriate and adequate responses to the written comments, questions, and requests for clarification. Overview of the System The City s current ambulance service provider has been the sole emergency 911 Ambulance service for the City of El Reno since 2012.They operate as an independent contractor under a service based contract. The City will contract exclusively with a single provider to operate in a 911 emergency segment. The contractor will have certain market rights, protected by ordinance, and is expected to perform under a performance agreement, and except for any identified subsidy is expected to maximize compensation through its own billing and collection efforts. 1

5 1. Service Area The service area includes the incorporated city limits of El Reno, approximately 80 square miles with a population of 17,510 in First Responders The City of El Reno Fire Department is a paid municipal department, certified as an Emergency Medical Response Agency, and responds automatically to critical EMS calls and other EMS calls when requested by ambulance personnel. 3. Dispatch The City of El Reno s 911 Communication Center provides all emergency dispatch and communications for Fire, Police, and EMS within the City and the surrounding area. The Center currently does not hand off callers to the provider but tracks their responses in the City s CAD system. The City will consider handing off the initial caller to the contractor s call center meeting the requirement in the Communications Sections below. Proposal shall include provisions and cost with both plans. Parties Responsibilities It is the City s intent to offer, at a minimum, a five-year (5) contract in return for state of the art clinically excellent service supported by quality personnel and equipment. The primary source of contract revenue is user fees and dependent on the contractor s ability to reliably collect appropriate compensation in a manner compliant with all State and Federal rules and regulations. In return for excellent service the City intends to protect the market exclusivity through ordinance. 1. The City of El Reno Responsibilities Provide an exclusive contract for the provision of all emergency ambulance services with a sole provider in the City. Participate in an Emergency Services Advisory Board (ESAB) that will include representatives from Police, Fire and City Administration. Regulate rates and fees for ambulance services to the extent allowed by law 2. Contractor Responsibilities Employment of field personnel, managers, and providing ambulances and equipment Supervision and management of the contractor s employees and EMS system performance Development of an internal quality assurance program reporting to the ESAB Participate in the Emergency Services Advisory Board (ESAB) 2

6 Provide medical direction compliant with Oklahoma state rules and regulations Comply with all Federal and State laws and rules in providing ambulance services to the City Provide patient invoicing and collections services Cooperate with established and help create processes to participate in medical audits and complaint investigations Report contract compliance quarterly with a verifiable audit trail and summarize yearly to the City Provide quarterly reports to the City Manager which shall include information on the number of runs, response times, call type analysis, complaint record with resolution, and special activities II. CONTRACTOR QUALIFICATIONS AND CREDENTIALS Analogues Experience Each proposer shall provide the following: 1. Documentation demonstrating that the proposer has experience managing a full service emergency ambulance service in a community with a population of at least 15,000 persons. Information should include a list of communities in which the service is operated, names, addresses, phone numbers and addresses of the Medical Directors and designated public officials with oversight responsibility. 2. Documentation of independently verifiable response time performance, the number of responses provided in each of the last two years. 3. A brief description of the community, its EMS system, and the services provided by the proposer must be included. 4. A minimum of three (3) references that may be contacted where the proposer currently provides full service emergency ambulance service, including contact names, addresses, phone numbers and addresses. Documentation of Regulatory Compliance and Litigation 1. The proposer shall detail any and all regulatory investigations, findings, actions, complaints, and their respective resolutions. 2. Proposer must specifically include details about any and all instances where an emergency (9-1-1) contract was vacated or terminated within the last three (3) years. 3

7 3. Additionally, the proposer must detail the circumstances and resolution for notices of non- compliance. III. OPERATIONS MANAGEMENT PROVISIONS General Contractor Relationship The City intends to hire a single contractor to provide all of the services specified within this RFP. Should a proposer intend to utilize one or more subcontractors to provide any of the contractor s primary responsibilities - including, but not limited to, ambulance response, medical transportation, staffing, training, communications, call center management, protocol development, accounts receivable management, collection activity, fleet or equipment maintenance, or any similar services - the proposer must include detailed information about the subcontractor and its relationship to the proposer to allow the city to evaluate the quality and effectiveness of the subcontractor s proposed role. Copies of all proposed subcontracts should also be included. Should the successful proposer plan to utilize subcontractors, the City will look only to the primary, general contractor to deliver contracted performance. The inability or failure of any subcontractor to perform any duty or deliver contracted results will not excuse the primary contractor from any responsibility under the contract with the City. Scope of Service 1. The contractor will provide all emergency ground ambulance service for the entire population of the coverage area. This shall be accomplished with a minimum of 2 ALS-Paramedic equipped ambulances and appropriate staff. Two (2) units shall be available with equipment and staff 24hrs per day for immediate deployment. 2. The contractor must provide mutual aid agreements/contingency plans in the event the proposer becomes overwhelmed by calls for emergency service, this will include agreements with ground and air medical transport services. 3. All ambulance services will be provided at the Advanced Life Support (ALS)-Paramedic level. Additionally, the contractor must furnish stand-by coverage for special events (dedicated or non-dedicated) requested by ESAB, fire/law enforcement scenes and training events (at request of IC). 4. ALS units shall be staffed with at least two (2) licensed emergency medical services personnel, one (1) of whom shall be at least an EMT-B and one (1) of whom shall be an EMT-Paramedic (EMT-P). The Contractor agrees that the EMT-P must perform and ride as the attendant on all calls requiring advanced life support care. At all times and in all cases each ALS Unit must 4

