CITY AND COUNTY OF SAN FRANCISCO AIRPORT COMMISSION

Size: px
Start display at page:

Download "CITY AND COUNTY OF SAN FRANCISCO AIRPORT COMMISSION"

Transcription

1 CITY AND COUNTY OF SAN FRANCISCO AIRPORT COMMISSION Ground Transportation Management System & Taxi Management System (GTMS/TMS) San Francisco International Airport Contract No. 8841R Date Issued: June 24, 2011 Pre-Proposal Conference: July 8, 2011, 10:00 A.M. Change Notice 1 Posted: July 7, 2011 Proposal Due: August 12, 2011, 3:00 P.M. AIR-590 (11-07)

2 RFP Section 2 Project Overview [page 2 of 33] has been replaced in its entirety with the following [changes in red]: 1 Project Overview The winning proposer will be the System Integrator and will be responsible for all phases of work, ensuring that all contractors and sub-contractors on the project team are focused and working to achieve timely and successful results. The Airport is soliciting proposals for a GTMS/TMS. The system procured through the successful proposer will replace the current Automated Vehicle Identification System (AVI) and the Taxi Revenue System (TRS) and upgrade the Airport s current ground transportation and taxi management hardware and software. This new system will provide a solution to facilitate the changing business processes, prevent cheating and evasion, as well as provide more reliable data, richer features and functionalities. A major element of this project will be to design it with operational security measures in mind. Through structure and redundancies the GTMS/TMS will prevent cheating to the greatest extent possible and identify it when it is attempted or carried out. The GTMS/TMS will use next generation technology to give SFO the ability to track commercial ground transportation in real time with absolute accuracy. The software must be customized to meet all of the airports requirements. The readers/antennas and transponders must utilize a non-proprietary open standard communications protocol. The GTMS/TMS must encompass transponder management, operator billing, vehicle inspections and tracking, policy enforcement, improved customer service and access for GT operators through online account management, and commercial vehicle environmental compliance monitoring. This RFP is focused on delivering: 1. a current, high performance customized GTMS/TMS software application; 2. a comprehensive and user friendly web portal with mobile applications; 3. a new and improved smart card for taxi ID and fee payment; 4. state of the art hardware to facilitate transactions and environmental data collection; 5. a GPS solution for short taxi fares that replaces the time system; 6. License Plate Recognition capability; and 7. exceptional maintenance and warranty support. In addition to establishing a comprehensive AVI network, SFO is coordinating efforts with San Francisco Municipal Transportation Authority (SFMTA), which regulates taxi operations for the City, to modernize the process for taxi licensing, inspection, and airport fee payment operations. The successful proposer must comply with the City's Human Rights Commission (HRC) Equal Benefits Ordinance (12B) to be eligible for this RFP contract award. Appendix A contains the HRC forms and Appendix B contains a listing of the CCSF Standard Business Forms. Once the RFP is awarded, the system provider will also be required to engage in Agreements with CCSF according the terms set forth in Attachment 1. RFP Section Communication Protocol [page 9 of 33] has been replaced in its entirety with the following [changes in red]: Communication Protocol The objective of this solicitation is to procure automatic vehicle identification (AVI) RFID readers/antennae, ancillary equipment, and related support services suitable for use in ground transportation management at SFO. The Airport desires to purchase a multi-protocol RFID Reader solution that supports reading open AIR-590 (11-07) 1 Contract No. 8841R, Change Notice, July 7, 2011

