SECTION 1 GENERAL INFORMATION

Size: px
Start display at page:

Download "SECTION 1 GENERAL INFORMATION"

Transcription

1 SECTION 1 GENERAL INFORMATION 1.1 Introduction The South Metro WISE Authority (SMWA) requests proposals from qualified consulting engineering firms for the WISE Binney Connection Pipeline Alignment Study. Founded in 2013, SMWA is currently made up of 10 members (special water districts or municipalities located in Douglas and Arapahoe counties) and partners with Denver Water and Aurora Water to provide renewable water resources to WISE members. The Binney Connection Pipeline is phase 2 of the WISE project that will increase WISE s flow capacity from 15 MGD to 30 MGD and will provide the infrastructure needed for WISE to accept (blended or non-blended) water from Aurora Water s Binney Water Treatment Facility. The pipeline will also convey Prairie Waters Project water to Denver Water through the Western Pipeline. This project is a joint venture between SMWA and Denver Water. 1.2 Information for Respondents The Scope of Work for the Request for Proposal (RFP) describes the services required by SMWA for the Binney Connection Pipeline Alignment Study. SMWA will distribute all additional information, schedule changes, and addendums via to all attendees of preproposal meeting as described below. SMWA anticipates the Alignment Study work to begin in the 1 st quarter of 2018 and intends for the work to be completed as soon as possible and no later than the end of If interviews are conducted to select a Respondent, assume a notice to proceed of February 22, If interviews are not conducted to select a respondent, assume a notice to proceed of January 18, Proposals shall be submitted as instructed in the Proposal Submittals Section of the RFP, and will be accepted by SMWA until 3:00 PM, December 12, Preproposal Meeting A mandatory preproposal meeting will be held at the SMWA office on at 1:00 PM on November 16, This meeting will be located at: 8400 East Prentice Avenue, 2 nd Floor Conference Center, Greenwood Village, CO Request for Clarification Requests for clarification concerning the RFP shall be submitted to SMWA in writing and must be received by 5:00 P.M. Mountain Standard Time, November 28, Requests submitted via phone will not be accepted. Responses to requests for clarification will be done in writing, for the benefit of all prospective respondents, in the form of a supplement and without identification of the source of any inquiry. All requests for clarification shall be directed to: By Attention: Mr. Chris Muller, Water Resources/Design Engineer Subject Line: RFP Binney Connection Pipeline Alignment Study chrismuller@southmetrowater.org 1

2 SECTION 2 PROPOSAL INSTRUCTIONS 2.1 Proposal Submittals Proposal submittals shall be clear, accurate, and comprehensive. Submittals shall be a maximum of 15 pages (8 ½ X 11) (double sided pages count as 2 pages), exclusive of the title page, index and/or table of contents, front and back covers, section dividers, references, resumes, estimated budget, and fee schedule. Respondent can include 11x17 tri-fold pages, each one counting as two pages of the 15-page limit (double sided 11x17 pages count as 4 pages). Minimum font size shall be 12-point. Excessive or irrelevant material will not be favorably received. Submittals shall be organized and numbered in the order presented below. Section 1 Section 2 Section 3 Section 4 Section 5 Section 6 Section 5 Section 8 Firm History and Background. Include a brief history of the company and provide any background information that may be relevant to SMWA s alignment study efforts. Project Team Qualifications. List all key personnel and their role in the project. Provide maximum 2-page resumes as an appendix. If sub-consultants are included, identify prior experience working with them as a team and summarize their qualifications. Related Work Experience. Include project descriptions, client references, consultant s personnel involved, and tasks performed. Proposed Project Approach. Include a description of the company s proposed approach to the project. Include an outline of the Alignment Study, the proposed methodology for each section, and interim and final deliverables. Include all relevant project approach information from conceptual level through technical memo. Also discuss project management practices that will be used to control costs and deliver the project on time. The selected respondents project approach will be used as the scope of work for the project contract, so they need to include any language that the respondent would like included in the contract. Project Management Approach. Discuss project management practices that will be used to control costs and deliver the project on time. Discuss quality control and quality assurance approaches that will be utilized for this project. Project Schedule. Based on the project approach, provide a timeline to complete the work included in the project. Identify potential delays that could affect the project schedule. Estimated Budget. Based on the company s proposed approach, provide a cost estimate to complete the Alignment Study. Budget should be broken down by task. Project Management shall be included in the cost of each project task. The budget should be completed to accommodate the tasks as outlined in Section 4.1 below. Contract Modification. The respondent shall identify any modifications requested to the sample SMWA contract that has been attached in Appendix B. 2

3 2.2 Fee Schedule The Respondent shall submit a proposed fee schedule. Respondent s fee schedule shall contain an hourly billing rate for all project personnel and shall identify all items for which a client may be billed in the normal course of a project, as well as any mark-ups on sub-consultants. Any other charges incurred during the normal course of a project should be identified along with the terms for reimbursement/cost recovery. The fee schedule shall be valid through the project contract. 2.3 Submission Eight (8) hard copies and one digital copy of the submittal shall be enclosed in a sealed package and addressed as directed below. Each package shall be legibly marked in the upper left-hand corner with the name and address of the Respondent. Submittals will be accepted until 3:00 PM, December 12, Submittals received after this time and date will not be accepted and will be returned unopened. Submittals shall be sent to the following address (faxes or s will not be accepted): By USPS, FedEx, UPS, or courier delivery: South Metro Water Supply Authority / South Metro WISE Authority 8400 East Prentice Avenue, Suite 315 Greenwood Village, CO Attention: Mr. Chris Muller, Water Resources/Design Engineer Re: RFP Binney Connection Pipeline Alignment Study SMWA reserves the right to reject any or all proposals, including without limitation the rights to reject any or all non-conforming, non-responsive, unbalanced or conditional proposals and to reject the proposal of any respondent if SMWA believes that it would not be in the best interest of SMWA to make an award to that respondent either because the proposal is not responsive or the respondent is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by SMWA. SECTION 3 SELECTION PROCESS 3.1 Proposal Evaluation To receive consideration, all proposals must be received before the closing time specified in the proposal instructions portion of this RFP. Proposal evaluations will occur following the RFP closing date. The following evaluation factors will be used for the evaluation and selection of the Respondent. The order of the listed criteria is not indicative of their priority, weight, or importance. The of the evaluation factors will be as follows: 3