8 be staffed in accordance with the applicable Federal, State and local laws, rules and regulations. In addition, each ALS Unit must contain the equipment specified under the applicable State law(s), rules and regulations for an ALS Paramedic unit, or the equipment and supplies list provided by the Contractor, whichever is more stringent. The contractor will discuss with Fire Department personnel and medical directors on specific equipment needs for interoperability between agencies to enhance patient care. 5. Currently, first responder support is available in the City via the Fire Department. The proposer will be expected throughout the life of this agreement to work with local officials in assisting in the on-going training and medical direction if requested. Proposer shall resupply Fire Department and hospital supplies used if transport is required. 6. The City of El Reno Fire Department is part of Regions 6 and 8 and has an agreement with the State of Oklahoma Homeland Security to operate a Medium duty REMSS unit that can be deployed anywhere in the state at any time. The contractor will agree to staff and respond with three and no more than four paramedics when requested by the City, One El Reno Fire Department personnel will also respond to drive the unit and assist the paramedics once on scene. Response Time Requirements 1. Compliance is achieved when 90% or more of responses within the City s incorporated limits are achieved by arriving within 6 minutes of dispatch. Dispatch starts from the time a valid location is confirmed and the ambulance service is notified of the incident. 2. Proposer must identify the Computer Aided Dispatch (CAD) software used and will be required to provide an audit trail for each dispatch as requested including any original stamped times and any manual changes made to Dispatch and EMD records, the proposer must indicate what assistance it will provide the City in achieving EMD certification in its Dispatch Center. Response Time Exceptions and Exemption Requests 1. The contractor shall maintain mechanisms for reserve production capacity to increase production should temporary system overload persist. However, it is understood that from time to time unusual factors beyond the contractor s reasonable control may affect achievement of the specified response time requirement. These unusual factors are limited to unusually severe weather conditions, declared disasters, or periods of unusually high demand for emergency services. 5

9 2. Equipment failures, traffic congestion, ambulance failures, dispatch errors, inability to staff units, and other causes will not be grounds for granting an exception to compliance with the response time requirements. 3. If the contractor thinks that any response or group of responses should be excluded from the compliance calculations due to unusual factors beyond the contractor s reasonable control, the contractor may provide detailed documentation to the city and request that they exclude these runs from response time calculations and late penalties. Medical Oversight The provider must furnish a Medical Director at their expense. The Medical Director will also serve in the same capacity for the City of El Reno EMR, Fire Department and/or Police Department. The Medical Director/contractor must provide a set of protocols for all clinical care, dispatchers, and medical care. The Medical Director shall have the following duties: 1. Develop medical protocols for ambulance and periodically revise same. Medical protocols provide guidance in the patient care, treatment and transportation for emergency medical technicians and paramedics. The protocols should also provide a standard to evaluate patient care and a template for quality improvement. 2. Develop Communication Center protocols and periodically revise the same. Dispatch protocols shall provide guidance for prioritizing the urgency of a response to a request for medical assistance. 3. The Medical Director will periodically evaluate the performance of employees and will oversee the in-service and audit programs to ensure quality. 4. Conduct medical audits of individual cases as requested by the City. Ambulance Fleet Proposers must provide a detailed plan for the management of the ambulance fleet, support vehicles, and equipment. At a minimum, this plan should provide detailed specifications that describe the vehicles and equipment to be used. The City requires that the specified ambulances meet the following minimum 6

10 standards: 1. Minimum fleet size of 150% of proposed peak deployment (2 ambulances). 2. All ambulances must meet Federal Specification KKK-1822 and be certified by the manufacturer to meet these specifications. 3. All ambulances must be specified and constructed to transport two (2) patients, one (1) contractor paramedic, one (1) Fire Department First Responder in the patient compartment, and one (1) family member in the front passenger seat as well as the contractor s driver without exceeding the Original Equipment Manufacturer s specified Maximum Gross Vehicle Weight while fully equipped and fueled. 4. All ambulances shall be equipped with VHF analog/digital (DMR) radios capable of communicating with local fire and law enforcement dispatch. Proposers must fully describe their vehicle maintenance program designed to prevent vehicle malfunctions and critical failures. Communication Center If contractor chooses to furnish and manage ambulance dispatch and communication services, such services shall include, but are not limited to, dispatch personnel, in- service training, quality improvement monitoring, and related support services. The contractor shall utilize a computer-aided dispatch system to record dispatch information for all ambulance requests. The CAD time recording system shall include the date, hour, minutes, and seconds. All radio and telephone communications, including pre-arrival instructions and time track, must be recorded and kept for a minimum of ninety (90) days. The computer-aided dispatch system shall meet the reporting requirements as specified herein. Dispatch Computer 1. The dispatch computer supplied by the contractor shall be capable of the following: a. Electronic data entry of every response on a real time basis b. Prioritization of deployment planning; displaying calls received for runs pending, runs in progress, transfers scheduled up to twenty-four (24) hours in advance, and status of ambulance resources available for service c. Continuous display of unit time in each response status: Automatic display of units exceeding pre-determined time in status criteria for deployment and crew safety. 7