3 standard transponders and any existing or future transponders used at the other bay area airports in a variety of in-lane and gantry controlled access scenarios and configurations. Use and support of an open standard protocol is a mandatory requirement of this procurement so that SFO has the ability to use readers and transponders from different manufacturers together within one system. Based upon the results of this procurement, SFO shall determine, at its sole discretion, which combination of reader and transponder technologies best meet the programmatic, customer, operational, and technical needs of the Airport in a cost effective manner. The readers/antennas, transponders proposed must be suitable for current as well as future configurations that have yet to be determined. Thus, SFO may make a single or multiple equipment sourcing requirements pursuant to this procurement so as to provide the Airport with options in order to best meet the current and future equipment and material needs of the Airport. The airport may require the use of third party certification to ensure that the GTMS/TMS, as well as the initial and future procurement of transponders, adhere to the selected open standard protocol. Adherence to an open standard will protect the Airport from relying on proprietary technology. Adherence to an open standard will also support interoperability between the AVI systems installed at SJC and OAK. Interoperability between airports will allow GT Operators to operate their vehicles between the three Bay Area airports without having to have multiple transponders installed on their vehicles. Transponders will have SFO facility codes, but the GTMS/TMS will also read and process trip details for transponders with OAK and SJC facility codes as well. The GTMS/TMS will provide the trip details from the other airports to the PMBS system so that all GT Operators who are registered at any of the three airports can operate, and be invoiced for trips, at SFO. The new GTMS/TMS shall not interfere or integrate with the Bay Area Toll Authority (BATA) toll system, which administers and operates the FasTrak roadway and bridge tolling system in the Bay Area. BATA utilizes Caltrans Title 21 compliant transponders. It is imperative that any new GTMS/TMS transponders and readers do not interfere with any existing CalTrans Title 21 compliant equipment or transponders, or that the existing CalTrans Title 21 compliant equipment and transponders do not interfere with the GTMS/TMS. See Appendix C of this RFP for the form that is required for proposal submission. The proposer must provide specifications and costs for each of the following protocols: ISO c, Title 21, and 5.9GHz DSRC in addition to any other proposed communications technology. RFP Section 6.1 [page 16 of 33] Security Deposit has been replaced in its entirety with the following [changes in red]: 6.1 Security Deposit Please note, the contract will include a Security Deposit provision to guarantee the successful proposer s performance and security of its obligations during the Contract term. SFO will require the successful proposer to obtain a Letter of Credit. The amount of the Letter of Credit shall be Three Million Dollars ($3,000,000) from the commencement of the contract until the date upon which the Final Acceptance is satisfied, as defined in Scope of Work. Thereafter, the required amount of the Letter of Credit shall be reduced to amount of One Million Five Hundred Thousand Dollars ($1,500,000), which shall continue throughout the remaining term of the contract. The Letter of Credit is intended to guarantee the successful proposer s performance of ALL its' obligations under the contract, including but not limited to the obligations noted in the above paragraph. AIR-590 (11-07) 2 Contract No. 8841R, Change Notice, July 7, 2011

4 RFP Section [page 19 of 33] Statement of Minimum Qualification has been replaced in its entirety with the following [changes in red]: Statement of Minimum Qualifications (up to 7 pages) Provide a summary showing that your firm meets the following minimum qualifications: 1. Within the past five years, the proposing firm must have completed the design and implementation of at least one ground transportation system capable of comprehensive commercial vehicle tracking of at least 4,000 commercial vehicles and 6,000 trips per day. The capabilities of the completed ground transportation system must include: (a) tracking the physical location of commercial vehicles in and around the facility, (b) calculating trip fees, (c) tracking compliance with traffic enforcement rules and regulations, and (d) data collection enabling the facility to evaluate vehicle ridership and fuel efficiency. 2. the lead designer and/or sub-contractor has at least 10 years of experience managing and implementing technology systems for ground transportation systems or automated vehicle identification systems; 3. the lead designer and/or sub-contractor has at least 5 years of experience developing, managing and implementing smart-card technology payment systems for ground transportation, or automated vehicle identification systems; and 4. the firm has a physical, staffed branch office within North America. Any proposal that does not demonstrate that the proposer meets all four of these minimum requirements by the deadline for submittal of proposals will be considered non-responsive and will not be eligible for further evaluation or scoring. RFP Section 11.1 [page 31 of 33] Standard Contract Provisions has been replaced in its entirety with the following [changes in red]: 11.1 Standard Contract Provisions The successful proposer will be required to enter into a contract substantially in the form of the Professional Services Agreement (AIR-500) as well as the Software Development Agreement (P-542). It is anticipated that a Software Maintenance Agreement (P-540) and, if needed, a Software License Agreement (P-545) will be entered into after the project is complete. These Agreements are attached hereto as Attachment 1. Please note, the contract will include a Security Deposit provision to guarantee the successful proposer s performance and security of its obligations during the Contract term. SFO will require the successful proposer to obtain a Letter of Credit. The amount of the Letter of Credit shall be Three Million Dollars ($3,000,000) from the commencement of the contract until the date upon which the Final Acceptance is satisfied, as defined in Scope of Work. Thereafter, the required amount of the Letter of Credit shall be reduced to amount of One Million Five Hundred Thousand Dollars ($1,500,000), which shall continue throughout the remaining term of the contract. The Letter of Credit is intended to guarantee the successful proposer s performance of ALL its' obligations under the contract, including but not limited to the obligations noted in the above paragraph. Please be advised that the contract between the Airport and the successful proposer will also include language requiring the parties to place all software and data into an escrow account. Failure to execute the contract in a timely manner, or to furnish any and all insurance certificates and policy endorsements, surety bonds or other materials required in the contract, shall be deemed an abandonment of a contract offer. The AIR-590 (11-07) 3 Contract No. 8841R, Change Notice, July 7, 2011

