REQUEST FOR PROPOSAL FOR ENTERPRISE RISK ASSESSMENT. Mandatory Pre-proposal Teleconference at 2:00 pm local time on Friday, October 23, 2015

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL FOR ENTERPRISE RISK ASSESSMENT. Mandatory Pre-proposal Teleconference at 2:00 pm local time on Friday, October 23, 2015"

Transcription

1 REQUEST FOR PROPOSAL FOR ENTERPRISE RISK ASSESSMENT Mandatory Pre-proposal Teleconference at 2:00 pm local time on Friday, October 23, 2015 Proposals Due by 4:00 PM Local Time Friday, November 6, 2015 Delaware River Port Authority One Port Center 2 Riverside Drive Camden, NJ Attention: Amy Ash Phone: (856) Fax: (856) alash@drpa.org 1

2 DISCLAIMER The contents and information provided in this Request for Proposal are meant to provide general information to interested parties. The successful Respondent will be required to execute an Agreement with the Authority that will govern the rights, duties and obligations between the Authority and the successful Respondent. Accordingly, the terms set forth within this Request for Proposal does not constitute any contract between the Authority and the successful Respondent. Moreover, the Authority accepts no responsibility for any omissions or deletions relating to this Request for Proposal. SOLICITATION LETTER The Delaware River Port Authority of Pennsylvania & New Jersey (hereinafter referred to as DRPA or the Authority ), a quasi-governmental entity, is soliciting proposals from independent qualified consultants or consulting firms to assist the Authority s Board of Commissioners and Office of Inspector General in the development and implementation of a comprehensive Enterprise Risk Assessment program designed to improve operational and departmental processes, enhance communication, promote value creation, identify key risks driving disproportionate gains and/or losses, promote risk optimization, and identify barriers to value losses resulting from extreme risk events. STATEMENT OF RIGHTS 1. To select and enter into an agreement with a Respondent whose proposal best satisfies the interests of the Authority. 2. To determine in the Authority s sole discretion which Respondents are responsive and deemed qualified. The Authority may reject non-responsive proposals without evaluation, but also has the sole discretion to waive minor non-compliance. 3. To issue amendments to this Request for Proposal. 4. To conduct investigations with respect to the qualifications of each Respondent. 5. To negotiate with Respondents for amendments or other modifications to their responses. 6. To modify dates. 7. All responses to this Request for Proposal are at the sole expense of the Respondent and with the express understanding that no claim can be made for reimbursement from the Authority for the expense of preparation or submittal. 2

3 THE AUTHORITY WILL NOT HONOR ANY ATTEMPT BY A RESPONDENT TO DESIGNATE ITS ENTIRE RESPONSE AS PROPRIETARY AND/OR TO CLAIM COPYRIGHT PROTECTION FOR ITS ENTIRE RESPONSE. 3

4 I. INTRODUCTION The Delaware River Port Authority of Pennsylvania and New Jersey ( DRPA ) is a self-financing bi-state authority whose mission is to manage, plan and construct transportation facilities and provide transportation services in the greater Philadelphia/South Jersey area. DRPA operates four toll bridges spanning the Delaware River between the states of New Jersey and Pennsylvania. Its subsidiary, the Port Authority Transit Corporation ( PATCO ), operates a commuter rail transit system between Philadelphia, Pennsylvania and Lindenwold, New Jersey. If you are interested in learning more about DRPA operations, please look at our website: II. PROJECT DESCRIPTION The Authority desires to engage a consultant to work with the Office of the Inspector General (OIG) to develop and implement a comprehensive departmental risk assessment and operational development program to facilitate effective identification of internal and external events that distinguish between risks and opportunities; alignment of risks with tolerances; review of internal controls; supply best practice solutions where needed, and strengthen inter-departmental alignment and collaboration thus enabling employees to effectively carry out their duties and responsibilities. III. SCOPE OF SERVICES TO BE PROVIDED A. Phase I If we, as a public agency, are to effectively identify, assess, and manage risks, the OIG as part of its mission must demonstrate to our Commissioners, executive management, regulators, and the many constituencies that we serve that: DRPA policies, procedures and internal controls have been effectively developed and communicated, and are being adhered to (including governing documents such as the DRPA s Compact, Bylaws, and Reform Resolutions); Mandated requirements defined by law (i.e. labor, environmental and other applicable laws and regulations) have been identified, documented, communicated, and are being properly complied with; Potential business opportunities are being appropriately explored for organizational and operating efficiencies, and cost savings; Specified departmental business objectives are being established, implemented, managed, realized, and analyzed for risk avoidance; Management controls, records retention and compliance responsiveness are being maintained and enhanced; Contractual obligation requirements have appropriate management oversight and are being complied with; Elements of fraud, waste, and inefficiencies are being identified, documented, communicated, and eliminated or effectively minimized; 4

5 The achievement of the Authority s mission and vision is being properly protected and enhanced by continuous strategic planning and identification of process improvement opportunities; Accountability systems and structures are established and adhered to for business continuity. B. Phase II The preeminent goal of a risk assessment program is to realize potential opportunities while managing the adverse effects of risk. The framework established in Phase I will be applicable to the following DRPA departments: Authority Governance (Entity level controls) Finance (Accounting, Finance, Budget, Purchasing / Contract Administration, Payroll) Engineering (including project management and procurement activities) Human Resource Services Information Services Office of the General Counsel (Legal) Operations (including Facilities, Asset Management and Security) Government Relations (Grants Management and Administration) Emergency Management (Homeland Security) Within each department identified in scope, the must achieve objectives (outcomes) are to be documented as well as the risks to the achievement of that objective and formulation of control considerations that would mitigate and contribute to departmental objectives (subject to modification/replacement/or addition during the actual assessment). Remediation plans will be required and proposed to eliminate gaps within identified internal controls that have the potential to result in non-compliance with departmental objectives. The enterprise covenant of the OIG s risk assessment proposal requires eight components: 1. Internal Environment A brief analysis of how risk is viewed and addressed by department, and the environment in which they operate. 2. Objective Setting Objectives must exist before we can identify potential events affecting their environment. The objectives should support and align with the Authority s mission and vision. 3. Event Identification The need to distinguish between risks and opportunities. 5

6 4. Risk Assessment Risks are analyzed, considering likelihood and impact as a basis for determining how they should be managed. 5. Risk Response Avoiding, accepting, reducing or sharing risk; and developing a set of actions to align risks with the Authority s risks tolerances and appetite. 6. Control Activities Policies and procedures are established and implemented to help ensure that risk responses are effectively carried out. 7. Information and Communication Allow employees to carry out their responsibilities. Invest opportunities in our employees and staff to succeed. 8. Monitoring Modifications are made as necessary through on-going assessment and departmental evaluations. IV. DELIVERABLES The Consultant is expected to submit the following deliverables: A Risk Assessment report, with supporting documentation, supporting an evaluation and prioritization of risk and risk exposure by Department (and Departmental processes), based on mutually agreeable risks criteria, and reflecting mitigating controls, identification of control gaps, and recommended internal control solutions to address gaps and best practice solutions to address identified exposures. A detailed Risk Assessment worksheet that can be updated and maintained by the Authority after the completion of this project, reflecting each Departmental risk analysis and risk ratings, along with identification of existing mitigating internal controls, control gaps, and recommended solutions to address existing exposures. V. TIME REQUIREMENTS A. Project Schedule The DRPA anticipates that the following schedule will apply to the Project: SCHEDULE FOR COMPLETION OF ENTERPRISE RISK ASSESSMENT Activity Completion Date RFP Issued October 9, 2015 Mandatory Pre-Proposal Conference October 23, 2015 Proposals Due November 6, 2015 Presentation to Audit Committee for Approval December 1, 2015 Presentation to Board for Approval December 9, 2015 Contract Award January 4, 2016 Draft Work Plan w/ Timeline & Deliverables By January 15,