11 d. Immediate recall on any current, previous, or pre-scheduled run for inquiry by date, Incident number, location, or patient name e. On-line, real-time visual display showing a deployment plan and prioritization of area coverage for that time of day and day of week g. Simultaneous and continuous printed logs of deployment h. Security features preventing unauthorized access or retrospective adjustment and full audit trail documentation 2. The contractor s electronic data system must be capable of producing the following reports to be utilized in measuring response time compliance: a. Emergency life-threatening and non-life-threatening response times by priority b. Unscheduled non-emergency and scheduled non-emergency response times by priority c. Out-of-chute response times by crew members d. On-scene times e. Emergency and non-emergency responses by hour and day f. Dispatch personnel response times reports g. Canceled run report h. Demand analysis report 3. In addition, the contractor shall fully complete a manual dispatch card approved by the city for each dispatch of an ambulance when the computer is inoperable. The contractor s personnel, following the resumption of normal service of the CAD system, shall enter manual dispatch cards into the CAD system. 4. Personnel, Staffing and Emergency Medical Dispatch (EMD) Communications call-takers must provide medically appropriate priority dispatch and pre-arrival instructions using Medical Priority Dispatch Systems protocols approved by the city. 5. Medical communications workers shall, at a minimum, be certified in emergency medical dispatch (EMD). The contractor shall provide comprehensive internal orientation and testing encompassing EMD certification, CAD system use, system familiarity, and mapping. 6. The contractor must utilize medical dispatch protocols and pre-arrival instructions approved by the Fellows of the National Academy of EMS Dispatch. The dispatch priorities are subject to change by the Medical Director. 8

12 III. ADMINISTRATION Insurance and Indemnity Provisions Throughout the term of the contract, and any extensions thereof, contractor shall procure, pay for, and maintain the minimum insurance coverage and limits as provided for herein. This insurance shall be evidenced by delivery to entities of certificates of insurance written by one or more insurance companies with an A.M. Best rating of A or better, licensed to do business in the State of Oklahoma and acceptable to the City. These insurance certificates shall list coverage and limits, expiration dates, and terms of policies, and the names of all carriers issuing or reinsuring these policies if policies are layered or quota share arrangements. Insurance requirements shall remain in effect throughout the term of this Agreement. The following coverage shall be provided: 1. Commercial general liability insurance, on an occurrence basis, including but not limited to the following limits unless otherwise stated by exception herein: Each Occurrence: $1,000,000 Personal & Advertising Injury: $1,000,000 Products/Completed Operations $1,000,000 General Aggregate: $3,000,000 Fire Legal Liability: $100, Automobile Liability Insurance shall protect the contractor against claims for bodily injury and/or property damage arising out of the ownership or use of any owned, hired and/or non-owned vehicle with limits of at least $1,000,000 Combined Single Limits. The physical damage to any vehicle of the Contractor, including portable equipment, is the responsibility of the Contractor. 3. Professional medical liability insurance, including errors and omissions, with minimum limits of not less than One Million and 00/100 Dollars ($1,000,000.00) per occurrence and One Million and 00/100 Dollars ($1,000,000.00) annual aggregate. 4. Worker s compensation coverage to statutory limits as required by law; employer s liability insurance of not less than One Million and 00/100 Dollars ($1,000,000.00) bodily injury by incident, and One Million and 00/100 Dollars ($1,000,000.00) bodily injury by disease, for each employee. 5. Umbrella coverage in the amount of at least Ten Million and 00/100 Dollars ($10,000,000.00) shall be provided as additional coverage to all underlying liability policies (including Professional Liability). This policy may be written 9

13 as a Form Following Excess policy. 6. Tail insurance coverage for a period of not less than five (5) years after the termination of this Agreement for any policy written on a claims made basis. All such insurance shall name City of El Reno, OK, their agents and employees as additional insureds, in relation to the General, Auto and Umbrella liability programs outlined above, in amounts equal to the statutory state liability limits. The City must receive at least thirty (30) days prior written notice of any expiration, cancellation, non-renewal, or material change in coverage of contractor s insurance coverage. Nothing shall absolve contractor of this requirement to provide notice. i. The Contractor shall be responsible for any third party dishonesty allegations and may either insure or self-insure. The city will not be liable for any third party dishonesty allegations. ii. The Contractor shall be responsible for any Employment Practices Liability allegations. The city will not be liable for any employment related allegations between the Contractor or their employees" Indemnity and Hold Harmless Provisions 1. Except as limited below, the contractor shall release, hold harmless, and indemnify the city, its officers, elected officials, and employees from all claims, suits, actions, proceedings, judgments, demands, losses, damages, liabilities, costs, and expenses, including attorneys fees, of any kind arising directly or indirectly out of any act or omission of the contractor, its employees, subcontractors, or agents in connection with the Agreement. Contractor s indemnification obligations shall not apply to the extent any liability for loss or damage is caused by the sole negligence, gross negligence, or willful misconduct of the city, its officers, or employees. 2. If a claim or legal action covered by these provisions is asserted or brought against the city, the contractor shall pay any and all reasonable legal expenses that the city shall incur in connection with such claim or action. The right to choose which attorneys shall represent the city in any such claim or legal action shall be at the sole discretion of the city; provided, however, the contractor is liable to pay for such legal expenses only to the extent that they are reasonable. The term "legal expenses" as used in this provision shall include, but not be limited to, reasonable attorneys' fees, paralegal and legal support staff expenses, costs of 10

14 arbitration, mediation, expert witnesses, exhibits, reasonable investigations, and reimbursement for all time, expense, and overhead of all city personnel or consultants assisting in the defense of the legal action or in responding to or investigating a claim or demand. Limitation of Damages In no event shall the city be liable to contractor or to any third party for any incidental, indirect, consequential, special, or punitive damages arising out of or relating to the Agreement, including but not be limited to any claims for lost business or profit, regardless of whether the city had been advised of the possibility of such damages. By way of example and not limitation, the city shall not be liable to contractor for any claims of lost business or profit arising out of any finding of breach or declaration of default by the city, even if it is later determined that such finding or declaration was made in error. Sealed Submission Proposers are directed to submit an original, so marked, and five (5) copies of their proposal, signed by a person authorized to bind the proposer and one (1) electronic submission on a thumb drive included with the original submission. All proposals must be turned in by January 2, 2019 at 4pm CST, sealed and labeled on the outside of the sealed container with the following information: CITY OF EL RENO RFP # DO NOT OPEN. Attn: Lindsey Grigg, City Clerk 101 N. Choctaw El Reno, Oklahoma