5 City, in its sole discretion, may select another firm and may proceed against the original selected for damages. Proposers are urged to pay special attention to the requirements of San Francisco Administrative Code Chapters 12B and 12C, Nondiscrimination in Contracts and Benefits ( 34 in the Agreement), the Minimum Compensation Ordinance ( 42 in the Agreement), the Health Care Accountability Ordinance ( 43 in the Agreement), the First Source Hiring Program ( 45 in the Agreement), the applicable conflict of interest laws ( 27 in the Agreement), the Airport Intellectual Property provisions ( 57 in the Agreement) and the Labor Peace / Card Check policy ( 58 in the Agreement) as set forth in paragraphs B, C, D, E, F, G and H below. AIR-500 (5-10) Section 65 [page 22 of 25] Security Deposit has been replaced in its entirety with the following [changes in red]: 65. Security Deposit a. Form of Deposit. This section is material term of the Contract; the parties understand and acknowledge that the Airport Director, at his sole and absolute discretion, retains the right to withhold execution of this Contract in the event the Contractor has not complied with this section at the commencement of the contract. On or before the date specified by the Airport Director, Contractor will deliver to Airport Director a security deposit in the form of a letter of credit (collectively, the Deposit ), in the form attached as Exhibit [insert number here], and issued by a bank whose long-term debt is rated A or better by either Rating Agency, in the stated amount of Three Million Dollars ($3,000,000) from the commencement of the Contract until the date upon which the Final Acceptance of Phase II (Implementation of the TMS System) is satisfied, as defined in Contract Section [insert section number here] and thereafter, the required Deposit shall be reduced to amount of One Million Five Hundred Thousand Dollars ($1,500,000) until the expiration of the Contract. Such Deposit shall be kept in full force and effect during the Term to ensure the faithful performance by Contractor of all covenants, terms, and conditions of this Contract, including but not limited to the obligations noted in the above paragraph. The sum designated as the Deposit is and will remain the sole and separate property of City until actually repaid to Contractor (or at City s option, the last assignee (if any) of Contractor s interest hereunder), said sum not being earned by Contractor until all provisions precedent for its payment to Contractor have been fulfilled. Contractor shall cause the bank issuing the letter of credit to give Airport Director notice in writing by registered mail at least forty-five (45) days prior to the expiration date of the letter of credit of its intention not to renew said bond or letter of credit. b. Maintenance of Deposit. Contractor shall cause the letter of credit to be kept in full force and effect during the Term and any holdover period to ensure the faithful performance by Contractor of all covenants, terms, and conditions of this Contract. If and to the extent City accepts a Deposit which has an expiration date or cancellation/termination provision, Contractor shall cause the bank issuing letter of credit to give Airport Director notice in writing by registered mail at least forty-five (45) days prior to the expiration date of the letter of credit of its intention not to renew the letter of credit. Contractor shall cause the letter of credit to be renewed, extended, or replaced, at Contractor s sole cost, at least thirty (30) days before the expiration date or cancellation date of the letter of credit, with another letter of credit that complies with the requirements herein. If Contractor fails to do so, City may, without notice to Contractor, draw on the entirety of the Deposit and hold the proceeds thereof as security hereunder. Contractor shall cause all notices to be given to City under the [insert Notice Section here]. c. Use of Deposit. If Contractor fails to comply with any Contract obligation or otherwise defaults with respect to any Contract provision, City may use, apply or retain all or any portion of the AIR-590 (11-07) 4 Contract No. 8841R, Change Notice, July 7, 2011