4 Evaluation Factor Weight Team Qualifications 25% Project and Project Management Approach 45% Project Schedule 15% Cost and Fees 15% A. Team Qualifications a. Respondent s team personnel experience, track record, and specific roles in carrying out similar projects. b. Description of qualifications, training experience, education and licenses of the key personnel who will be assigned to the SMWA Project. B. Project Management Approach a. Discussion on cost control, schedule control, and quality control procedures to assure that the project objectives are met. b. Approach to preparing the technical memo and presentations to SMWA Board of Directors, SMWA staff, and Denver Water representatives. C. Project Approach a. Respondent s proposed approach to each section of the Alignment Study outlined in Section 4 below. b. The completeness and competence that the Respondent gives in addressing the scope of work section and demonstrating their ability to accurately prepare the documents required. c. Discussion of constraints, problems, and issues that could occur during the performance of services and suggested approaches to resolving these problems. D. Project Schedule a. The proposed project schedule will be considered in the evaluation of proposals. The project has a tight schedule, early project delivery will be viewed favorably. b. Include a brief explanation of potential complications that could affect the project schedule. E. Cost and Fees a. Fee schedule and cost for the Alignment Study will be considered in the evaluation of proposals. Selection will not be based on lowest cost; cost in relation to qualifications and approach will be considered to ensure SMWA is obtaining the best value. 3.2 Selection of Respondent(s) Proposals will be reviewed, and a shortlist of qualified respondents will be developed. Short-listed respondents will be selected based upon the criteria listed above. Each respondent selected for the shortlist may be invited to interview with a selection committee for the project. The interviews, if held, allow the selection committee to discuss the respondent s qualifications, past project experience, organizational structure specific to this project, proposed project approach, cost 4

5 control measures, and scheduling methods. Interview time and criteria will be distributed at the time of short-list notification. If interviews are held, it is expected that short list notification will occur on December 22, 2017 and interview would be conducted the week of January 8, Upon completion of all interviews, the final selection will be made. This selection will be based on both the written proposal and, if relevant, the interview. SMWA reserves the right to select a respondent without conducting interviews of the short-listed respondents. After a respondent is selected, contract award will be contingent upon successful negotiation and formal approval of a contract by the SMWA Board of Directors. If SMWA cannot reach an acceptable agreement with the top ranked respondent, SMWA may negotiate and contract with the second ranked respondent. SECTION 4 SCOPE OF WORK 4.1 General SMWA requests proposals from qualified consulting engineering firms to provide services for the Binney Connection Pipeline Alignment Study. Firms will be selected based on their qualifications and proposed project approach for the Alignment Study. SMWA anticipates starting the project in January 2018 pending approval from the SMWA. The alignment study will cover the area between Aurora Water s Robertsdale Water Tank and the existing WISE pipeline or the WISE Smoky Hill Tank. The pipeline will need to have a capacity of 30 CFS. A separate contract will evaluate alternatives to connection to the Binney Water Treatment Facility and any required pump stations that will be required to convey flows into the WISE conveyance system. WISE has applied for a Colorado Water Plan Grant to assist in paying for this study. The grant application assumed the alignment study cost of $150,000. SMWA will work with the selected firm to develop alignments to be evaluated in the study. For budgeting and schedule development, at least three alignments shall be considered. SMWA s expectation for this Scope of Work is to conduct a desktop evaluation of alternative alignments. SMWA is not anticipating any geotechnical borings, elevation surveying, wetland delineations, or other field related services. The intent of this project is to use existing publicly available data to identify potential areas of concern. 5

6 4.2 Scope of Work In general, engineering services are requested to address the contents below: Scope Sections Scope Minimum Requirements Project Coordination At a minimum, meetings shall be held with SMWA staff and representatives from Denver Water and Aurora Water at the flowing project milestones: o Project Kickoff Meeting o Draft Memo Presentation o Draft Memo Comments o Final Memo Presentation The selected consultant shall facilitate meetings with SMWA, Denver Water representatives, and Aurora Water representatives. The consultant shall distribute agendas and meeting minutes. The consultant shall identify and facilitate milestone meetings and workshops that are needed in addition to the meeting identified above. The consultant shall coordinate with SMWA on project progress every two weeks at a minimum. Prepare and submit monthly schedule, budget, and project status reports with invoices. Prepare a Project Management Plan to include, at a minimum, the following: Scope, Budget, Schedule, Expectations of SMWA, Project Team Structure, Team Members (with contact information), and Quality Assurance / Quality Control Plan. Land Ownership and Easements Collect property ownership for land along alignment alternatives. Collect existing easement information for alignment alternatives. Provide GIS files and a PDF map of property ownership and easements along the alignments. Meet with Aurora Planning Department to discuss the impacted lands and planned developments in the area. Meet with E-470 Public Highway Authority to discuss the impacted lands located within the E-470 Right of Way. Meet with Arapahoe County to discuss the impacted lands. Provide a list of property owners for each alignment alternative. 6

7 Scope Sections Environmental, Permitting, and Cultural Hydraulic and Pipeline Analysis Opinion of Cost and Construction Schedule Deliverables and Presentation Scope Minimum Requirements Review alignments for and identify any potential wildlife impacts that could affect the permitting or construction schedule for the project. Review alignments for and identify any potential environmental impacts that could affect the permitting or construction schedule for the project. Review alignments for and identify any potential cultural impacts that could affect the permitting or construction schedule for the project. Prepare surface profiles for each alignment alternative to be included with the technical memo. Prepare plan view drawings that show existing utilities along each alignment alternative to be provided with the technical memo. Evaluate the hydraulics of each alignment. o Prepare a hydraulic model to evaluate alignments for flow from 1 MGD to 30 MGD o The analysis shall support the recommendations for pipe sizes and identify the equipment needed along each alignment. Evaluate and recommend pipeline material to be used for the project including cost implication. Evaluate geological impacts based on published geological mapping. Prepare a Class 4 opinion of probable cost for each alignment alternative. o Note that the booster pump station(s) will be included in an opinion of cost for a separate contract. SMWA will provide the coordination between the projects as needed. Provide an estimated project schedule for each alternative that includes permitting and construction time needed for each alternative alignment. Prepare a draft technical memo that compares alignments in the following areas: o Potential easement acquisition impacts o Potential environmental, permitting, and cultural impacts o Hydraulics and pipeline analysis o Estimated construction cost and time to construct Provide a recommendation of the preferred alternative. Address comments provided from SMWA and Denver Water and prepare a final draft of the alignment study technical memo. Present the findings of the study to the WISE Board at a monthly board meeting. All deliverables shall provide 5 hard copies and one electronic copy. 7