Services Agreement for Public Safety Helicopter Support 1

Services Agreement for Public Safety Helicopter Support 1 SERVICES AGREEMENT FOR PUBLIC SAFETY HELICOPTER SUPPORT BETWEEN THE CITY OF HUNTINGTON BEACH AND THE CITY OF NEWPORT BEACH This ("Agreement") is made by and between the City of Huntington Beach, a California

More information

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 RETURN PROPOSALS TO: Rhetta Hogan Finance Department City of Yreka 701 Fourth Street Yreka, CA 96097 DEADLINE FOR

More information

Management of Jobing.com Arena

Management of Jobing.com Arena Request for Proposal Related to: Management of Jobing.com Arena Issued by: (Date) Introduction The (City), through its Materials Management Department, is accepting responses to this Request for Proposal

More information

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties. SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office

More information

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office and

More information

City of Albany, New York Traffic Engineering

City of Albany, New York Traffic Engineering City of Albany, New York Traffic Engineering REQUEST FOR PROPOSALS FOR THE PROVISION OF ENGINEERING SERVICES Traffic Signal Design Services RFP No. TE-11-001 November 15, 2011 SECTION 1: PURPOSE 1.1 The

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)

More information

MASTER SUBCONTRACT AGREEMENT

MASTER SUBCONTRACT AGREEMENT MASTER SUBCONTRACT AGREEMENT This Master Subcontract Agreement ( Subcontract ), made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter

More information

General Conditions for Consultancy Services Agreements

General Conditions for Consultancy Services Agreements Tebodin Middle East Ltd. P.O. Box 2652, Abu Dhabi, United Arab Emirates General Conditions for Consultancy Services Agreements 6 01.08.2016 Effective date definition changed and Vendor Declaration added

More information

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT Sanitary Sewer Rehabilitation Design Services [name of consultant] This agreement, made and entered into this day

More information

1355 Southfield Rd. Lincoln Park, MI The City of Lincoln Park is accepting sealed bids for Ambulance Services for our citizens.

1355 Southfield Rd. Lincoln Park, MI The City of Lincoln Park is accepting sealed bids for Ambulance Services for our citizens. City of Lincoln Park 1355 Southfield Rd. Lincoln Park, MI 48146 INVITATION FOR PROPOSALS The City of Lincoln Park is accepting sealed bids for Ambulance Services for our citizens. Sealed bids must be returned

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES CITY OF SUISUN CITY CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES THIS CONTRACT SERVICES AGREEMENT (herein Agreement ) is made and entered into this day

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas REQUEST FOR PROPOSAL CONCESSION OPERATIONS for The City of Sherman, Texas Prepared By: City of Sherman Finance Department 405 N. Rusk St. P.O. Box 1106 Sherman, Texas 75091-1106 Craig Long Budget Analyst

More information

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE SECTION 1: PURPOSE. 1.1 The County of Greene hereby requests proposals from interested

More information

WEST VALLEY SANITATION DISTRICT

WEST VALLEY SANITATION DISTRICT WEST VALLEY SANITATION DISTRICT Request for Proposal (RFP) for Independent External Audit Services RFP #: FIN 2015 1 Schedule of Key Events: RFP Release Date: April 14, 2015 Written Questions Due: 4:00

More information

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water)

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water) MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water) THIS MASTER PURCHASE AGREEMENT (this Agreement ) is made and entered into this day of, 201 (the Effective Date ), by and between

More information

Sample. Sub-Contractor Insurance & Indemnification Agreement

Sample. Sub-Contractor Insurance & Indemnification Agreement Sample Sub-Contractor Insurance & Indemnification Agreement This Agreement, as negotiated herein, is entered into by and between Subcontractor and Parish/School. For good and valuable consideration, the

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING Release Date: Friday, January 19, 2018 Due Date: Friday, February 16, 2018, 4:00 p.m. Housing Programs

More information

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion Page 1 of 11 Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion The Town of Wilton (the Town) will receive sealed qualifications

More information

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services ADVERTISEMENT FOR BIDS Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services until 11:00 a.m. on Thursday, December 11, 2015, at City Hall, One Municipal Plaza,

More information

INVITATION TO SUBMIT PROPOSALS FOR THE PROVISION OF

INVITATION TO SUBMIT PROPOSALS FOR THE PROVISION OF INVITATION TO SUBMIT PROPOSALS FOR THE PROVISION OF EMERGENCY MEDICAL SERVICES FOR THE GRASSLANDS CAMPUS FOR THE WESTCHESTER COUNTY DEPARTMENT OF SOCIAL SERVICES 112 EAST POST ROAD WHITE PLAINS, NEW YORK

More information

LEGAL NOTICE REQUEST FOR QUALIFICATIONS. Broome County Multi-Jurisdictional All-Hazard Mitigation Plan Update

LEGAL NOTICE REQUEST FOR QUALIFICATIONS. Broome County Multi-Jurisdictional All-Hazard Mitigation Plan Update LEGAL NOTICE Broome County is seeking REQUEST FOR QUALIFICATIONS (RFQ) from all interested and qualified firms to provide professional services to the Broome County Department of Planning and Economic

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

Page of 5 PURCHASE AGREEMENT

Page of 5 PURCHASE AGREEMENT Page - 1 - of 5 (the Effective Date ) PURCHASE AGREEMENT THIS PURCHASE AGREEMENT (this Purchase Agreement ), dated the date specified above, is by and between (the "Contractor") and (the "Subcontractor").