6 Deposit for the payment or other charge in default or for the payment of any other sum to which City may become obligated by reason of Contractor s default or to compensate City for any loss or damage which City may suffer thereby. If City so uses or applies all or any portion of the Deposit, Contractor, within ten (10) days after request therefore, shall deposit other security acceptable to Airport Director with City in an amount sufficient to restore the Deposit to the full amounts noted above, and Contractor s failure to do so shall be a breach of this Contract. City shall not be required to keep the Deposit or any proceeds thereof, as applicable, separate from its general accounts. Any proceeds of the Deposit is and will remain the sole and separate property of City until actually repaid to Contractor, said sum not being earned by Contractor until all provisions precedent for its payment to Contractor have been fulfilled. If Contractor performs all of Contractor s obligations hereunder, the Deposit, or the proceeds thereof, or so much thereof as has not theretofore been applied by City, shall be returned, without payment of interest or other increment for its use, to Contractor (or, at City s option, to the last assignee, if any, of Contractor s interest hereunder) within sixty (60) days after the expiration of the Term, and after Tenant has vacated the Premises. No trust relationship is created herein between City and Tenant with respect to the Deposit or any proceeds thereof. AIR-590 (11-07) 5 Contract No. 8841R, Change Notice, July 7, 2011

City of Loveland, Ohio

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

More information

MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES WITNESSETH TERM

MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES WITNESSETH TERM MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES THIS MASTER AGREEMENT (Agreement) is made and entered into by the University of Washington (Owner), and (Consultant). Owner

More information

Locating & Applying for Construction Opportunities. What Small Businesses Need to Know

Locating & Applying for Construction Opportunities. What Small Businesses Need to Know Locating & Applying for Construction Opportunities What Small Businesses Need to Know Learning Objectives Review construction opportunities available at SFO Provide overview of SFO procurement process

More information

Memorandum. Date: June 14, 2018 To: From:

Memorandum. Date: June 14, 2018 To: From: Agenda Item 4 Memorandum Date: June 14, 2018 To: From: Subject: Treasure Island Mobility Management Agency Committee Cynthia Fong Deputy Director for Finance & Administration Eric Cordoba Deputy Director

More information

APPENDIX B TO COMPREHENSIVE AGREEMENT UOSA CONTRACT VSS UOSA VEHICLE SERVICE STATION FORM OF STAGE 2: FINAL DESIGN AMENDMENT

APPENDIX B TO COMPREHENSIVE AGREEMENT UOSA CONTRACT VSS UOSA VEHICLE SERVICE STATION FORM OF STAGE 2: FINAL DESIGN AMENDMENT APPENDIX B TO COMPREHENSIVE AGREEMENT UOSA CONTRACT VSS UOSA VEHICLE SERVICE STATION FORM OF STAGE 2: This Stage 2: Final Design Amendment (Final Design Amendment) is an Amendment to the Comprehensive

More information

Please Refer to Attached Sample Form

Please Refer to Attached Sample Form Revised Cal. P.U.C. Sheet No. 40226-E Cancelling Original Cal. P.U.C. Sheet No. 29493-E U 39 San Francisco, California Electric Sample Form 79-1118 Sheet 1 General Off-Bill and On-Bill Financing Loan Agreement