7 Pre-Assessment Planning Meeting w/ OIG By January 22, 2016 Presentation of DRAFT Work Plan to Audit By January 29, 2016 Committee Initiation of Risk Assessment / Entrance Conference By February 5, 2016 Receipt / Approval of Final Work Plan w/ Timeline By February12, 2016 & Deliverables Project Status Meetings w/ OIG Weekly / Ongoing Receipt of Draft Enterprise Risk Assessment / Report By June 17, 2016 Exit Conference (Department Management & CEO) By July 1, 2016 Presentation of Risk Assessment Results to Audit July 13, 2016 Committ ee Audit Committee s Comments to Draft By July 22, 2016 Receipt of Final Enterprise Risk Assessment / Report By July 29, 2016* Release of DRPA Enterprise Risk Assessment Post July 29, 2016* *Note that the July 29, 2016 deadline is absolute and failure to meet the deadline shall constitute a breach of contract. VI. AUDIT COMMITTEE CONFERENCES A. Introduction / Presentation of Approach and Work Plan Shortly after the award of the contract, the Consultant, working with the Inspector General, shall schedule a meeting / conference call with the Audit Committee leadership, and the Inspector General to introduce their firm and discuss all pertinent items relative to the upcoming risk assessment. B. Intermittent Conferences The Consultant shall attend meetings to discuss any and all pertinent items as needed and requested by the Audit Committee. C. Exit Conference Upon completion of the risk assessment and prior to submission of the final report, the Consultant shall meet with the Audit Committee and Executive Staff of the Authority to discuss the results and recommendations of the completed risk assessment. The scheduled presentation at Audit Committee meeting will be coordinated by the Inspector General. VII. CONTRACTOR PERFORMANCE A. Performance Expectations The Authority has the following performance expectations of the Consultant in providing these services. The Consultant must: 7

8 1. Conduct all activities in accordance with the provisions contained in Contract and associated proposal. 2. Be sensitive to the impact that requests for information or documentation have on the Authority staff s ability to carry out their normal duties and responsibilities. 3. Be on-site in Authority s offices and facilities to conduct interviews, collect information, conduct entrance and exit conferences, or carry out any other activities that require direct interaction with Authority staff or direct examination of Authority documentation. No confidential documentation will be allowed to leave the Authority s premises. The balance of the work should be conducted in the audit firm s offices. 4. Notify the Inspector General and Authority Management prior to the release of the final draft audit report to the discovery of any significant issues. Inform the Inspector General, if Authority staff has not provided sufficient information or adequate documentation requested on a particular topic. Prior to the release of the final draft report, the Consultant will provide Authority management an opportunity to explain its perspective on the reported results and/or provide the necessary documentation or information. 5. Maintain the strictest confidentiality regarding any issues relating to the audit s subject matter prior to the public release of the final audit report. Those within the Authority must have a clear business need to know and those outside the Authority must be authorized by law to receive the information. The Consultant may contact other jurisdictions or agencies to obtain information where the contact is reasonable or necessary to complete the risk assessment. 6. Deliver all work products in a timely manner. The final risk assessment report is due to the Authority by July Note that the July 29, 2016 deadline for issuing the final report to the DRPA is absolute and failure to meet the deadline shall constitute a breach of contact. VII. PROPOSAL REQUIREMENTS A. Mandatory Pre-proposal Teleconference There will be a mandatory pre-proposal teleconference on Friday, October 23, 2015 at 2:00PM Local Time. The call-in number Firms should use is (877) Please use participant code number # when you call in. DRPA will ask Firm representatives to identify themselves. Proposals will only be accepted from firms with representatives participating in this mandatory pre-proposal teleconference. All questions to be raised during the pre-proposal teleconference must be submitted in advance via only to Amy Ash, Contract Administrator, at alash@drpa.org. 8

9 Notes of the discussion during the pre-proposal teleconference will be compiled by the DRPA and forwarded to all attendees. After the Pre-Proposal conference, additional questions may be submitted by firms represented during the Mandatory Pre-Proposal Teleconference. These questions should also be submitted via to Amy Ash, Contract Administrator, at The Authority s answers thereto will be shared with all Respondents who are then being considered. B. Submission of Proposal The following material is required to be received by 4:00pm Local Time on Friday, November 6, 2015 for a proposing firm to be considered: A master copy (so marked) of a Technical Proposal and ten (10) copies to include the following: 1. Title Page 2. Table of Contents Title page showing the request for proposal subject; the firm's name; the name, address and telephone number of the contact person; and the date of the proposal. 3. Transmittal Letter 4. Detailed Proposal A signed letter of transmittal briefly stating the Respondent's understanding of the work to be done, the commitment to perform the work within the time period, a statement why the firm believes itself to be best qualified to perform the engagement and a statement that the proposal is a firm and irrevocable offer in force for 120 days, for the completion of the management audit. The detailed proposal should follow the order set forth in Section VII. C. of this Request for Proposal. 5. The Respondent shall submit an original of a dollar cost bid in a separate sealed envelope marked as follows: SEALED DOLLAR COST PROPOSAL FOR Delaware River Port Authority FOR ENTERPRISE RISK ASSESSMENT 9

10 6. Respondents should send the completed proposal consisting of the two separate envelopes to the following address: Amy Ash Contract Administrator, Contract Administration Delaware River Port Authority PO Box 1949, 2 Riverside Drive, 7 th Floor Camden, NJ FAXED OR RESPONSES WILL NOT BE ACCEPTED. LATE RESPONSES WILL NOT BE ACCEPTED AND WILL BE RETURNED UNOPENED TO THE RESPONDENT. The phone number to use for express delivery services is (856) C. Technical Proposal 1. General Requirements The purpose of the Technical Proposal is to demonstrate the qualifications, competence and capacity of the firms seeking to undertake an Enterprise Risk Assessment of the Authority in conformity with the requirements of this request for proposal. The Technical Proposal should demonstrate the qualifications of the firm and of the particular staff to be assigned to this engagement, including: a) experience with successfully performing requested service / risk assessment, particularly in performing similar projects for similar government entities; and, b) bios / resumes of project team and their associated experience in performing assignments of this nature. The proposal should also include your approach to project management and risk assessment, as well as a preliminary Work Plan (and timeline) that specifies the method or approach for performing this engagement to completion. The submission of examples of risk assessment templates and / or models would assist evaluators in understanding approach and potential deliverables. Provide references of clients, who you have performed similar risk advisory services in the recent past, particularly those of government related entities. THERE SHOULD BE NO DOLLAR UNITS OR TOTAL COSTS INCLUDED IN THE TECHNICAL PROPOSAL DOCUMENT. The Technical Proposal and Preliminary Work Plan should address all the points outlined in the request for proposal (excluding any cost information which should only be included in the sealed dollar cost bid). 10