More information

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT INDEPENDENT CONTRACTOR AGREEMENT WHEREAS Dixie Electric Membership Corporation (hereinafter DEMCO ) is a nonprofit electric membership cooperative authorized to do and doing business in the State of Louisiana;

More information

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES GENERAL INFORMATION 1. Issuing Office: This Request for Proposals (RFP) is issued by the Town of Farmington, Finance Office.

More information

SECTION III: SAMPLE CONTRACT AGREEMENT FOR SERVICES

SECTION III: SAMPLE CONTRACT AGREEMENT FOR SERVICES SECTION III: SAMPLE CONTRACT AGREEMENT FOR SERVICES THIS AGREEMENT made and entered by and between the City of Placerville, a political subdivision of the State of California (hereinafter referred to as

More information

Cooper Heat Treating LLC Terms and Conditions of Order Effective April 2, 2013

Cooper Heat Treating LLC Terms and Conditions of Order Effective April 2, 2013 1. DEFINITIONS - The terms defined in this paragraph shall have the meanings set forth below: 1.1. Customer means Cooper Heat Treating LLC. 1.2. Order means this written Purchase Order between Customer

More information

REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS EMERGENCY MEDICAL AND MICU AMBULANCE SERVICES

REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS EMERGENCY MEDICAL AND MICU AMBULANCE SERVICES REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS EMERGENCY MEDICAL AND MICU AMBULANCE SERVICES REQUEST FOR QUALIFICATIONS #1403-03 RFQ SUBMITTAL DEADLINE: WEDNESDAY, MARCH 26, 2014 REQUEST FOR QUALIFICATIONS

More information

REQUEST FOR STATEMENT OF QUALIFICATIONS FOR TALENT BUYER SERVICES FOR THE CITY OF YUCAIPA SPECIAL EVENTS. DUE DATE: AUGUST 14, 2017 BY 2:00 p.m.

REQUEST FOR STATEMENT OF QUALIFICATIONS FOR TALENT BUYER SERVICES FOR THE CITY OF YUCAIPA SPECIAL EVENTS. DUE DATE: AUGUST 14, 2017 BY 2:00 p.m. REQUEST FOR STATEMENT OF QUALIFICATIONS FOR TALENT BUYER SERVICES FOR THE CITY OF YUCAIPA SPECIAL EVENTS DUE DATE: AUGUST 14, 2017 BY 2:00 p.m. 1.1. PURPOSE 1. INTRODUCTION The City of Yucaipa, hereinafter

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

#REVISED MEMORANDUM OF UNDERSTANDING BETWEEN FULTON COUNTY, GEORGIA AND THE ATLANTA HAWKS FOUNDATION, INC

#REVISED MEMORANDUM OF UNDERSTANDING BETWEEN FULTON COUNTY, GEORGIA AND THE ATLANTA HAWKS FOUNDATION, INC MEMORANDUM OF UNDERSTANDING BETWEEN FULTON COUNTY, GEORGIA AND THE ATLANTA HAWKS FOUNDATION, INC. FOR DONATIONS TO FULTON COUNTY S YOUTH BASKETBALL PROGRAM THIS MEMORANDUM OF UNDERSTANDING ( MOU ) is made

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

REQUEST FOR PROPOSAL COPIERS AND COPIER MAINTENANCE YOUR PROPOSAL MUST BE RECEIVED BEFORE June 28, :00PM

REQUEST FOR PROPOSAL COPIERS AND COPIER MAINTENANCE YOUR PROPOSAL MUST BE RECEIVED BEFORE June 28, :00PM REQUEST FOR PROPOSAL COPIERS AND COPIER MAINTENANCE YOUR PROPOSAL MUST BE RECEIVED BEFORE June 28, 2018 2:00PM PROPOSER S CERTIFICATION We offer to furnish Lewis-Palmer School District the materials, supplies,

More information

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Submission deadline: 4:00 p.m. Wednesday, December 7, 2011 I. General Center Township Butler County,

More information

Just Marry! Online Wedding Agreement THIS AGREEMENT IS YOUR WEDDING EVENT CONTRACT PLEASE READ IT CAREFULLY

Just Marry! Online Wedding Agreement THIS AGREEMENT IS YOUR WEDDING EVENT CONTRACT PLEASE READ IT CAREFULLY Just Marry! Online Wedding Agreement THIS AGREEMENT IS YOUR WEDDING EVENT CONTRACT PLEASE READ IT CAREFULLY By using Just Plan!, our online wedding planning service, selecting and submitting your desired

More information

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-2 2 7-7 0 0 0 F A X 2 2 9-2 2 7-3 2 4 3 w w w. t h o m a s v i l l e. o r g REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES Proposals

More information

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services City of Jeffersontown Request for Qualifications ON-CALL Electrical Services Table of Contents Request of Qualifications I. Invitation and Instructions to Interested Firms II. III. IV. General Provisions