More information

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY THIS PRINT COVERS CALENDAR ITEM NO.: 13 DIVISION: Finance and Information Technology SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY BRIEF DESCRIPTION: Authorizing the Director of Transportation to execute

More information

SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT

SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT PROJECT: 404 HMGP Acquisition Program- or 403 Immediate Threat Program Asbestos Abatement For the County of Cedar Contractor: Address:

More information

COOPERATIVE AGREEMENT NO. C BETWEEN ORANGE COUNTY TRANSPORTATION AUTHORITY AND COUNTY OF ORANGE FOR

COOPERATIVE AGREEMENT NO. C BETWEEN ORANGE COUNTY TRANSPORTATION AUTHORITY AND COUNTY OF ORANGE FOR 1 2 3 4 5 6 7 COOPERATIVE AGREEMENT NO. C-6-1309 BETWEEN ORANGE COUNTY TRANSPORTATION AUTHORITY AND COUNTY OF ORANGE FOR PROJECT V COMMUNITY- BASED TRANSIT/CIRCULATORS 8 THIS AGREEMENT, is effective this

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

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

APPENDIX A TO COMPREHENSIVE AGREEMENT UOSA CONTRACT S/1 BUILDING S/1 RENOVATIONS FORM OF STAGE 2: DESIGN-BUILD WORK AMENDMENT

APPENDIX A TO COMPREHENSIVE AGREEMENT UOSA CONTRACT S/1 BUILDING S/1 RENOVATIONS FORM OF STAGE 2: DESIGN-BUILD WORK AMENDMENT APPENDIX A TO COMPREHENSIVE AGREEMENT UOSA CONTRACT S/1 BUILDING S/1 RENOVATIONS FORM OF STAGE 2: DESIGN-BUILD WORK AMENDMENT This Stage 2: Design-Build Work Amendment ( DB Work Amendment) is an Amendment

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study CITY OF CHINO HILLS Request for Proposals (RFP) for Water Fixed Assets Assessment Study Date: April 15, 2014 Department: Project Name: Proposal Due Date: Public Works Department Water Fixed Assets Assessment

More information

KENTUCKY DEPARTMENT OF EDUCATION

KENTUCKY DEPARTMENT OF EDUCATION 702 KAR 4:160 KENTUCKY DEPARTMENT OF EDUCATION REQUEST FOR PROPOSALS for Guaranteed Energy Savings Contracts School District Name: School District Address: Project: RFP Date: McCreary County Schools 120

More information

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax: CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA 98629 Ph: 360-263-7665 Fax: 360-263-5700 REQUEST FOR PROPOSALS FOR A LA CENTER FARMERS MARKET MASTER The City of La Center is requesting proposals from

More information

AIRCRAFT TIE-DOWN LICENSE AGREEMENT

AIRCRAFT TIE-DOWN LICENSE AGREEMENT AIRCRAFT TIE-DOWN LICENSE AGREEMENT This LICENSE AGREEMENT ("License" or "Agreement") for Santa Monica Airport Tie-Down Space No. is entered into on ("Effective Date") by and between the CITY OF SANTA

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

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB) Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY 14456 Request for Bids (RFB) Herbicide control of water chestnut in the Finger Lakes PRISM Region Release Date: May 11, 2018 Bid due date and

More information

RFP NAME: AUDITING SERVICES

RFP NAME: AUDITING SERVICES REQUEST FOR PROPOSAL RFP Number # RV070806 RFP NAME: AUDITING SERVICES The City of San Jose Housing Department is seeking qualifications from individuals and firms interested in providing professional

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

COMPLI, INC. TERMS AND CONDITIONS OF SERVICES AGREEMENT REV 3/14/2018

COMPLI, INC. TERMS AND CONDITIONS OF SERVICES AGREEMENT REV 3/14/2018 This Compli, Inc. Terms and Conditions of Services Agreement ( Agreement ), is made between Compli, Inc., a California corporation ( Provider ) having a place of business in Paso Robles, California and

More information

Los Angeles World Airports

Los Angeles World Airports Los Angeles World Airports June 5,.201.3.