11 NO COST FIGURES SHOULD BE INCLUDED IN THE TECHNICAL PROPOSAL D. Sealed Dollar Cost Bid 1. Total All-Inclusive Maximum Price The sealed dollar cost bid should contain all pricing information relative to performing the Enterprise Risks Assessment as described in this request for proposal. The total all-inclusive maximum price to be bid is to contain all direct and indirect costs including all out-of-pocket expenses. The Delaware River Port Authority will not be responsible for expenses incurred in preparing and submitting the technical proposal or the sealed dollar cost bid. Such costs should not be included in the proposal. The first page of the sealed dollar cost bid should include the following information: a. Name of Firm b. Certification that the person signing the proposal is entitled to represent the firm, empowered to submit the bid, and authorized to sign a contract with the Delaware River Port Authority. c. A Total All-Inclusive Maximum Price 2. Rates by each member / billable classification of Project team and Hours Anticipated for Each. The second page of the sealed dollar cost bid should include a schedule of professional fees and expenses that supports the total all-inclusive maximum price. The cost of services described in Scope of Services To Be Provided Section of this request for proposal should be disclosed as separate components of the total all-inclusive maximum price. 3. Out-of-pocket Expenses Included in the Total All-inclusive Maximum Price/Alternative All-Inclusive Maximum Price and Reimbursement Rates Out-of-pocket expenses for firm personnel (e.g., travel, lodging and subsistence) will be reimbursed at the rates used by the 11

12 Delaware River Port Authority for its employees. All estimated out-of-pocket expenses to be reimbursed should be presented on the second page of the sealed dollar cost bid. All expense reimbursements will be charged against the total allinclusive maximum price submitted by the firm. In addition, a statement must be included in the sealed dollar cost bid stating the firm will accept reimbursement for travel, lodging and subsistence at the prevailing Delaware River Port Authority rates for its employees. 4. Rates for Additional Professional Services If it should become necessary for the Delaware River Port Authority to request the Consultant to render any additional services to either supplement the services requested in this RFP or to perform additional work, then such additional work shall be performed only if set forth in an addendum to the contract between the Delaware River Port Authority and the firm. Any such additional work agreed to between the Delaware River Port Authority and the firm shall be performed at the same rates set forth in the schedule of fees and expenses included in the sealed dollar cost bid. 5. Manner of Payment Progress payments will be made on the basis of hours of work completed during the course of the engagement and out-ofpocket expenses incurred in accordance with the firm's dollar cost bid proposal. Interim billing shall cover a period of not less than a calendar month. VIII. EVALUATION AND SELECTION Proposals will be evaluated by a Selection Committee using the following criteria: A. Technical Ability 1. Understanding of the purpose and scope of this engagement. 2. Firm s experience with similar projects (including similar projects for comparable governmental entities). 3. Soundness of technical approach and/or innovative ideas. B. Management and Administration 1. Experience of the project team (project manager and support staff). 12

13 2. Prior success in delivering similar projects. 3. Ability and commitment to complete project tasks in a timely manner and maintain confidentiality. C. Sealed Dollar Cost Bid (Total All-Inclusive Maximum Price) In addition to the criteria above, the DRPA will also consider the following as part of the evaluation process: DRPA is firmly committed to providing employment and contracting opportunities to women and minorities, and/or certified minority and women-owned business enterprises. The inclusion of women and minorities as staff members or management within the proposing firm or partnership, or the inclusion of certified minority and/or women-owned business enterprises as part of the team that will actually perform work for DRPA is of significant importance to the Authority. The final determination and award recommendation will be based on the Authority s evaluation, in its sole judgment, of which proposal best meets the needs of the Authority. Respondents are advised that the Authority reserves the right to meet with Respondents to discuss details of their request for proposal and/or to request written clarification or additional details necessary to clearly understand the request for proposal. All such additional, supplemental or clarifying information may be considered as part of the technical evaluation of the Response. IX. APPROVAL, AWARD, AND EXECUTION OF CONTRACT Once the evaluation process has been completed, DRPA staff will recommend to the DRPA Board, award of a contract to the Respondent whose request for proposal is deemed to be most advantageous to the Authority. The DRPA expects to make an award on or after January 4, The Authority reserves the right to cancel the award of a contract before execution if the Authority deems such cancellation to be in its best interest. In no event will the Authority have any liability for the cancellation of such award. The Respondent assumes the sole risk and responsibility for expenses incurred prior to execution of the contract. DRPA will neither explain its decisions nor debrief unsuccessful Respondents at the conclusion of the process. All Responses supporting and/or subsequent materials will become the property of the DRPA and will not be returned. X. DURATION OF CONTRACT It is anticipated that the term of the contract will be six (6) months from the notice to proceed, with an option unilaterally exercisable by DRPA for an additional six (6) months. DRPA reserves the right to terminate this contract at any time. 13

14 XI. STANDARD CONTRACT CLAUSES Insurance Requirements The CONSULTANT selected will be required to provide insurance of the prescribed types and minimum amounts as set forth below. All insurance policies required shall be maintained in full force until all services under the contract are completed. Each policy shall contain the provision that there will be thirty (30) days prior written notice given to the Authority in the event of cancellation, non-renewal or material change in the policy. Prior to commencing any services under the contract, the CONSULTANT selected shall furnish the Authority with insurance certificates evidencing that the required coverage is in force. The Authority shall not be liable for the payment of any premiums under the foregoing. Neither approval by the Authority nor failure to disapprove insurance certificates furnished by the CONSULTANT selected, shall release the CONSULTANT selected of full responsibility for all liability as set forth in the indemnification clause stated in Save and Hold Harmless. 1. Professional Liability/Errors or Omissions Insurance: CONSULTANT shall maintain insurance covering losses caused by Professional services that arise from the operations described under the scope of services of the RFP and contract. a) Per Claim Limit: $5,000,000 b) Aggregate Limit: $5,000,000 c) If coverage is written on a Claims-made basis, the CONSULTANT warrants that any retroactive date applicable to coverage under the policy precedes the effective date of the contract; and that continuous coverage will be maintained or an Extended Discovery Period will be purchased for a period of one (1) year beginning when the services under the contract are completed. 2. Crime Coverage: CONSULTANT shall maintain insurance covering loss or destruction of Authority Property, money and securities caused by Employee Dishonesty, Theft and Computer Fraud/Funds Transfer Fraud. a) Per Loss: $1,000,000 b) Whether coverage is written on a Loss Sustained Basis or Discovery Basis, CONSULTANT warrants that continuous coverage will be maintained for a period of three (3) years beginning when the services under the contract are completed. c) Joint Loss Payable Endorsement should be added to the policy, naming DRPA as Loss Payee (ISO Form CR2502 or equivalent). 3. Loss or Breach of Data Liability Coverage/Cyber/Privacy Liability: The CONSULTANT shall maintain insurance covering third party (including 14

15 DRPA/PATCO employees) privacy liability claims resulting from theft, loss, or unauthorized display/use of confidential information, such as confidential third party corporate and/or personally identifiable information in your care, custody or control (electronically, on paper, or on a laptop). Such insurance must include coverage for a CONSULTANT employee causing the loss or breach. Coverage shall also be provided for liability arising from any confidential information that will be transferred or any transactions that will occur over the Internet (including breach of confidentiality or credit injury to any DRPA customer or vendor arising out of these Internet activities). Coverage can be combined with the Professional Liability. a) Each Occurrence Limit: $1,000,000 b) Aggregate Limit: $2,000,000 c) If coverage is written on a Claims-made basis, the CONSULTANT warrants that any retroactive date applicable to coverage under the policy precedes the effective date of the contract; and that continuous coverage will be maintained or an Extended Discovery Period will be purchased for a period of one (1) year beginning when the services under the contract are completed. d) The DRPA shall be named as an Additional Insured 4. Workers Compensation and Employers Liability: Statutory benefits as required by the Workers Compensation laws of the Commonwealth of Pennsylvania and The State of New Jersey and reference to such compliance made on all certificates of insurance. a) Workers Compensation Coverage: Statutory Requirements b) Employers Liability Limits not less than: Bodily Injury by Accident: $1,000,000 Each Accident Bodily Injury by Disease: $1,000,000 Each Employee Bodily Injury by Disease: $1,000,000 Policy Limit 5. Automobile Liability: a) Coverage to include: All Owned, Hired and Non-Owned Vehicles (Any Auto) b) Per Accident Combined Single Limit $1,000, Commercial General Liability: a) Occurrence Form with the following limits: (1) General Aggregate: $2,000,000 (2) Products/Completed Operations Aggregate: $1,000,000 (3) Each Occurrence: $1,000,000 (4) Personal and Advertising Injury: $1,000, Commercial Umbrella Liability: a) Occurrence Limit: $2,000,000 b) Aggregate Limit (where applicable): $2,000,000 15