8 Appendix A: Map 8

9 Propos ed WISE Binne y C onnect ion Miles PWP Pipeline Robertsdale Tank! Northern Pipeline E Binney WPF! ( Aurora Reservoir Proposed Binney Connection Proposed Reservoir! C! ( SM O KY ARAPAHOE ROAD Water Purification Facility Proposed Binney Connection HI LL R OA D Source: Esri, DigitalGlobe, GeoEye, Earthstar Geographics, CNES/Airbus DS, USDA, USGS, AeroGRID, IGN, and the GIS User Community! C Smoky Hill Tank Reservoirs Western Pipeline Major Roads p ADAMS JEFFERSON Western Pipe lin e Smoky Hill Tank DENVER ADAMS ARAPAHOE DOUGLAS ELBERT 10/31/2017

10 Appendix B: Sample SMWA Contract 9

11 AGREEMENT BETWEEN THE SOUTH METRO WISE AUTHORITY AND TO PROVIDE CONSULTING SERVICES DATE: PARTIES: SOUTH METRO WISE AUTHORITY, a body corporate and politic and a political subdivision of the State of Colorado, 8400 East Prentice Avenue, Suite 315, Greenwood Village, CO ( SMWA ). CONSULTANT NAME, ( Consultant ). RECITALS: A. SMWA wishes to engage Consultant s services to provide the services as more fully described in the following Agreement and Exhibits. TERMS: Section 1. Scope of Services. Consultant shall provide the consulting services to SMWA as described in Exhibit A Scope of Work (the "Work"). Consultant shall bill SMWA for consulting services rendered at the hourly rates designated or compensation schedule in Exhibit B for a total contract amount not to exceed $. Unless otherwise provided in this Agreement, the Consultant shall provide and pay for labor, materials, equipment, tools, utilities, transportation, and other facilities and services necessary for proper execution and completion of the Work. Exhibits A and B may be amended from time to time upon written approval of SMWA and Consultant. Section 2. Term. The term of this Agreement shall be from the date of execution to December 31, In its sole discretion, the SMWA may request proposals from and contract with other Consultants or engineers to provide the same or similar services during the term of this Agreement. The Consultant shall coordinate and cooperate with separate contractors employed by the SMWA. SMWA shall have the right to terminate this Agreement at any time with 30 days written notice to Consultant by providing written notice to Consultant of termination. SMWA's only obligation in the event of termination shall be payment of fees and expenses incurred up to and including the effective date of termination. Section 3. Assignment. This Agreement shall not be assigned by Consultant without the written consent of SMWA. Section 4. Notice. Any notice required or permitted by this Agreement shall be in writing and shall be deemed to have been sufficiently given for all purposes if sent

12 by registered mail, postage and fees prepaid, addressed to the party to whom such notice is to be given at the address set forth on the first page of this Agreement, or at such other address as has been previously furnished in writing to the other party or parties. Such notice shall be deemed given when deposited in the United States mail. Section 5. Exhibits. All exhibits referred to in this Agreement are, by reference, incorporated herein for all purposes. Section 6. Delays. Any delays in or failure of performance by any party of his or its obligations under this Agreement shall be excused if such delays or failure are a result of acts of God, fires, floods, strikes, labor disputes, accidents, regulations or orders of civil or military authorities, shortages of labor or materials, or other causes, similar or dissimilar, which are beyond the control of such party. Section 7. Additional Documents. The parties agree to execute any additional documents or take any additional action that is necessary to carry out this Agreement. Section 8. Entire Agreement. This Agreement represents the entire agreement between the parties and there are no oral or collateral agreements or understandings. This Agreement may be amended only by an instrument in writing signed by the parties. If any other provision of this Agreement is held invalid or unenforceable, no other provision shall be affected by such holding, and all of the remaining provisions of this Agreement shall continue in full force and effect. Section 9. Time of the Essence. Time is of the essence. If any payment or any other condition, obligation, or duty is not timely made, tendered or performed by either party, then this Agreement, at the option of the party who is not in default, may be terminated by the non-defaulting party, in which case, the non-defaulting party may recover such damages as may be proper. Section 10. Waiver. A waiver by any party to this Agreement of the breach of any term or provision of this Agreement shall not operate or be construed as a waiver of any subsequent breach by either party. Section 11. Governing Law. This Agreement shall be governed by the laws of the State of Colorado. Section 12. Binding Effect. This Agreement shall inure to the benefit of, and be binding upon, the parties, their respective legal representatives, successors, heirs, and assigns; provided, however, that nothing in this paragraph shall be construed to permit the assignment of this Agreement except as otherwise expressly authorized herein. Section 13. Indemnification. Consultant expressly agrees to indemnify and hold harmless SMWA or any of its members, officers or employees from any and all claims, damages, liability, or court awards including attorney s fees that are or may be awarded as a result of any loss, injury or damage sustained or claimed to have been