More information

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

REQUEST FOR PROPOSALS TELEPHONE SYSTEM REQUEST FOR PROPOSALS TELEPHONE SYSTEM 360 Main St. Delta, Colorado 81416 Phone (970) 874-7903 Fax (970) 874-6931 www.cityofdelta.net Issue Date: November 30, 2018 Contact: Glen L. Black Submission Deadline:

More information

AGREEMENT BETWEEN THE CITY OF SAN RAFAEL AND MARINWOOD COMMUNITY SERVICES DISTRICT FOR FIRE PROTECTION, EMERGENCY SERVICES, AND PERSONNEL SHARING

AGREEMENT BETWEEN THE CITY OF SAN RAFAEL AND MARINWOOD COMMUNITY SERVICES DISTRICT FOR FIRE PROTECTION, EMERGENCY SERVICES, AND PERSONNEL SHARING AGREEMENT BETWEEN THE CITY OF SAN RAFAEL AND MARINWOOD COMMUNITY SERVICES DISTRICT FOR FIRE PROTECTION, EMERGENCY SERVICES, AND PERSONNEL SHARING The purpose of this agreement is to provide Automatic and

More information

City of La Palma Agenda Item No. 5

City of La Palma Agenda Item No. 5 City of La Palma Agenda Item No. 5 MEETING DATE: November 7, 2017 TO: FROM: SUBMITTED BY: CITY COUNCIL CITY MANAGER Mike Belknap, Community Services Director AGENDA TITLE: Award of Contract to Infrastructure

More information

CLAIMS ADMINISTRATION SERVICES AGREEMENT

CLAIMS ADMINISTRATION SERVICES AGREEMENT CLAIMS ADMINISTRATION SERVICES AGREEMENT This Claims Administration Services Agreement (the "Agreement") is made and entered into by and between XYZ School District ("Client") and Keenan & Associates ("Keenan").

More information

LEGAL NOTICE REQUEST FOR QUALIFICATIONS RFQ For CONSULTANT SERVICES CMAQ-5414(632) ST. CHARLES COUNTY GOVERNMENT ST.

LEGAL NOTICE REQUEST FOR QUALIFICATIONS RFQ For CONSULTANT SERVICES CMAQ-5414(632) ST. CHARLES COUNTY GOVERNMENT ST. LEGAL NOTICE REQUEST FOR QUALIFICATIONS RFQ 18-067 For CONSULTANT SERVICES GATEWAY GREEN LIGHT (GGL) PHASE 4 PE CMAQ-5414(632) ST. CHARLES COUNTY GOVERNMENT ST. CHARLES, MISSOURI St. Charles County is

More information

Subcontract Agreement

Subcontract Agreement S THIS AGREEMENT made as of the day of, 2012 BETWEEN the Contractor: TCL Partners 5212 123 rd Place SE Everett, WA 98208 and the For the Following Project: The Architect for the Project: The Contractor

More information

COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219

COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 Inquiry No. RFQ-3006DF DATE: 29 Please quote the lowest prices at which you will furnish

More information

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services CTH BB from University Dr. to Pond Road CTH C from CTH F to East Co. Line CTH V from Palmer Road to Amberg Posting Date: May

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS For Real Estate Brokerage Services for the Global Center for Health Innovation FIRSTMERIT CONVENTION

More information

AGREEMENT FOR TRANSPORTATION SERVICES

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

More information

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660 CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile

More information

REQUEST FOR SEALED BID

REQUEST FOR SEALED BID REQUEST FOR SEALED BID The City of San Juan is requesting sealed bids for Ambulance Service. Bids are to be addressed to Carmen Gonzalez, Purchasing/Risk Manager, City of San Juan, 709 S. Nebraska Ave,

More information

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building City of Forest Park Request for Proposals Automatic Fire Sprinkler System - Community Building Mandatory Pre-Bid Conference March 4, 2014 at 1:30 pm Bid Deadline March 14, 2014 at 2:00 pm Purpose: The

More information

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL LIQUID CALCIUM CHLORIDE Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

GRAYBAR ATTACHMENT A SPECIAL TERMS & CONDITIONS CONTRACT NO: MA-IS

GRAYBAR ATTACHMENT A SPECIAL TERMS & CONDITIONS CONTRACT NO: MA-IS GRAYBAR ATTACHMENT A SPECIAL TERMS & CONDITIONS CONTRACT NO: 1. THE PRICES, TERMS AND CONDITIONS OF THIS AGREEMENT #, ATTACHMENT A SPECIAL TERMS AND CONDITIONS, ATTACHMENT A_1 SECURITY, EXHIBIT 1 MANUFACTURER

More information

Standard Form of Agreement Between Contractor and Subcontractor

Standard Form of Agreement Between Contractor and Subcontractor Standard Form of Agreement Between Contractor and Subcontractor GENERAL TERMS AND CONDITIONS ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) these General Terms and Conditions,

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

REQUEST FOR PROPOSAL. Information Technology Support Services

REQUEST FOR PROPOSAL. Information Technology Support Services Request for Proposal 1 of 17 www.mdgreenview.ab.ca Box 1079, 4806-36 Avenue, Valleyview, AB T0H 3N0 (780) 524-7600, (780) 524-4307 fax REQUEST FOR PROPOSAL Information Technology Support Services Bid Closing

More information

CHRONIC CARE MANAGEMENT SERVICES AGREEMENT

CHRONIC CARE MANAGEMENT SERVICES AGREEMENT CHRONIC CARE MANAGEMENT SERVICES AGREEMENT THIS CHRONIC CARE MANAGEMENT SERVICES AGREEMENT ("Agreement ) is entered into effective the day of, 2016 ( Effective Date ), by and between ("Network") and ("Group").