16 c) Policy to apply following form of the Commercial General Liability, Commercial Automobile and Employers Liability Coverages. 8. Self-Insured Retentions / Deductibles: None of the policies of insurance required of the CONSULTANT by this agreement shall contain self-insured retentions, deductibles or any other type of retention in excess of $100,000, unless agreed to in writing by the Authority. 9. Financial Rating and Admitted Status of Insurance Companies: a) A.M. Best Rating: A- (Excellent) or Higher b) A.M. Best Financial Size Category: Class VII or Higher c) With insurance companies lawfully authorized to do business in or on an admitted basis in the jurisdiction in which the services are performed. 10. All policies (that offer election to purchase) shall include (coverage for both Certified and Non-Certified Acts of Terrorism (TRIA). 11. DRPA, PATCO, (including their agents, employees, representatives, officers, directors, stockholders, members and managers) shall be added as ADDITIONAL INSUREDS on all liability policies, except for the Workers Compensation and Professional/Errors & Omissions Liability policies. The coverage offered to the ADDITIONAL INSUREDS on CONSULTANT S policies shall be primary coverage (Non-Contributory) to any other coverage maintained by the ADDITIONAL INSUREDS and shall not permit or require such other coverage to contribute to the payment of any loss. 12. Waiver of Recovery/Subrogation: The CONSULTANT waives all rights of recovery and shall cause its Insurers to waive their rights of subrogation against DRPA/PATCO, and any of their agents and employees for loss or damage covered by any of the insurance maintained by the CONSULTANT pursuant to the contract. 13. It is agreed the CONSULTANT S insurance will not be canceled, materially changed or non-renewed without at least thirty (30) days advance written notice to the DRPA/PATCO. An endorsement or the equivalent of, to all insurance policies, shall contain a 30 day notice of nonrenewal or cancellation except for non-payment of premium 10 days as provided under the PA or NJ Changes Cancellation and Nonrenewal as issued by the insurance companies and such endorsement copy should be provided with the insurance certificates. 14. Any type of insurance or any increase in limits of liability not described above which the CONSULTANT requires for its own protection or on account of statute shall be its own responsibility and at its own expense. 15. The amount of insurance provided in the aforementioned insurance coverages, shall not be construed to be a limitation of the liability on the part of the CONSULTANT or any of their Subconsultants. The carrying of insurance described shall in no way be interpreted as relieving the CONSULTANT of any responsibility or liability under the contract. 16

17 SAVE AND HOLD HARMLESS Consultant agrees to defend, indemnify and protect and hold harmless the DRPA, PATCO, their officers, commissioners, directors, members, agents, servants and employees from and against any and all suits, claims, liabilities, losses, judgments, demands and damages arising from claims by third parties, of whatsoever kind or nature, including, but not limited to, reasonable expenditures for and costs of investigations, hiring of expert witnesses, court costs, counsel fees, settlements, judgments or other expenses recoverable under applicable law, which may be suffered by or accrue against, be charged to or recoverable from the DRPA, PATCO, their officers, commissioners, directors, members, agents, servants and employees regardless of whether a suit has been filed or initiated but only upon receipt of a written notice alleging a wrongful act (collectively Claims ) to the extent arising from the willful misconduct or negligent performance of or omission of performance of the services provided under this Agreement. Consultant explicitly and unequivocally agrees to indemnify and defend DRPA, PATCO, their officers, commissioners, directors, members, agents, servants and employees, against allegations of loss, injuries and damages by Consultant's employees, notwithstanding any Workers' Compensation Act provisions, law or regulations to the contrary. However, Consultant shall not be required to defend or indemnify the DRPA, PATCO, their officers, commissioners, directors, members, agents, servants and employees for that portion of any claim, suit, action, damage or cost which is caused by the willful misconduct, negligent act or omission of the DRPA, PATCO, their officers, commissioners, directors, members, agents, servants and employees. Promptly after receipt by DRPA of notice of any claim, liability or expense, DRPA shall give timely written notice to Consultant, but the omission to so notify the indemnifying party promptly will not relieve the indemnifying party from any liability except to the extent that Consultant shall have been materially prejudiced as a result of the failure or delay in giving such notice. Consultant understands and agrees that the defense and indemnification of the DRPA under the terms and conditions of this document begins when a claim is brought against the DRPA, PATCO, their officers, commissioners, directors, members, agents, servants and employees or the moment the DRPA, its officers, commissioners, directors, members, agents, servants and employees receives notice of the Claim. The obligations of Consultant shall survive the termination of this Agreement or the completion by Consultant of its obligations under this Agreement. TERMINATION Consultant understands and agrees that the Authority hereby reserves unto itself the right to terminate or modify any agreement with the selected firm at any time, for any reason whatsoever, upon giving not less than thirty (30) days prior written notice to the Consultant. In the event of the Authority's exercising such right of termination, the Authority shall be without further liability whatsoever to the Consultant, except that the Authority will reimburse Consultant for services rendered and costs expended, and pay to the Consultant the amount of fee earned by the Consultant to the date of said termination. In the event that the Authority exercises its right to modify any future agreement, Consultant shall have only such rights as may be stated in the Modified Agreement and shall retain no other rights. The Consultant agrees that it shall not be entitled to any damages of any nature whatsoever in the event of such termination or modification other than the aforesaid referenced payments. WORK PRODUCTS All work products and deliverables set forth in the terms of the engagement and prepared by Internal Auditor under this Agreement shall be the property of the Authority. 17

18 All materials provided to Consultant by the Authority, PATCO, their agents or employees to facilitate Consultant s performance of services under this Agreement, are and shall remain the property of the Authority and shall be returned to the Authority at or prior to final payment or other termination of this Agreement, or upon written request by the Authority. All calculations, computations and specifications developed and prepared by the Consultant, in the performance of its services herein and in support of Consultant s work products and deliverables, shall become the property of the Authority, and shall be turned over to the Authority at or prior to final payment or other termination of this Agreement, or upon written request thereof by the Authority. The Authority may request these records be produced in any format in which the records are maintained by Consultant. APPLICATION OF LAWS AND REGULATIONS By entering into this Agreement, the Authority does not consent, either expressly or impliedly, to the jurisdiction or application of any laws, regulations, procedures or requirements of any governmental, quasi-governmental or other political entity which would otherwise not be applicable to the Authority. CONSULTANT - INDEPENDENT CONTRACTOR The Consultant is an independent contractor, and under no circumstances shall it, its servants, agents, subcontractors or employees be or become employees of the Authority in conduct of the work under this Agreement. AUDIT AND INSPECTION OF RECORDS The Consultant shall permit the authorized representatives of the Authority/PATCO to inspect and audit all data and records of the Consultant relating to his performance under this Agreement. CONFIDENTIALITY The Consultant acknowledges that it may have access to the Authority s confidential and proprietary information. Consultant understands and agrees that any such information learned through the course of working for the Authority is confidential and shall not be revealed by Consultant to any third party or upon receipt of a valid Subpoena or Court Order. In the event that the Consultant is served with a Subpoena or Court Order, Consultant shall immediately submit a copy to the General Counsel of the Authority, and allow reasonable time for the Authority to respond in an appropriate fashion to the validity of the document, prior to Consultant s compliance with the Subpoena or Court Order. Confidential and proprietary information, including details of the awarded contract, shall only be used in the performance of work authorized by the Authority. Within thirty (30) days of the expiration or termination of this Agreement, Consultant shall return to the Authority all documents received from the Authority. ASSIGNMENT 18