13 sustained by anyone, including, but not limited to, any person, firm, partnership, or corporation, to the extent caused by the negligent acts, errors or omissions of Consultant or any of their employees or agents in performing work pursuant to this Agreement. In the event that any such suit or action is brought against SMWA or one of its members, SMWA and/or the member will give notice within ten (10) days thereof to Consultant. Section 14. Insurance. Consultant shall at its own expense keep in full force and effect during the term of this Agreement insurance sufficient to insure against the liability assumed by Consultant pursuant to the provisions of this paragraph. Consultant shall provide SMWA with a certification, by a properly qualified representative of the insurer that any policy purchased pursuant to this Agreement complies with the conditions required by this Agreement. Consultant shall not be relieved of any liability assumed pursuant to the foregoing paragraph by reason of its failure to secure insurance as required by this Agreement or by reason of its failure to secure insurance in sufficient amounts of sufficient durations, or sufficient types to cover such liability. The required policy shall meet the following conditions: a. The policy limits shall be as follows: 1. Consultant shall purchase and maintain comprehensive general public liability and property damage insurance in an amount not less 1,000,000 per occurrence and $2,000,000 aggregate as well as workers' compensation insurance in the amounts required by law. 2. Professional liability insurance with a limit of not less than $1,000,000. b. The policy shall include SMWA as an additional insured on Consultant s general liability and automobile liability insurance policies. The parties hereto understand and agree that SMWA is relying on and does not waive or intend to waive by this Agreement, any provision hereof, including the provisions of this paragraph, the monetary limitations or any other rights, immunities, and protections provided by the Colorado Governmental Immunity Act, C.R.S. Section , et seq., as from time to time amended, or otherwise available to SMWA. c. The insurers shall give SMWA notification of any cancellation or termination by refusal to renew the policy or any change in coverage of the policy in the manner provided by law. If no such notification is provided by law, the insurer shall give SMWA at least 30 days prior written notification of any cancellation or termination by refusal to renew the policy or of any material change by endorsement in coverage of the policy. d. Consultant shall be responsible for any deductible losses under the policy.

14 e. If the policy is a claims made policy, the Consultant agrees to renew such policy for at least two years after the expiration of this Agreement. f. If the policy is a claims made policy, the retroactive date of any renewal of such policy shall be not later than the date this Agreement is signed by the parties hereto. g. If Consultant purchases a subsequent claims made policy in place of any prior policy, the retroactive date of such subsequent policy shall be no later than the date the Agreement is signed by the parties hereto. A copy of the policies or certificates of insurance acceptable to SMWA shall be filed with SMWA within seven (7) calendar days after the Agreement is signed by the parties hereto. The policies or certificates shall be issued by Consultant and name as the insured Consultant and any of its designated employees or agents. Section 15. Worker s Compensation. Consultant shall at its own expense keep in full force and effect during the term of this Agreement Statutory Worker s Compensation Insurance. Section 16. Subcontractors. Consultant may utilize subcontractors to assist with non-specialized works as necessary to complete projects. Consultant will submit any proposed sub-contractor and the description of their services to SMWA for prior approval. SMWA will not work directly with the subcontractors. Section 17. Independent Contractor. Consultant and SMWA hereby represent that Consultant is an independent contractor for all purposes hereunder. As such, Consultant is not covered by any worker s compensation insurance or any other insurance maintained by SMWA except as would apply to members of the general public. Consultant shall not create any indebtedness on behalf of the SMWA. Section 18. No Third Party Beneficiaries. It is expressly understood and agreed that enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to SMWA and Consultant, and nothing contained in this Agreement shall give or allow any such claim or right of action by any other third party on such Agreement. It is the express intention of the parties that any person other than SMWA or Consultant receiving services or benefits under this Agreement shall be deemed to be an incidental beneficiary only. Section 19. Attorneys Fees and Costs. If either party shall engage legal counsel or bring an action against the other by reason of the breach of any covenant, provision or condition hereof, or otherwise arising out of this Agreement, the unsuccessful party shall pay to the prevailing party reasonable attorney fees and costs, which shall be payable whether or not any action is prosecuted to judgment. The term prevailing party shall include, without limitation, a party who obtains legal counsel or brings an action

15 against the other by reason of the other s breach or default and obtains substantially the relief sought, whether by compromise, settlement or judgment Section 20. Appropriations. Pursuant to C.R.S (2), SMWA has appropriated sufficient funds to pay the amounts due under this Agreement. No change orders or other form of order or directive by SMWA requiring additional compensable work to be performed, which work causes the aggregate amount payable under this Agreement to exceed the amount appropriated for this Agreement, unless written assurance by SMWA that lawful appropriations necessary to cover the additional work have been made. Section 21. Statutory Illegal Alien Worker Provisions. A. Unlawful Employees, Contractors and Subcontractors: Consultant shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Consultant shall not knowingly contract with a subcontractor that (a) knowingly employs or contracts with an illegal alien to perform work under this Agreement or (b) fails to certify to the Consultant that the subcontractor will not knowingly employ or contract with an illegal alien to perform work under this Agreement. B. Verification Regarding Illegal Aliens: Consultant has verified or attempted to verify through participation in the E-Verify of the state of Colorado that Consultant does not employ any illegal aliens or Consultant verifies that Consultant has not been accepted into E-Verify prior to entering into this Agreement. Consultant further verifies that if Consultant has not been accepted in to the E-Verify, Consultant will apply to participate in the E-Verify every three months until Consultant is accepted or this Agreement is completed, whichever is earlier. C. Limitation Regarding E-Verify: Consultant shall not use E-Verify procedures to undertake pre-employment screening of job applicants while performing this Agreement. D. Duty To Terminate A Subcontract; Exceptions: If Consultant obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, the Consultant shall, unless the subcontractor provides information to establish that the subcontractor has not employed or contracted with an illegal alien: (1) notify the subcontractor and SMWA within three days that the Consultant has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and (2) terminate the subcontract with the subcontractor if, within three days of receiving notice that the Consultant has actual knowledge that the subcontractor is employing or contracting with an illegal alien, the subcontractor does not stop employing or contracting with the illegal alien.