More information

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ).

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ). SERVICE AGREEMENT THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ). WITNESSETH: WHEREAS, Owner desires to engage Vendor, as an independent contractor,

More information

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO High Plains Library District (HPLD) invites qualified firm to submit a response to a Request for Proposal for legal

More information

Request for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN

Request for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN Request for Proposal Municipal Facility Space Needs Assessment City of Burnsville, MN The City of Burnsville is seeking proposals from qualified architectural/engineering firms to perform a Municipal Facilities

More information

NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT

NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT EMPLOYEE BENEFITS INSURANCE BROKER AND CONSULTING SERVICES RFP NO. 1516-2 I. INTRODUCTION A. PURPOSE The purpose of this Request for Proposal ( RFP ) is to solicit

More information

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA 52803 REQUEST FOR PROPOSAL Proposal # 680 The Davenport Community School District invites written sealed proposal for Replacement

More information

TOWING SERVICE FRANCHISE AGREEMENT

TOWING SERVICE FRANCHISE AGREEMENT TOWING SERVICE FRANCHISE AGREEMENT 1. IDENTIFICATION This Towing Service Franchise Agreement ( Agreement herein), effective as of the date specified in Section 3 below, is entered into by, ( TOWING CARRIER

More information

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS PROFESSIONAL SERVICE CONTRACT HYDROGRAPHIC & LAND SURVEYING ON-CALL SERVICES RFP Number: ASPA 43-017 AUGUST 2017 Professional Service Contract Request

More information

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018 REQUEST FOR PROPOSAL (RFP) #18-049-53 LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018 RESPONSE DEADLINE: JANUARY 16, 2019 3:00 P.M. CENTRAL STANDARD TIME (CST) TO: KIRSTEN BURMEISTER,

More information

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT This Agreement is made and entered into as of, 20, by and between the PADRE DAM MUNICIPAL WATER DISTRICT (hereinafter referred to as the

More information

Dayton Truck Meet 2019 Vendor Agreement

Dayton Truck Meet 2019 Vendor Agreement Dayton Truck Meet 2019 Vendor Agreement This Vendor Agreement is made effective as of, by and between Truck Fever LLC ("Truck Fever") of PO Box 62641, Fort Myers, Florida 33906, and ("Vendor")of,,. WHEREAS,

More information

BZS TRANSPORT INC. BROKER-CARRIER TERMS AND CONDITIONS

BZS TRANSPORT INC. BROKER-CARRIER TERMS AND CONDITIONS CARRIER TERMS AND CONDITIONS These CARRIER TERMS AND CONDITIONS (these Terms and Conditions ) and any agreed upon pricing documents apply to all transportation services (the Services ) provided by Carrier

More information

INTERGOVERNMENTAL AGREEMENT BETWEEN THE CITY OF GOODYEAR AND THE CITY OF LITCHFIELD PARK FOR FIRE PROTECTION AND EMERGENCY MEDICAL SERVICES

INTERGOVERNMENTAL AGREEMENT BETWEEN THE CITY OF GOODYEAR AND THE CITY OF LITCHFIELD PARK FOR FIRE PROTECTION AND EMERGENCY MEDICAL SERVICES INTERGOVERNMENTAL AGREEMENT BETWEEN THE CITY OF GOODYEAR AND THE CITY OF LITCHFIELD PARK FOR FIRE PROTECTION AND EMERGENCY MEDICAL SERVICES THIS INTERGOVERNMENTAL AGREEMENT FOR FIRE PROTECTION AND EMERGENCY

More information

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE AGREEMENT BETWEEN THE City OF BEVERLY HILLS AND [Consultant S NAME] FOR [BRIEFLY DESCRIBE PURPOSE OF THIS CONTRACT] NAME OF Consultant: insert name of

More information

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS These Insurance & Indemnification Terms & Conditions ( Terms ) are hereby incorporated in and made a part of each and every written

More information

REQUEST FOR PROPOSAL MOBILE AND ONLINE CITIZEN ENGAGEMENT SOLUTION

REQUEST FOR PROPOSAL MOBILE AND ONLINE CITIZEN ENGAGEMENT SOLUTION REQUEST FOR PROPOSAL MOBILE AND ONLINE CITIZEN ENGAGEMENT SOLUTION The Town of Windsor is requesting proposals from qualified firms to provide and host an array of mobile and online public engagement and

More information

Real Estate Management Agreement

Real Estate Management Agreement Real Estate Management Agreement (hereinafter referred to as "Owner") and Interchange Property Management (IPM) (hereinafter referred to as "Manager"), agree as follows: 1. The Owner hereby employs and

More information

WEXFORD COUNTY REQUEST FOR PROPOSALS

WEXFORD COUNTY REQUEST FOR PROPOSALS WEXFORD COUNTY REQUEST FOR PROPOSALS Central Dispatch 911 Center Architectural Services ISSUED BY: WEXFORD COUNTY BOARD OF COMMISSIONERS Date: September 28, 2018 Project Representative: Elaine Richardson

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) Ladue School District hereby invites the submission of proposals for: Real Estate Broker Services The responsive Proposal will comply with all federal, state and local regulations.