19 This Agreement and the obligations created hereunder may not be assigned by the Consultant without the express written consent of the DRPA. WAIVER A waiver by any party of a breach or default by the other party of any provision of this Agreement shall not be deemed a waiver of future compliance therewith, and such provisions shall remain in full force and effect. If any provision of this Agreement shall be invalid or unenforceable, in whole or in part, such provision and this Agreement shall be deemed and construed to be modified or restricted to the extent that and in the manner necessary to render the same valid and enforceable, or shall be deemed excised from this Agreement as the case may require. MODIFICATION The parties hereto understand and agree that this Agreement sets forth all the promises, conditions and understandings between them relative to this Agreement and that there are no promises, agreements, conditions or understandings, either oral or written, between the parties other than are herein set forth. No modification, alteration or other change to this Agreement shall be binding unless reduced to writing and signed by a duly authorized representative of the parties hereto. CHOICE OF LAW This Agreement shall be interpreted under the laws of the State of New Jersey and except as otherwise specified herein. All lawsuits arising from this Agreement shall be brought in State or Federal court in the County of Camden New Jersey. SEVERABILITY If any provision of this Agreement shall be invalid or unenforceable, in whole or in part, such provision and this Agreement shall be deemed and construed to be modified or restricted to the extent that, and in the manner necessary to render the Agreement valid and enforceable, or shall be deemed excised from this Agreement as the case may require. 19

20 VENDOR POLITICAL CONTRIBUTIONS POLICY PURPOSE: SCOPE: The following policy is established by the Board of Commissioners (Board) to ensure the Delaware River Port Authority (DRPA) and Port Authority Transit Corp. (PATCO) is conducting business in an open, transparent, and ethical manner. This policy pertains to all bids, proposals, quotes, and/or statements of qualifications submitted to the DRPA and PATCO. Defines the circumstances under which the Authority shall be prohibited from contracting with vendors who make certain political contributions. POLICY: 1. All current and/or prospective vendors seeking to enter into an agreement or otherwise contract to provide any material, supplies or equipment to the Authority, or to acquire, sell, or lease any land or building from the Authority, if such contract or agreement is in excess of $25,000 in value, the vendor will be required to submit a Political Contribution Disclosure Form and a Certification Form prior to the execution of an agreement or contract with the Authority. The business entity shall have a continuing duty to report any contribution it makes during the term of the contract. The political contributions to be disclosed are limited to those made on the local, county, and state levels in Pennsylvania and New Jersey. 2. If a business entity makes a contribution during the term of the contract or agreement, the entity must disclose the contribution within 30 days of the contribution. The entity will be required to disclose the candidate, date of contribution and the amount of the contribution within 30 days of contribution. 3. Definitions "Contribution" means a contribution which is a reportable contribution in accordance with either 25 P.S et. seq. or N.J.S.A. 19:44A-1 et. seq., as applicable, made on or after the date hereof. Business entity means: i. a for-profit entity as follows: A. in the case of a corporation: the corporation, any officer of the corporation, and any person or business entity that owns or controls 10% or more of the stock of the corporation; B. in the case of a general partnership: the partnership itself and any partner controlling 10% or more of the partnership interest; C. in the case of a limited partnership: the limited partnership and any partner controlling 10% or more of the limited partnership interest; 20

21 D. in the case of a limited liability company: the limited liability company and any member controlling 10% or more of the limited liability company; E. in the case of a limited liability partnership: the limited liability partnership and any partner controlling 10% or more of the limited liability partnership; F. in the case of a sole proprietorship: the proprietor; and G. in the case of any other form of entity organized under the laws of this State or any other state or foreign jurisdiction: the entity and any principal, officer, or partner thereof; ii. iii. any subsidiary directly or indirectly controlled by the business entity; any political organization organized under section 527 of the Internal Revenue Code that is directly or indirectly controlled by the business entity, other than a candidate committee, election fund, or political party committee; and iv. with respect to an individual who is included within the definition of business entity, that individual s spouse or civil union partner, and any child residing with the individual, that, this policy shall not apply to a contribution made by such spouse, civil union partner, or child to a candidate for whom the contributor is entitled to vote or to a political party committee within whose jurisdiction the contributor resides unless such contribution is in violation of Section 6 of this policy. 4. It shall be a breach of the terms of any contract with the Authority for a business entity to: (i) knowingly conceal or misrepresent a contribution given or received; (ii) make or solicit contributions through intermediaries for the purpose of concealing or misrepresenting the source of the contribution; (iii) engage or employ a lobbyist or consultant with the intent or understanding that such lobbyist or consultant would make or solicit any contribution, which if made or solicited by the business entity itself, would subject that entity to the restrictions of this policy; (iv) fund contributions made by third parties, including consultants, attorneys, family members, and employees; (v) engage in any exchange or contributions to circumvent the intent of this policy, or (vi) directly or indirectly, through or by any other person or means, do any act which would subject that entity to the restrictions of this policy. 5. A business entity which is determined by the Authority to have willfully and intentionally made a contribution or failed to reveal a contribution in violation of this policy shall be barred by the Authority from contracting with the Authority for up to five years. 21

22 6. Notwithstanding anything contained herein to the contrary, nothing contained herein shall prohibit the Authority from contracting with a vendor where the Chief Executive Officer is authorized to act pursuant to the Emergency Powers provisions under the By-laws. 7. Nothing contained in this policy shall be construed as affecting the eligibility of any business entity to perform a contract with the Authority because that entity made a contribution during the two-year period immediately preceding the effective date of this policy. This policy shall be effective as of January 1, PROCEDURE: Vendors are required to submit a Political Contribution Disclosure Form and a Certification Form on all bids, proposals, quotes, and/or statements of qualifications for contracts in the amount of $25,000 or more. The requested forms must be submitted in a separate sealed envelope from the rest of the proposal. These forms shall not be submitted in the Technical Proposal or Cost Proposal. The Political Contribution Disclosure Form and Certification Form will be forwarded to the OIG for review. OIG will determine whether the Vendor is in compliance with DRPA policy. OIG will also review the Political Contribution Disclosure Form for any potential conflict or direct conflict of interest with members of the Board. OIG will address any potential conflict or actual conflict with the Board member pursuant to OIG guidelines. Failure to submit these forms will result in the disqualification of the Vendor s bid, proposal, quote, or statement of qualification. 22

23 POLITICAL CONTRIBUTION DISCLOSURE FORM This form or its permitted facsimile must be submitted to the Authority in a separately sealed envelope simultaneously with the delivery of a bid for, or prior to the extension or renewal of, any contract with the Authority. Part I Vendor Information Vendor Name: Address: City: State: Zip: The undersigned being authorized to certify, hereby certifies that the submission provided herein represents compliance with the disclosure requirements of the Authority. Signature Printed Name Title Part II Contribution Disclosure Disclosure requirement: Disclosure must include all reportable political contributions over the past four (4) years on the form provided. Please mark None or N/A if no contributions to be disclosed. A blank form does not constitute an acceptable submission. Contributor Name Recipient Name Date Dollar Amount $ 23