16 E. Duty To Comply With State Investigation: Consultant shall comply with any reasonable request of the Colorado Department of Labor and Employment made in the course of an investigation pursuant to C.R.S (5). F. Damages for Breach of Contract: In addition to any other legal or equitable remedy the SMWA may be entitled to for a breach of this Contract, if SMWA terminates this Agreement, in whole or in part, due to Consultant s breach of any paragraph A. through E. of these additional provisions, inclusive, Consultant shall be liable for actual and consequential damages to SMWA. Section 22. Applicable Law. The terms and provisions contained in this Contract shall be governed and construed in accordance with the laws of the State of Colorado. Section 23. Ownership of Documents and Intellectual Property. All reports, data, drawings, specifications, guidelines and any other documents (hard copy or electronic), project specific programming, supporting data, internet and web based processes, programs and web-sites, web-portals and project specific related code prepared by the Consultant in connection with this Agreement created pursuant to the scope of this Agreement, shall be the property of SMWA without license or any other restriction on future use, modification or alteration by SMWA. Section 24. No Waiver of Governmental Immunity. The parties hereto understand and agree that Owner is relying on and does not waive or intend to waive by this Agreement or any provision hereof, the monetary limitations or any other rights, immunities, and protections provided by the Colorado Governmental Immunity Act, C.R.S. Section , et seq., as from time to time amended, or otherwise available to Owner. Section 25. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be effective only upon delivery and thereafter shall be deemed an original, and all of which shall be taken to be one and the same instrument with identical effect as if all parties hereto had signed the same signature page. Any signature and acknowledgment page of this Agreement may be detached from any counterpart of this Agreement without impairing the legal effect of any signatures thereon and may be attached to another identical counterpart of this Agreement, with one or more additional signature and acknowledgment pages attached to it. [Signature Page to follow]

17 SOUTH METRO WISE AUTHORITY: By: Lisa Darling Its: Executive Director CONSULTANT:, a corporation By: as its

18 EXHIBIT A SCOPE OF WORK

19 EXHIBIT B COMPENSATION RATES SCHEDULE

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

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

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

MEMORANDUM OF AGREEMENT SUMMARY

MEMORANDUM OF AGREEMENT SUMMARY MEMORANDUM OF AGREEMENT Project Name/Description: Owner(s): Owner s (Owners ) Address/Phone/Email: Owner Type (circle one): Nonprofit Municipality County Other Property Address/Vicinity: SHF Project Number:

More information

AGREEMENT REGARDING PROVISION OF PROFESSIONAL SERVICES

AGREEMENT REGARDING PROVISION OF PROFESSIONAL SERVICES AGREEMENT REGARDING PROVISION OF PROFESSIONAL SERVICES This Agreement Regarding Provision of Professional Services (the "Agreement") dated as of «Date of Contract», is between «Name of Contractor» ("Contractor")

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 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

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

CONSULTING AGREEMENT

CONSULTING AGREEMENT CONSULTING AGREEMENT This Consulting Agreement (Agreement) is made as of the th day of, 2015, by and between NBS GOVERNMENT FINANCE GROUP, a California corporation, dba NBS ( Consultant ), and CENTRAL

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

Welcome to the Model Residential Owner/Design Consultant Professional Service Agreement

Welcome to the Model Residential Owner/Design Consultant Professional Service Agreement Welcome to the Model Residential Owner/Design Consultant Professional Service Agreement The Council for the Construction Law Section of the Washington State Bar Association prepared this Model Residential

More information

CITY CONTRACT NO. MEMORANDUM OF UNDERSTANDING BETWEEN EMPIRE BUILDERS LLC AND THE CITY OF CHEYENNE

CITY CONTRACT NO. MEMORANDUM OF UNDERSTANDING BETWEEN EMPIRE BUILDERS LLC AND THE CITY OF CHEYENNE CITY CONTRACT NO. MEMORANDUM OF UNDERSTANDING BETWEEN EMPIRE BUILDERS LLC AND THE CITY OF CHEYENNE 1. Parties. This Memorandum of Understanding (MOU) is made and entered into by and between Empire Builders

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

MuniServices, LLC Consultant Services Agreement

MuniServices, LLC Consultant Services Agreement MuniServices, LLC Consultant Services Agreement This Consultant Services Agreement (the Agreement ) is made as of the day of, 2015 ( Effective Date ) by and between MuniServices, LLC, a Delaware limited

More information

Telemetry Upgrade Project: Phase-3

Telemetry Upgrade Project: Phase-3 Telemetry Upgrade Project: Phase-3 Cedar River Water & Sewer District is soliciting Statements of Qualifications from interested consulting engineering firms capable of providing Telemetry/SCADA Engineering

More information

DFI FUNDING BROKER AGREEMENT Fax to

DFI FUNDING BROKER AGREEMENT Fax to DFI FUNDING BROKER AGREEMENT Fax to 916-848-3550 This Wholesale Broker Agreement (the Agreement ) is entered i n t o a s o f (the Effective Date ) between DFI Funding, Inc., a California corporation (

More information

Request for Proposals. General Surveying Professional Services

Request for Proposals. General Surveying Professional Services Provo River Water Users Association Request for Proposals General Surveying Professional Services Provo River Water Users Association 285 West 1100 North Pleasant Grove, Utah 84062 October 29, 2014 Request

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. 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

Mango Bay Properties & Investments dba Mango Bay Mortgage

Mango Bay Properties & Investments dba Mango Bay Mortgage WHOLESALE BROKER AGREEMENT This Wholesale Broker Agreement (the Agreement ) is entered into on this day of between Mango Bay Property and Investments Inc. dba Mango Bay Mortgage (MBM) and ( Broker ). RECITALS

More information

M E M O R A N D U M GLYNN COUNTY MANAGER S OFFICE

M E M O R A N D U M GLYNN COUNTY MANAGER S OFFICE GLYNN COUNTY MANAGER S OFFICE 1725 Reynolds Street, Third Floor, Brunswick, GA 31520 Phone: (912) 554-7401 Fax: (912) 554-7596 www.glynncounty.org M E M O R A N D U M TO: GLYNN COUNTY BOARD OF COMMISSIONERS

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

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

HCAOG CONSULTANT SERVICES CONTRACT FOR PREPARATION OF THE

HCAOG CONSULTANT SERVICES CONTRACT FOR PREPARATION OF THE HCAOG CONSULTANT SERVICES CONTRACT FOR PREPARATION OF THE This is a contract, entered into on, in Eureka, California, between the HUMBOLDT COUNTY ASSOCIATION OF GOVERNMENTS, hereinafter called HCAOG, and,

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 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