More information

MOJAVE WATER AGENCY PURCHASING POLICY

MOJAVE WATER AGENCY PURCHASING POLICY MOJAVE WATER AGENCY PURCHASING POLICY PURCHASING POLICY 01/13/2011 TABLE OF CONTENTS SECTION PAGE No. 1.0 INTRODUCTION 1.1 Purpose 1 1.2 Scope and Intent 1 1.3 Authority to Purchase 1 1.4 Ethical Conduct

More information

ADDENDUM NUMBER: 2 Issue Date and Time of Addendum: 1/18/2013 at 4:30pm ET

ADDENDUM NUMBER: 2 Issue Date and Time of Addendum: 1/18/2013 at 4:30pm ET Michigan Lottery 101 E Hillsdale PO Box 30023 Lansing MI 48909 ADDENDUM NUMBER: 2 Issue Date and Time of Addendum: 1/18/2013 at 4:30pm ET To Request for Proposals RFP Number: MSL12-001 Title and Purpose

More information

NEW HAMPSHIRE HOUSING FINANCE AUTHORITY MANAGEMENT AGREEMENT. (the AGENT).

NEW HAMPSHIRE HOUSING FINANCE AUTHORITY MANAGEMENT AGREEMENT. (the AGENT). NEW HAMPSHIRE HOUSING FINANCE AUTHORITY MANAGEMENT AGREEMENT THIS AGREEMENT is made this day of, 20 between (the OWNER) AND (the AGENT). 1. Appointment and Acceptance: The OWNER appoints the AGENT as exclusive

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM PUR960 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HVAC System Maintenance and Repair MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM The City of Rock Hill, South Carolina is seeking

More information

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC This is a Federally Funded project. The Surveyor and Subcontractors on this project must comply with HUD contract provisions 24CFR

More information

FORT WAYNE-ALLEN COUNTY AIRPORT AUTHORITY REQUEST FOR PROPOSALS Business Continuity Service Fort Wayne-Allen County Airport Authority

FORT WAYNE-ALLEN COUNTY AIRPORT AUTHORITY REQUEST FOR PROPOSALS Business Continuity Service Fort Wayne-Allen County Airport Authority I. Introduction FORT WAYNE-ALLEN COUNTY AIRPORT AUTHORITY REQUEST FOR PROPOSALS Business Continuity Service Fort Wayne-Allen County Airport Authority A. General Information The Fort Wayne-Allen County

More information

Request for Proposal. For Financial and Accounting Services

Request for Proposal. For Financial and Accounting Services Request for Proposal For Financial and Accounting Services Issued: Tuesday, February 20, 2018 Submission Deadline: Wednesday, March 21, 2018, 4:00 PM South Bayside Waste Management Authority (SBWMA) Attention:

More information

DEPOSIT AGREEMENT GUARANTEEING SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT

DEPOSIT AGREEMENT GUARANTEEING SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT Cottleville Project Number DEPOSIT AGREEMENT GUARANTEEING SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT THIS DEPOSIT AGREEMENT GUARANTEEING IMPROVEMENTS WITH LETTER OF CREDIT (the AGREEMENT ) made and entered

More information

April 3, Advice 4085-G/5517-E (Pacific Gas and Electric Company ID U 39 M) Public Utilities Commission of the State of California

April 3, Advice 4085-G/5517-E (Pacific Gas and Electric Company ID U 39 M) Public Utilities Commission of the State of California Erik Jacobson Director Regulatory Relations Pacific Gas and Electric Company 77 Beale St., Mail Code B13U P.O. Box 770000 San Francisco, CA 94177 Fax: 415-973-3582 April 3, 2019 Advice 4085-G/5517-E (Pacific

More information

Kapsch TrafficCom. 2 nd Institutional Investors Day. André Laux: Sales Review & Business Opportunities. September 18, 2018

Kapsch TrafficCom. 2 nd Institutional Investors Day. André Laux: Sales Review & Business Opportunities. September 18, 2018 Kapsch TrafficCom 2 nd Institutional Investors Day. André Laux: Sales Review & Business Opportunities. September 18, 2018 Introduction. Just a small selection of achievements. At the technological forefront.