24 CERTIFICATION PROHIBITION ON CONTRACTING WITH VENDORS WHO MAKE CERTAIN POLITICAL CONTRIBUTIONS The Proposer hereby certifies that it has not made a contribution that would bar the award of the Contract pursuant to the Prohibition on Contracting with Vendors who Make Certain Political Contributions Policy and shall report any contribution it makes during the term of the Contract. Date Signature Company Name Title 24

Request for Proposals. Grant Management and Administration Services. April 5, 2016

Request for Proposals. Grant Management and Administration Services. April 5, 2016 Request for Proposals Grant Management and Administration Services April 5, 2016 Mandatory Pre-Proposal Conference Thursday, April 14, 2016 at 10:00 AM EST Questions Due Monday, April 18, 2016 at 2:00

More information

RETAIL ELECTRIC GENERATION SUPPLY SERVICE

RETAIL ELECTRIC GENERATION SUPPLY SERVICE INVITATION TO BID RETAIL ELECTRIC GENERATION SUPPLY SERVICE Tuesday, March 13, 2018 Questions Due Date Tuesday, March 27, 2018 by 2 pm EST Bid Due Date Tuesday, April 10, 2018 by 2 pm EST Auction Date:

More information

REQUEST FOR PROPOSALS. Capital Construction Bid Evaluation Review Services Experience Modification Factors. September 6, 2017

REQUEST FOR PROPOSALS. Capital Construction Bid Evaluation Review Services Experience Modification Factors. September 6, 2017 REQUEST FOR PROPOSALS Capital Construction Bid Evaluation Review Services Experience Modification Factors September 6, 2017 Questions Due Friday, September 15, 2017 at 2:00 PM EST Proposals Due Thursday,

More information

Delaware River Port Authority One Port Center 2 Riverside Drive, P.O. Box 1949 Camden, New Jersey

Delaware River Port Authority One Port Center 2 Riverside Drive, P.O. Box 1949 Camden, New Jersey Delaware River Port Authority One Port Center 2 Riverside Drive, P.O. Box 1949 Camden, New Jersey 08101-1949 REQUEST FOR QUALIFICATIONS FOR FINANCIAL ADVISORY SERVICES (RELATED TO BOND ISSUANCE) July 20,

More information

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES On this day of, 2017, the Board of Commissioners of the Port of New Orleans hereinafter sometimes

More information

REQUEST FOR PROPOSAL ARC FLASH HAZARD ANALYSIS. January 8, 2018

REQUEST FOR PROPOSAL ARC FLASH HAZARD ANALYSIS. January 8, 2018 REQUEST FOR PROPOSAL ARC FLASH HAZARD ANALYSIS January 8, 2018 Questions Due Monday, January 22, 2018 by 2:00 p.m. EST Proposals Due Friday, February 9, 2018 at 2:00 p.m. EST Delaware River Port Authority

More information

City of Beverly Hills Beverly Hills, CA

City of Beverly Hills Beverly Hills, CA City of Beverly Hills Beverly Hills, CA REQUEST FOR PROPOSAL For Professional Services for Conducting a Department Needs Assessment and Developing a Grant Funding Strategy to Support City Priority Projects

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

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

AGREEMENT made this day of, 2017, by and between the NEW JERSEY. Street, P.O. Box 990, Trenton, New Jersey , and (the

AGREEMENT made this day of, 2017, by and between the NEW JERSEY. Street, P.O. Box 990, Trenton, New Jersey , and (the ATTACHMENT A REV.1/17/18 FINAL CONTRACT FOR TITLE SERVICES-ON AN AS-NEEDED BASIS AGREEMENT made this day of, 2017, by and between the NEW JERSEY ECONOMIC DEVELOPMENT AUTHORITY (the "Authority or NJEDA"),

More information

Delaware River Port Authority One Port Center 2 Riverside Drive, P.O. Box 1949 Camden, New Jersey

Delaware River Port Authority One Port Center 2 Riverside Drive, P.O. Box 1949 Camden, New Jersey Delaware River Port Authority One Port Center 2 Riverside Drive, P.O. Box 1949 Camden, New Jersey 08101-1949 REQUEST FOR QUALIFICATIONS FOR BOND, TAX and FINANCE COUNSEL July 10, 2009 STATEMENT OF QUALIFICATION

More information

REQUEST FOR PROPOSALS. Regional Transit Security Awareness Campaign Phase IV & V. October 28, Proposals due 2:00 PM November 25, 2014

REQUEST FOR PROPOSALS. Regional Transit Security Awareness Campaign Phase IV & V. October 28, Proposals due 2:00 PM November 25, 2014 REQUEST FOR PROPOSALS Regional Transit Security Awareness Campaign Phase IV & V October 28, 2014 Proposals due 2:00 PM November 25, 2014 Request for Proposals Delaware River Port Authority Regional Transit

More information

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS, REQUIRED INSURANCE and CALIFORNIA LABOR CODE REQUIREMENTS for PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

More information

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES This is an agreement ( Agreement ) by and between the Ventura County Transportation Commission, hereinafter

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

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND This AGREEMENT, is made and entered into this day of, 2019, by and between the CITY OF EL SEGUNDO, a municipal corporation ( CITY ) and,

More information

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS THE FOLLOWING TERMS AND CONDITIONS APPLY TO ALL PURCHASES OF SERVICES BY OR ON BEHALF OF THE CITY OF NAPERVILLE UNLESS SPECIFICALLY PROVIDED OTHERWISE

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

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 FINANCIAL AUDIT SERVICES RETURN TO:

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: Fayetteville School District Business Office ATTN: Lisa Morstad 1000 W, Stone Street Fayetteville, AR 72701 THIS IS NOT A COMPETITIVE BID. The request

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS DELAWARE RIVER JOINT TOLL BRIDGE COMMISSION REQUEST FOR PROPOSALS PENNSYLVANIA-BASED WORKERS COMPENSATION INSURANCE BROKER / RISK MANAGEMENT PROFESSIONAL SERVICES January 11, 2017 I. Description, Objectives

More information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,

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 PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)

More information

Hull & Company, LLC Tampa Bay Branch PRODUCER AGREEMENT

Hull & Company, LLC Tampa Bay Branch PRODUCER AGREEMENT Hull & Company, LLC Tampa Bay Branch PRODUCER AGREEMENT THIS PRODUCER AGREEMENT (this Agreement ), dated as of, 20, is made and entered into by and between Hull & Company, LLC, a Florida corporation (

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

MIDDLESEX COUNTY UTILITIES AUTHORITY

MIDDLESEX COUNTY UTILITIES AUTHORITY MIDDLESEX COUNTY UTILITIES AUTHORITY REQUEST FOR QUALIFICATIONS FOR FINANCIAL INVESTMENT AND ADVISORY SERVICES FOR THE AUTHORITY S SOLID WASTE AND WASTEWATER DIVISIONS DEADLINE: 12:00 NOON ON FRIDAY, FEBRUARY

More information

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH: PROFESSIONAL SERVICES AGREEMENT For On-Call Services THIS AGREEMENT is made and entered into this ENTER DAY of ENTER MONTH, ENTER YEAR, in the City of Pleasanton, County of Alameda, State of California,

More information

SERVICE AGREEMENT CONTRACT NO.