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

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

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

CONSULTING AGREEMENT STANDARD TERMS AND CONDITIONS

CONSULTING AGREEMENT STANDARD TERMS AND CONDITIONS CONSULTING AGREEMENT STANDARD TERMS AND CONDITIONS The following Standard Terms and Conditions, together with the attached scope of services constitute the terms of the Agreement between ("Consultant")

More information

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA City of Redmond, Washington Purchasing Division, M/S: 3SFN 15670 NE 85th Street PO Box 97010 Redmond, WA 98073-9710 Request for Proposal The City of Redmond is interested in seeking proposals from qualified

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

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

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

NAPA SANITATION DISTRICT Napa, California

NAPA SANITATION DISTRICT Napa, California NAPA SANITATION DISTRICT Napa, California REQUEST FOR QUALIFICATIONS MST RECYCLED WATER PIPELINE EXTENSION PROJECT (CIP 14726) Issued on November 11, 2015 STATEMENTS DUE: December 8, 2015 AT 2:00 PM In

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

PROFESSIONAL SERVICES AGREEMENT

PROFESSIONAL SERVICES AGREEMENT PROFESSIONAL SERVICES AGREEMENT THIS PROFESSIONAL SERVICES AGREEMENT ( Agreement ) is entered into by and between, a corporation of the State of, whose business address is ( Contractor ) and the Town of

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

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders.

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders. CITY OF LACEY, WASHINGTON REQUEST FOR STATEMENTS OF QUALIFICATIONS # AG-16.0370 GRAPHIC DESIGN, BRANDING, AND USER INTERFACE DESIGN SERVICES March 1, 2018 OVERVIEW The City of Lacey, Washington, is accepting

More information

06/22/2017. acceptance by Provider. The terms of this Order also apply to any Corrective Action required by Company pursuant to Section 3 hereof.

06/22/2017. acceptance by Provider. The terms of this Order also apply to any Corrective Action required by Company pursuant to Section 3 hereof. 06/22/2017 1. Terms of Order This purchase order is an offer by the company identified on the face of this purchase order ("Company") for the procurement of the services specified (the "Services") from

More information

FUNDING ACCOUNT ADMINISTRATIVE SERVICES AGREEMENT BETWEEN PREMERA BLUE CROSS AND

FUNDING ACCOUNT ADMINISTRATIVE SERVICES AGREEMENT BETWEEN PREMERA BLUE CROSS AND FUNDING ACCOUNT ADMINISTRATIVE SERVICES AGREEMENT BETWEEN PREMERA BLUE CROSS AND This AGREEMENT (the "Agreement") is made and entered into by and between Premera Blue Cross ("Health Plan") and the Group

More information

CONSULTING SERVICES AGREEMENT [Lump Sum]

CONSULTING SERVICES AGREEMENT [Lump Sum] MWH CONTRACT No. CONSULTING SERVICES AGREEMENT [Lump Sum] This agreement ( Agreement ), with an effective date of September 20, 2013, is by and between the CITY OF NORTH ROYALTON ( CLIENT ) and MWH Americas,

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

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

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

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

Staff Report. City Council Sitting as the Local Reuse Authority

Staff Report. City Council Sitting as the Local Reuse Authority .q Staff Report Date: July, To: From: Prepared by: Subject: City Council Sitting as the Local Reuse Authority Valerie J. Barone, City Manager Guy S. Bjerke, Director - Community Reuse Planning Guy.bjerke@cityofconcord.org

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

SUBCONTRACT AGREEMENT PROFESSIONAL SERVICES

SUBCONTRACT AGREEMENT PROFESSIONAL SERVICES SUBCONTRACT AGREEMENT PROFESSIONAL SERVICES This Subcontract Agreement (this Agreement ) is made this day of, 20, by and between LARON INCORPORATED, an Arizona corporation ( Contractor ), and ( Subcontractor

More information

Exhibit T ASSIGNMENT OF LICENSES, PERMITS AND CERTIFICATES. Recitals:

Exhibit T ASSIGNMENT OF LICENSES, PERMITS AND CERTIFICATES. Recitals: Exhibit T ASSIGNMENT OF LICENSES, PERMITS AND CERTIFICATES This Assignment of Licenses. Permits and Certificates ( Assignment ) is made effective as of, 20 (the Effective Date ) by and between DESERT MOUNTAIN

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

General Purchase Order Terms and Conditions (Pro-buyer)

General Purchase Order Terms and Conditions (Pro-buyer) 1. Applicability. General Purchase Order Terms and Conditions (Pro-buyer) (a) This purchase order is an offer by GT Exhaust, Inc. (the "Buyer") for the purchase of the goods specified on the face of this

More information

REQUEST FOR PROPOSAL. Architectural and Space Planning Services

REQUEST FOR PROPOSAL. Architectural and Space Planning Services COLORADO HOUSING AND FINANCE AUTHORITY REQUEST FOR PROPOSAL (RFP) COLORADO HOUSING AND FINANCE AUTHORITY 1981 BLAKE STREET DENVER, CO 80202 REQUEST FOR PROPOSAL Architectural and Space Planning Services

More information

CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5

CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5 CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5 1. DELIVERY OF PROPOSALS. It is the Proposer's responsibility

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

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

FIXTURING/INSTALLATION AGREEMENT

FIXTURING/INSTALLATION AGREEMENT Dept Index Contract No. Requisition No. FIXTURING/INSTALLATION AGREEMENT This FIXTURING/INSTALLATION AGREEMENT by and between THE UNIVERSITY OF NORTH FLORIDA BOARD OF TRUSTEES, a public body corporate

More information

REQUEST FOR PROPOSAL. To Provide. Professional Design Services. For. GORE VALLEY TRAIL IMPROVEMENTS Chamonix Road to Matterhorn Circle

REQUEST FOR PROPOSAL. To Provide. Professional Design Services. For. GORE VALLEY TRAIL IMPROVEMENTS Chamonix Road to Matterhorn Circle REQUEST FOR PROPOSAL To Provide Professional Design Services For GORE VALLEY TRAIL IMPROVEMENTS Chamonix Road to Matterhorn Circle Town of Vail Department of Public Works Vail, Colorado REQUEST FOR PROPOSALS