More information

GENERAL TERMS AND CONDITIONS

GENERAL TERMS AND CONDITIONS GENERAL TERMS AND CONDITIONS Page 1 of 9 A. Permit applicants must complete the attached Application Form and keep the required information updated at all times. Along with the Application, the Permittee

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES ALVORD UNIFIED SCHOOL DISTRICT Angie Lopez, Director of Facilities Planning 10365 Keller Avenue Riverside, CA 92505 VARIOUS PROJECTS

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

ST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES

ST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES ST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES PURPOSE: To provide financial advisory services on a broad array of public financial activities for both specific projects and day-to-day

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 General Ledger Software

Request for Proposal General Ledger Software Request for Proposal General Ledger Software Date of Issue: August 12, 2013 Proposals must be received by: September 13, 2013, 5 p.m. CST 1 I. INFORMATION ABOUT THE VILLAGE Located approximately 14 miles

More information

CITY OF ROMULUS CHAPTER 39: PURCHASING

CITY OF ROMULUS CHAPTER 39: PURCHASING CITY OF ROMULUS CHAPTER 39: PURCHASING CITY OF ROMULUS ORDINANCE NO. AN ORDINANCE TO AMEND PORTIONS OF CHAPTER 39 AND TO ADD ADDITIONAL SECTIONS TO CHAPTER 39 OF THE PURCHASING ORDINANCE OF THE CITY OF

More information

Between the Northern Virginia Transportation Commission and NVTC Project Number:

Between the Northern Virginia Transportation Commission and NVTC Project Number: Attachment #5C I66 Commuter Choice Program Standard Project Agreement for Transform 66: Inside the Beltway Project Toll Revenue Funding of Projects and Administration Between the Northern Virginia Transportation

More information

ORDINANCE NO N.S.

ORDINANCE NO N.S. ORDINANCE NO. 16-12 N.S. AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF RICHMOND AMENDING CHAPTER 2.50 TO THE RICHMOND MUNICIPAL CODE ENTITLED BUSINESS OPPORTUNITY ORDINANCE SECTION I Chapter 2.50 entitled

More information

COMPONENT CONTROL.COM, INC KETTNER BLVD., SAN DIEGO, CA Software Maintenance Agreement ( SMA )

COMPONENT CONTROL.COM, INC KETTNER BLVD., SAN DIEGO, CA Software Maintenance Agreement ( SMA ) COMPONENT CONTROL.COM, INC. 1731 KETTNER BLVD., SAN DIEGO, CA 92101 Software Maintenance Agreement ( SMA ) THIS IS A LEGAL AGREEMENT ( AGREEMENT ) BETWEEN YOU, THE END USER (ON BEHALF OF YOURSELF AND ON

More information

Data Processing Agreement

Data Processing Agreement Data Processing Agreement This Data Processing Agreement with EU Standard Contractual Clauses (Processors), (the DPA ) supplements the Dropbox Business Agreement between Dropbox, Inc. and Dropbox International

More information

North Carolina Department of Transportation Report to Joint Legislative Transportation Oversight Committee

North Carolina Department of Transportation Report to Joint Legislative Transportation Oversight Committee North Carolina Department of Transportation Report to Joint Legislative Transportation Oversight Committee Public Private Partnerships Policy and Document Standardization October 1, 2013 Executive Summary

More information

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES THIS AGREEMENT ( Agreement ) is made and entered into by and between the City of Snohomish, Washington,

More information

CAPITAL MAINTENANCE AGREEMENT I-2/I-69C INTERCHANGE PROJECT. between TEXAS DEPARTMENT OF TRANSPORTATION. and [DB CONTRACTOR] Dated as of:, 2019