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

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

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25 City of Henderson PO Box 716 Henderson, Kentucky 42419 September 14, 2014 REQUEST FOR PROPOSALS # 14-25 Social Media Services for the City of Henderson s Community Visionary Plan and Comprehensive Plan

More information

Workforce Management Consulting Services

Workforce Management Consulting Services Request for Proposal #40604 Workforce Management Consulting Services For Grand River Dam Authority PROPOSALS TO BE SUBMITTED TO: Grand River Dam Authority Central Purchasing Unit 226 West Dwain Willis

More information

REQUEST FOR PROPOSALS. Towing Services for DRPA and PATCO. October 26, Questions Due Thursday, November 9, 2017 at 2:00 PM EST

REQUEST FOR PROPOSALS. Towing Services for DRPA and PATCO. October 26, Questions Due Thursday, November 9, 2017 at 2:00 PM EST REQUEST FOR PROPOSALS Towing Services for DRPA and PATCO October 26, 2017 Questions Due Thursday, November 9, 2017 at 2:00 PM EST Proposals Due Thursday, November 30, 2017 at 2:00 PM EST Delaware River

More information

Producer Agreement DDWA Product means an Individual or Group dental benefits product offered by Delta Dental of Washington.

Producer Agreement DDWA Product means an Individual or Group dental benefits product offered by Delta Dental of Washington. Producer Agreement This agreement, effective the day of is between DELTA DENTAL OF WASHINGTON, referred to as DDWA in this agreement, and, referred to as Producer in this agreement. In consideration of

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

ARTICLE V Indemnification; Insurance

ARTICLE V Indemnification; Insurance ARTICLE V Indemnification; Insurance 5.1 The Recipient shall act as an independent contractor, and not as an employee, agent, partner, joint venturer, representative or associate of the City, in operating

More information

PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FL. NEW YORK, NY ADDENDUM # 1

PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FL. NEW YORK, NY ADDENDUM # 1 PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FL. NEW YORK, NY 10007 11/7/2018 ADDENDUM # 1 To prospective Bidder(s) on Bid # 55234 for Integrated Pest Management Services at

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

CONTRACT FOR SERVICES RECITALS

CONTRACT FOR SERVICES RECITALS CONTRACT FOR SERVICES THIS AGREEMENT is entered into between the (hereinafter Authority ) and [INSERT NAME] (hereinafter Contractor ) and sets forth the terms of this Agreement. Authority and Contractor

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

Request for Proposal Records Management and Storage September 1, 2017

Request for Proposal Records Management and Storage September 1, 2017 Request for Proposal Records Management and Storage September 1, 2017-1- Table of Contents Page I. DESCRIPTION OF SERVICES... 1 II. SITE VISIT... 1 III. RULES AND INSTRUCTIONS... 1 IV. INSURANCE REQUIREMENTS...

More information

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01 State College Area School District 131 West Nittany Avenue State College, PA 16801-4899 REQUEST FOR PROPOSAL RFP #2010/11-01 RFP Title: Labor Negotiator Release of RFP: July 28 2010 Due Date: September

More information

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES I. PROJECT DESCRIPTION Town of Pembroke Park, Florida ( Town ) is soliciting proposals from interested accounting

More information

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT BUSINESS ASSOCIATE AGREEMENT This Business Associate Agreement (the Agreement ) is entered into this day of, 20, by and between the University of Maine System ( University ), and ( Business Associate ).

More information

REQUIRED AT PROPOSAL STAGE:

REQUIRED AT PROPOSAL STAGE: DATE: February 13, 2019 SUBJECT: ADDENDUM #1-2401 E. PACIFIC COAST HIGHWAY WILMINGTON, CA 90744 The Port of Los Angeles 2401 E. Pacific Coast Highway Wilmington, CA 90744 Request for Lease Proposals Exhibit

More information

PMI of_nw Arkanasas Inc. A DIVISION OF KAUFMANN REALTY

PMI of_nw Arkanasas Inc. A DIVISION OF KAUFMANN REALTY PMI of_nw Arkanasas Inc. A DIVISION OF KAUFMANN REALTY ASSOCIATION MANAGEMENT AGREEMENT This agreement is made and entered into by and between PMI White Horse Property Management Inc. (hereinafter, PMI

More information

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

ENERGY EFFICIENCY CONTRACTOR AGREEMENT ENERGY EFFICIENCY CONTRACTOR AGREEMENT 2208 Rev. 2/1/13 THIS IS AN AGREEMENT by and between PUBLIC UTILITY DISTRICT NO. 1 OF SNOHOMISH COUNTY (the District ) and a contractor registered with the State

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

Cboe Global Markets Subscriber Agreement

Cboe Global Markets Subscriber Agreement Cboe Global Markets Subscriber Agreement Vendor may not modify or waive any term of this Agreement. Any attempt to modify this Agreement, except by Cboe Data Services, LLC ( CDS ) or its affiliates, is

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

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT Effective August 22, 2018, Addendum No. 1 and the applicable attachment(s) is associated with the Invitation for Bid (IFB) seeking bids

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

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

Request for Proposals ( RFP ) to Conduct Annual Audit

Request for Proposals ( RFP ) to Conduct Annual Audit Request for Proposals ( RFP ) to Conduct Annual Audit I. Request to Submit Qualifications The New Jersey Highlands Water Protection and Planning Council ( Highlands Council ) is soliciting services from

More information

Producer Appointment and Commission Agreement

Producer Appointment and Commission Agreement A BETTER WAY TO TAKE CARE OF BUSINESS WASHINGTON REGION Producer Appointment and Commission Agreement This Agreement among Kaiser Foundation Health Plan of Washington ( KFHPWA ), Kaiser Foundation Health

More information

ACTUARIAL SERVICES AGREEMENT. THIS AGREEMENT is made and entered into on this day of,

ACTUARIAL SERVICES AGREEMENT. THIS AGREEMENT is made and entered into on this day of, ACTUARIAL SERVICES AGREEMENT THIS AGREEMENT is made and entered into on this day of, 2016, by and between the EMPLOYEES RETIREMENT FUND OF THE CITY OF FORT WORTH d/b/a Fort Worth Employees Retirement Fund

More information

TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT

TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT This CONSULTING SERVICES AGREEMENT (this Agreement ) is entered into effective as of, by and between Trinity University, an agency and institution of higher

More information

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT BUSINESS ASSOCIATE AGREEMENT THIS BUSINESS ASSOCIATE AGREEMENT (the Agreement ) is entered into this day of, 20, by and between the University of Maine System acting through the University of ( University

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

Lower Township Municipal Utilities Authority. ( Authority or LTMUA )

Lower Township Municipal Utilities Authority. ( Authority or LTMUA ) Lower Township Municipal Utilities Authority ( Authority or LTMUA ) Request for Sealed Qualifications for Professional Services under a Fair and Open Process For Auditing Services 2019 February 1, 2019

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

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

CONTRACTING OPPORTUNITY DESCRIPTION AND APPLICATION FORM

CONTRACTING OPPORTUNITY DESCRIPTION AND APPLICATION FORM CONTRACTING OPPORTUNITY DESCRIPTION AND APPLICATION FORM Title: Goods/Services to be Provided: RFP 31526 Construction Mapping Microsite PGW is seeking proposals from vendors to provide a mapping application

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

JSA PRODUCER AGREEMENT

JSA PRODUCER AGREEMENT JSA PRODUCER AGREEMENT This Producer Agreement (hereinafter, Agreement ) is entered into by and between Jackson Sumner and Associates, Inc. a North Carolina Corporation having its principal place of business

More information

Lower Township Municipal Utilities Authority. ( Authority or LTMUA )

Lower Township Municipal Utilities Authority. ( Authority or LTMUA ) Lower Township Municipal Utilities Authority ( Authority or LTMUA ) Request for Sealed Qualifications for Professional Services under a Fair and Open Process For Bond Counsel 2019 February 1, 2019 to January

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS DELAWARE RIVER JOINT TOLL BRIDGE COMMISSION REQUEST FOR PROPOSALS PENNSYLVANIA-BASED PROPERTY & CASUALTY INSURANCE BROKER / RISK MANAGEMENT PROFESSIONAL SERVICES February 1, 2017 1 REQUEST FOR PROPOSALS:

More information

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.