More information

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation This is a form agreement for discussion purposes only. It does not constitute a binding offer or contract of Drexel University until all of the terms have been approved and this agreement is executed by

More information

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES DATE: April 8, 2016 PROPOSAL: Q16-131 The Town of Chapel Hill Business Management

More information

SARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY

SARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY SARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY RESOLUTION APPROVING AGREEMENT WITH HDR FOR ENGINEERING SERVICES RELATED TO THE SOUTHERN SARPY COUNTY WASTEWATER TREATMENT STUDY PHASE 2B WHEREAS, Sarpy

More information

1. Agency shall perform the work described in Terms of Agreement, Parargraph 1 of this Agreement.

1. Agency shall perform the work described in Terms of Agreement, Parargraph 1 of this Agreement. b. State shall reimburse Agency one hundred (100) percent of eligible, actual costs incurred in carrying out the Project, up to the maximum amount of state funds committed for the Project. 3. Agency is

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR LEGAL SERVICES 750 Commerce Drive, Suite 110 Decatur, Georgia 30030 TABLE OF CONTENTS PART I INTRODUCTION... PAGE 1.1 Definitions...3 1.2 Profile of the...3 PART II STATEMENT

More information

Snow Removal Services Request for Proposals December 1, April 30, 2019

Snow Removal Services Request for Proposals December 1, April 30, 2019 Township of Warminster Snow Removal Services Request for Proposals December 1, 2017- April 30, 2019 Sealed proposals will be received by Warminster Township at the Township Administrative Offices at 401

More information

Payment Example 2

Payment Example 2 Clinical Trial Agreements - A Moderated Discussion Health Care Compliance Association Research Compliance Conference June 3, 2015 EXAMPLES FOR DISCUSSION 1. PERSONNEL EXAMPLES Personnel Example 1 Institution

More information

City of Loveland, Ohio

City of Loveland, Ohio City of Loveland, Ohio Request for Proposal (RFP) Information Technology (IT) Managed Services Provider Proposals are due by 4:30 PM, November 1, 2017 The City of Loveland is inviting qualified Information

More information

FUNDING AGREEMENT BETWEEN CALIFORNIA HIGHWAY PATROL AND SACRAMENTO TRANSPORTATION AUTHORITY

FUNDING AGREEMENT BETWEEN CALIFORNIA HIGHWAY PATROL AND SACRAMENTO TRANSPORTATION AUTHORITY Agreement No. 1 FUNDING AGREEMENT BETWEEN CALIFORNIA HIGHWAY PATROL AND SACRAMENTO TRANSPORTATION AUTHORITY THIS AGREEMENT, is made and entered into this 9th day of April, 2009, by and between the California

More information

The schedule of events associated with this Request for Proposals (RFP) is as follows: RFP release date: July 01, 2016

The schedule of events associated with this Request for Proposals (RFP) is as follows: RFP release date: July 01, 2016 1.0 EXECUTIVE SUMMARY 1.1 The Cyril E. King Airport (CEKA), St. Thomas, Virgin Islands is owned and operated by The Virgin Islands Port Authority. The CEKA is located at #70 Lindbergh Bay. The CEKA enplanes

More information

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE REQUEST FOR PROPOSALS Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE Issued by the: Economic Development Corporation of the City of Detroit

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR AUDIT SERVICES FOR THE COLQUITT COUNTY BOARD OF COMMISSIONERS COLQUITT COUNTY, GEORGIA June 6, 2017 TABLE OF CONTENTS 1. 0 INTRODUCTION 1.1 Purpose for Request for Proposal (RFP)

More information

AGREEMENT FOR WORK TO BE PERFORMED BY KING COUNTY ROAD SERVICES DIVISION

AGREEMENT FOR WORK TO BE PERFORMED BY KING COUNTY ROAD SERVICES DIVISION AGREEMENT FOR WORK TO BE PERFORMED BY KING COUNTY ROAD SERVICES DIVISION THIS AGREEMENT is made and entered into by and between King County ( the County ) and the City of Medina, ( the City ). RECITALS

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

Request for Proposal

Request for Proposal San Mateo County Mosquito and Vector Control District Request for Proposal Professional Auditing Services Date of Issuance: December 8, 2017 Submittal Deadline: January 19, 2018 4:00 PM 1 I. INTRODUCTION

More information

Civil Design Consultants, Inc.

Civil Design Consultants, Inc. Civil Design Consultants, Inc. AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES Project: CLIENT: Dakota Ridge waterline replacement Dakota Ridge Homeowner s Association ENGINEER: Civil Design Consultants,

More information

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL DOCUMENT SHREDDING February 26, 2015 The New York Liquidation Bureau ( NYLB ) carries out the responsibilities of the Superintendent of Financial Services

More information

SCHOOL STAFFING AGREEMENT

SCHOOL STAFFING AGREEMENT SCHOOL STAFFING AGREEMENT This School Staffing Agreement (hereinafter Agreement ) is entered into this 21 day of July, 2016, by and between Southern Lehigh School District located at 5775 Main Street.

More information

REQUEST FOR PROPOSALS. For. Consulting Services for Enterprise Resource Planning (ERP) System Requirements Analysis and RFP Development

REQUEST FOR PROPOSALS. For. Consulting Services for Enterprise Resource Planning (ERP) System Requirements Analysis and RFP Development REQUEST FOR PROPOSALS For Consulting Services for Enterprise Resource Planning (ERP) System Requirements Analysis and RFP Development Proposal Issue Date August 22, 2017 Proposal Submittal Due Date September

More information

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES October 2, 2015 HUMAN RESOURCES DEPARTMENT 200 AVERY AVENUE MORGANTON, NORTH CAROLINA REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES GENERAL INFORMATION Burke County is located in western

More information

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library PINE MOUNTAIN REGIONAL LIBRARY SYSTEM Request for Quote Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library Submission Date/Time: March 22, 2019, 5:00 pm

More information