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

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

DEVELOPER EXTENSION AGREEMENT

DEVELOPER EXTENSION AGREEMENT DEVELOPER EXTENSION AGREEMENT SILVER LAKE WATER DISTRICT APPLICATION AND AGREEMENT TO CONSTRUCT EXTENSION TO DISTRICT SYSTEM Project: Developer: The undersigned, Developer (also referred to as Owner )

More information

Staff Report. Scott Conn, Network & Operations Manager (925)

Staff Report. Scott Conn, Network & Operations Manager (925) .b Staff Report Date: April, 01 To: From: Prepared by: City Council Valerie J. Barone, City Manager Joelle Fockler, MMC, City Clerk Joelle.fockler@cityofconcord.org () 1-0 Scott Conn, Network & Operations

More information

--------------------------------------------------------------------------------------------------------------------- AGREEMENT TO INSTALL RESEARCH DEVELOPMENT PLATFORM ---------------------------------------------------------------------------------------------------------------------

More information

AGREEMENT BETWEEN OWNER AND SELLER

AGREEMENT BETWEEN OWNER AND SELLER AGREEMENT BETWEEN OWNER AND SELLER 11-15-2018 THIS AGREEEMENT is effective as of the day of in the year of 2018 by and between the Velasco Drainage District, a political subdivision of the State of Texas,

More information

STREAMGUYS, Inc. Authorized Streaming Agent Agreement Please complete and fax back entire agreement to us at

STREAMGUYS, Inc. Authorized Streaming Agent Agreement Please complete and fax back entire agreement to us at StreamGuys.com P.O. Box 828 Arcata California 95521 (707) 667-9479 Fax (707) 516-0009 info@streamguys.com STREAMGUYS, Inc. Authorized Streaming Agent Agreement Please complete and fax back entire agreement

More information

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES May 10, 2011 GENERAL INFORMATION Introduction The City of Salinas (City) seeks qualification submittals from firms or individuals

More information

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO REQUEST FOR PROPOSAL For 21c Roof Replacement PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO PPLD RFP # 490-18-05 The Pikes Peak Library District (PPLD) invites qualified Roofing Contractors (The Company

More information

POWER PURCHASE and INTERCONNECTION AGREEMENT FOR SNAP GENERATION

POWER PURCHASE and INTERCONNECTION AGREEMENT FOR SNAP GENERATION POWER PURCHASE and INTERCONNECTION AGREEMENT FOR SNAP GENERATION This Agreement, effective the day of, 20 by and between PUBLIC UTILITY DISTRICT NO. 1 OF Chelan COUNTY, WASHINGTON, herein referred to as

More information

Matrix Trust Company AUTOMATIC ROLLOVER INDIVIDUAL RETIREMENT ACCOUNT SERVICE AGREEMENT PLAN-RELATED PARTIES

Matrix Trust Company AUTOMATIC ROLLOVER INDIVIDUAL RETIREMENT ACCOUNT SERVICE AGREEMENT PLAN-RELATED PARTIES Matrix Trust Company AUTOMATIC ROLLOVER INDIVIDUAL RETIREMENT ACCOUNT SERVICE AGREEMENT PLAN-RELATED PARTIES Plan Sponsor: Address: City: State: ZIP: Phone Number: ( ) Tax ID#: Plan and Trust Name(s):

More information

Feasibility Study, and Conceptual Design for the Coastal Rail Trail and Bridge across Loma Alta Creek in the City of Oceanside

Feasibility Study, and Conceptual Design for the Coastal Rail Trail and Bridge across Loma Alta Creek in the City of Oceanside Request for Proposal (RFP) for a Project Study Report (PSR), Feasibility Study, and Conceptual Design for the Coastal Rail Trail and Bridge across Loma Alta Creek in the City of Oceanside The Project The

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

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

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

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

(This Agreement supersedes all prior Agreements) AGREEMENT

(This Agreement supersedes all prior Agreements) AGREEMENT (This Agreement supersedes all prior Agreements) AGREEMENT AGREEMENT, dated day of, 20, between International Transportation & Marine Agency, Inc., a corporation organized and existing under and by virtue

More information

OFFICE OF THE SUMMIT COUNTY SHERIFF

OFFICE OF THE SUMMIT COUNTY SHERIFF OFFICE OF THE SUMMIT COUNTY SHERIFF 970-453-2474 fax 970-453-7329 REQUEST FOR PROPOSAL 2018 VEHICLE TOWING CONTRACT FOR SUMMIT COUNTY, COLORADO Release Date: November 3, 2017 Closing Date: November 24,

More information

SALEM CITY. NET METERING LICENSE AGREEMENT For Customer-Owned Electric Generating Systems of 100kW or Less

SALEM CITY. NET METERING LICENSE AGREEMENT For Customer-Owned Electric Generating Systems of 100kW or Less SALEM CITY NET METERING LICENSE AGREEMENT For Customer-Owned Electric Generating Systems of 100kW or Less This NET METERING LICENSE AGREEMENT ( Agreement ) is between ( Customer ) and Salem City ( Salem

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

REQUEST FOR PROPOSALS Electric Vehicle Supply Equipment

REQUEST FOR PROPOSALS Electric Vehicle Supply Equipment Date: OCTOBER 28, 2013 Proposal Deadline: NOVEMBER 15, 2013 REQUEST FOR PROPOSALS Electric Vehicle Supply Equipment This is a Request for Proposals (RFP) for (2) Electric Vehicle Supply Equipment (EVSE)

More information

REQUEST FOR QUALIFICATIONS. Construction Related Services Retainer Contract

REQUEST FOR QUALIFICATIONS. Construction Related Services Retainer Contract REQUEST FOR QUALIFICATIONS Construction Related Services Retainer Contract ISSUE DATE: January 10, 2017 CLOSING DATE: August 31, 2018 CLOSING TIME: 5:00 PM Pacific Time TABLE OF CONTENTS Page Section I

More information

Botetourt County Public Schools

Botetourt County Public Schools Botetourt County Public Schools Request for Proposals # 18-5000 for Architectural and Engineering Services Related to the Design of a New Elementary School One (1) original and four (4) copies of sealed