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

AGREEMENT BETWEEN CITY OF NORTH LAS VEGAS AND [INSERT NAME OF SERVICES PROVIDER]

AGREEMENT BETWEEN CITY OF NORTH LAS VEGAS AND [INSERT NAME OF SERVICES PROVIDER] AGREEMENT BETWEEN CITY OF NORTH LAS VEGAS AND [INSERT NAME OF SERVICES PROVIDER] This Agreement (this AAgreement@) is executed this day of, 2016 by and between the City of North Las Vegas, a Nevada municipal

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

April 27, 2017 REQUEST FOR PROPOSALS (RFP) FOR PROFESSIONAL LAND SURVEYING SERVICES

April 27, 2017 REQUEST FOR PROPOSALS (RFP) FOR PROFESSIONAL LAND SURVEYING SERVICES April 27, 2017 REQUEST FOR PROPOSALS (RFP) FOR PROFESSIONAL LAND SURVEYING SERVICES PROPOSAL DUE: May 23, 2017 City of Oceanside Engineering Division 300 North Coast Highway Oceanside, CA, 92054 (760)

More information

WESTERN STATES CONTRACTING ALLIANCE Tires, Tubes and Services, Utah Contract #MA210

WESTERN STATES CONTRACTING ALLIANCE Tires, Tubes and Services, Utah Contract #MA210 PARTICIPATING ADDENDUM WESTERN STATES CONTRACTING ALLIANCE Tires, Tubes and Services, Utah Contract #MA210 BRIDGESTONE AMERICAS TIRE OPERATIONS, LLC and The State of New Jersey This Participating Addendum,

More information

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST RFP14-1480 Request for Proposal RFP14-1480 SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST DATE OF ISSUE: September 08,, 2014 TO RESPOND BY RESPOND TO: September 22, 2014 3:00

More information

West Hartford Housing Authority Request for Proposals (RFP) HQS Services

West Hartford Housing Authority Request for Proposals (RFP) HQS Services I. INTRODUCTION The West Hartford Housing Authority (WHHA) is seeking proposals from qualified Housing Quality Standard inspection firms (Proposers) to perform HQS inspections of its Housing Choice Vouchers

More information

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT]

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT] ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT] THIS Agreement ( Agreement ) for consulting services is made by and between the City of Pittsburg

More information

City of Merriam, Kansas

City of Merriam, Kansas City of Merriam, Kansas Request for Proposals Auditing Services August 30, 2012 Sections: I. Introduction II. Scope of Requested Services III. Description of the Government IV. Timing of Audit V. City

More information

PAYROLL SERVICE AGREEMENT

PAYROLL SERVICE AGREEMENT PAYROLL SERVICE AGREEMENT YOUR NAME: DATE: This Payroll Services Agreement (this Agreement ) is made as of the day of, 20 for the effective service commencement date of, between Client identified above

More information

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017 COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT Date of Issue: September 25, 2017 Due Date for Proposal: October 6, 2017 COUNTY OF WISE, VA REQUEST

More information

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA

More information

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 SANDY CITY 10000 CENTENNIAL PARKWAY SANDY, UTAH 84070 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 INVITATION FOR BID: This is a formal solicitation of sealed bids which will

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

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

TERMS AND CONDITIONS

TERMS AND CONDITIONS TERMS AND CONDITIONS 1. Agreement; Modification of Terms. These terms and conditions (the Terms ) apply to all orders for, and all sales and rentals of, all equipment ( Equipment ) described in the quotation,

More information

REQUEST FOR PROPOSALS FOR General Counsel Legal Services

REQUEST FOR PROPOSALS FOR General Counsel Legal Services REQUEST FOR PROPOSALS FOR General Counsel Legal Services RFP Issued: October 6, 2017 RFP Submission Deadline: November 1, 2017 Issued by: Colusa Groundwater Authority 100 Sunrise Blvd., Suite A Colusa,

More information

EUGENE WASHINGTON PCORI ENGAGEMENT AWARD PROGRAM: SERVICES CONTRACT AGREEMENT

EUGENE WASHINGTON PCORI ENGAGEMENT AWARD PROGRAM: SERVICES CONTRACT AGREEMENT EUGENE WASHINGTON PCORI ENGAGEMENT AWARD PROGRAM: SERVICES CONTRACT AGREEMENT THIS AGREEMENT is made this day of, 2014 (the Effective Date ) between the Patient-Centered Outcomes Research Institute, a

More information

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN COUNTY of CONTRA COSTA AND RENEW FINANCIAL GROUP LLC

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN COUNTY of CONTRA COSTA AND RENEW FINANCIAL GROUP LLC INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN COUNTY of CONTRA COSTA AND RENEW FINANCIAL GROUP LLC This Indemnification and Insurance Agreement (the Agreement ) is entered into by and between

More information

ADDENDUM #2. Due back on 10/24/18, no later than 11:00 A.M.

ADDENDUM #2. Due back on 10/24/18, no later than 11:00 A.M. PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FLOOR NEW YORK, NY 10007 10/19/2018 ADDENDUM #2 To prospective Bidders on Bid # 54851 - Refuse Removal, Recycling and Disposal Services

More information

STORM DRAIN ENGINEERING DESIGN SERVICES

STORM DRAIN ENGINEERING DESIGN SERVICES City of Imperial Community Development Department STORM DRAIN ENGINEERING DESIGN SERVICES Request for Proposals Project Funded by: SB1, The Road Repair and Accountability Act of 2017 Point of Contact:

More information

DANTE HALL SERVICE AGREEMENT CONTRACT NO.

DANTE HALL SERVICE AGREEMENT CONTRACT NO. DANTE HALL SERVICE AGREEMENT CONTRACT NO. THIS AGREEMENT dated 20 between STOCKTON UNIVERSITY (the "UNIVERSITY") as assignee and sub lessor of Stockton Affiliated Services, Inc., a New Jersey non-profit

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

West Ridge Park Ballfield Light Pole Structural Assessment

West Ridge Park Ballfield Light Pole Structural Assessment Request for Proposal Professional Services October 3, 2017 West Ridge Park Ballfield Light Pole Structural Assessment West Ridge Park 636 Ridge Rd. Highland Park, IL 60035 Submission Deadline: Tuesday,

More information

Deluxe Corporation Purchase Terms and Conditions

Deluxe Corporation Purchase Terms and Conditions Deluxe Corporation Purchase Terms and Conditions The following standard purchase terms and conditions only apply to purchasing transactions (including but not limited to purchase orders) that do not have

More information

To: Dr. Robert O Donnell VI-B. Jeanne Knouse. Date: August 18, Dental Service Agreement

To: Dr. Robert O Donnell VI-B. Jeanne Knouse. Date: August 18, Dental Service Agreement To: Dr. Robert O Donnell VI-B From: Jeanne Knouse Date: August 18, 2016 Re: Dental Service Agreement The attached Dental Services Agreement will be presented at the August 22, 2016 State College Area School

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

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 20 1 4, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal

More information

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 PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals

More information

DRY SWEEPING SERVICES AGREEMENT

DRY SWEEPING SERVICES AGREEMENT DRY SWEEPING SERVICES AGREEMENT This DRY SWEEPING SERVICES AGREEMENT (this Agreement ) is made and entered into this day of, 200_ (the Effective Date ), by and between STANDARD PARKING CORPORATION, a Delaware

More information