More information

Request for Proposal Number #

Request for Proposal Number # COLORADO MOUNTAIN COLLEGE Request for Proposal Number # 526-12 Parking Area Remodel Timberline Campus Due: June 26, 2012 2:00PM Buyer: Steve Boyd Purchasing and Contracts Manager 802 Grand Avenue Glenwood

More information

REQUEST FOR PROPOSAL CITY OF FORT COLLINS P936 Financial Advisory, Investment Banking Consulting Services

REQUEST FOR PROPOSAL CITY OF FORT COLLINS P936 Financial Advisory, Investment Banking Consulting Services REQUEST FOR PROPOSAL CITY OF FORT COLLINS P936 Financial Advisory, Investment Banking Consulting Services The City of Fort Collins is re-opening request for proposal number P-936 for Financial Advisory

More information

REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN GENERAL INFORMATION LOOMIS PARK MASTER PLAN

REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN GENERAL INFORMATION LOOMIS PARK MASTER PLAN REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN Issue Date: August 1, 2016 Proposal Receipt Date: Issuing Office: August 29, 2016, 3:00 PM Parks and Recreation The City of Jackson, Michigan is requesting

More information

SECOND REVISED REQUEST FOR PROPOSALS

SECOND REVISED REQUEST FOR PROPOSALS SECOND REVISED REQUEST FOR PROPOSALS for REPAIR OF HAIL-DAMAGED CITY ROOFS in the CITY OF FORT MORGAN, COLORADO August 22, 2012 REVISED: August 27, 2012 SECOND REVISED: August 28, 2012 Michael Boyer Risk

More information

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # ) REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO (PPLD RFP #490-16-01) Pikes Peak Library District ( PPLD ) invites qualified

More information

PROFESSIONAL SERVICES AGREEMENT FOR PROPOSED MIXED USE DEVELOPMENT REVIEW

PROFESSIONAL SERVICES AGREEMENT FOR PROPOSED MIXED USE DEVELOPMENT REVIEW Attachment 1 STATE OF TEXAS COUNTY OF DENTON PROFESSIONAL SERVICES AGREEMENT FOR PROPOSED MIXED USE DEVELOPMENT REVIEW THIS PROFESSIONAL SERVICES AGREEMENT FOR PROPOSED MIXED USE DEVELOPMENT REVIEW ( CONTRACT

More information

AGREEMENT REGARDING On-Call CONSULTANT SERVICES. Agreement No.

AGREEMENT REGARDING On-Call CONSULTANT SERVICES. Agreement No. AGREEMENT REGARDING On-Call CONSULTANT SERVICES Agreement No. THIS AGREEMENT, made this day of, 20, by and between SOUTHEAST METRO STORMWATER AUTHORITY acting by and through SEMSWA WATER ACTIVITY ENTERPRISE

More information

ANNEX A Standard Special Conditions For The Salvation Army

ANNEX A Standard Special Conditions For The Salvation Army ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,

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

AGREEMENT FOR SERVICES

AGREEMENT FOR SERVICES AGREEMENT FOR SERVICES This AGREEMENT FOR SERVICES (the Agreement ) made as of the date stated below, between the Village of South Lebanon, Ohio, 10 N. High Street, South Lebanon, OH 45065 (the Village

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

RECITALS. NOW, THEREFORE, in consideration of the mutual agreements and covenants herein set forth, it is agreed as follows:

RECITALS. NOW, THEREFORE, in consideration of the mutual agreements and covenants herein set forth, it is agreed as follows: AGREEMENT FOR FIRE CHIEF, DUTY CHIEF, AND ADMINISTRATIVE SERVICES Between PLACER HILLS FIRE PROTECTION DISTRICT and NEWCASTLE FIRE PROTECTION DISTRICT DRAFT 2 THIS AGREEMENT FOR FIRE CHIEF, DUTY CHIEF,

More information

CITY OF DELANO REQUEST FOR PROPOSALS

CITY OF DELANO REQUEST FOR PROPOSALS CITY OF DELANO, CALIFORNIA CITY OF DELANO S 1) COST ALLOCATION PLAN 2) OMB CIRCULAR A-87 Release Date: May 6, 2014 Proposal Due: May 31, 2014 Contact: Rosa Rios Finance Department City of Delano, California

More information

COUNTY OF SACRAMENTO MUNICIPAL SERVICES AGREEMENT FOR TITLE

COUNTY OF SACRAMENTO MUNICIPAL SERVICES AGREEMENT FOR TITLE COUNTY OF SACRAMENTO MUNICIPAL SERVICES AGREEMENT FOR TITLE THIS AGREEMENT is made and entered into on, by and between the insert appropriate name of contracting agency and name of contracting party and

More information

Cheyenne Wyoming RFP-17229

Cheyenne Wyoming RFP-17229 L A R A M I E COUNTY COMMUNITY COLLEGE Cheyenne Wyoming Request for Proposals (RFP) t o provide Contract Services t o Comp lete t h e Boiler Plant Burner Replacement RFP-17229 Solicited by: Department

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

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN CITY OF XX AND RENEWABLE FUNDING, LLC

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN CITY OF XX AND RENEWABLE FUNDING, LLC INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN CITY OF XX AND RENEWABLE FUNDING, LLC This Indemnification and Insurance Agreement (the Agreement ) is entered into by and between the City of XX

More information

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

CITY OF OAK HARBOR REQUEST FOR PROPOSAL CITY OF OAK HARBOR REQUEST FOR PROPOSAL WHIDBEY ISLAND MARATHON SHUTTLE SERVICE 2016 CALENDAR OF EVENTS Request for Proposals Published.. February 13, 2016 Closing Date for Receipt of Proposals.. February

More information

Request for Proposal For Design Engineering Services. Northwest Lansing Relief Sewer Project

Request for Proposal For Design Engineering Services. Northwest Lansing Relief Sewer Project Request for Proposal For Design Engineering Services City of Lansing, Kansas Wastewater Utility Department 800 First Terrace Lansing, Kansas 66043 February 14, 2018 Page 1 of 14 A. INTRODUCTION The City

More information