CAPITAL MAINTENANCE AGREEMENT I-2/I-69C INTERCHANGE PROJECT. between TEXAS DEPARTMENT OF TRANSPORTATION. and [DB CONTRACTOR] Dated as of:, 2019 CAPITAL MAINTENANCE AGREEMENT I-2/I-69C INTERCHANGE PROJECT between TEXAS DEPARTMENT OF TRANSPORTATION and [DB CONTRACTOR] Dated as of:, 2019 HIDALGO COUNTY Texas Department of Transportation I-2/I-69C

More information

FOR HIRE VEHICLE OPERATING AGREEMENT BETWEEN SPOKANE AIRPORT AND

FOR HIRE VEHICLE OPERATING AGREEMENT BETWEEN SPOKANE AIRPORT AND FOR HIRE VEHICLE OPERATING AGREEMENT BETWEEN SPOKANE AIRPORT AND --------------------------------- 8/20/15 TABLE OF CONTENTS 1. TERM... 1 2. OPERATOR PRIVILEGES AND OPERATING REQUIREMENTS... 2 3. VEHICLES...

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

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS PROFESSIONAL SERVICES CONTRACT (Architects, Engineers, Land Surveyors, Landscape Architects) BETWEEN THE CITY OF GIG HARBOR AND [insert Consultant Name] THIS AGREEMENT is made by and between the City of

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES. April 18, 2006

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES. April 18, 2006 REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES April 18, 2006 Sealed Statement of Qualification documents must be received no later than Noon on Monday, May 1, 2006, at the

More information

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT THIS Agreement is made effective as of the day of 201_, by and between the City of Port Orchard, a municipal corporation, organized under the laws of

More information

Addendum No. 1 - Questions and Answers Request for Proposals Montrose Regional Airport On-Airport Rental Car Services May 29, 2015

Addendum No. 1 - Questions and Answers Request for Proposals Montrose Regional Airport On-Airport Rental Car Services May 29, 2015 Addendum No. 1 - Questions and Answers Request for Proposals Montrose Regional Airport On-Airport Rental Car Services May 29, 2015 Below are clarifications and answers to written questions that were received

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS DUE DILIGENCE CONSULTANT PC417 Issue Date: January 30, 2009 Proposals Due: February 17, 2009 at 3 pm PST Issued by: Housing Authority of the County of San Bernardino 715 E. Brier

More information

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

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

More information

IC Chapter Guaranteed Savings Contracts; Energy Efficiency Programs Used by School Corporations

IC Chapter Guaranteed Savings Contracts; Energy Efficiency Programs Used by School Corporations IC 36-1-12.5 Chapter 12.5. Guaranteed Savings Contracts; Energy Efficiency Programs Used by School Corporations IC 36-1-12.5-0.5 "Actual savings" defined Sec. 0.5. As used in this chapter, "actual savings"

More information

3. Authorized Exceptions to Appendix A, Standard Terms and Conditions for Product and Related Services Contracts, version 09/24/2015.

3. Authorized Exceptions to Appendix A, Standard Terms and Conditions for Product and Related Services Contracts, version 09/24/2015. Amendment Number 3 to Contract Number DIR-TSO-2542 between State of Texas, acting by and through the Department of Information Resources and Cisco Systems, Inc. This Amendment Number 3 to Contract Number

More information

North American Support Policy Client Technical Support

North American Support Policy Client Technical Support North American Support Policy Client Technical Support This policy provides current guidance for Client interaction with Experian Data Quality ( EDQ ) North America Client Technical Support. This document

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

EXHIBIT SPACE APPLICATION GUIDELINES

EXHIBIT SPACE APPLICATION GUIDELINES EXHIBIT SPACE APPLICATION GUIDELINES The following information corresponds to each section of the application. Please refer to these guidelines when completing the application. Check off box when each

More information

Title 2 ADMINISTRATION [1]

Title 2 ADMINISTRATION [1] Title 2 ADMINISTRATION [1] Chapters: Chapter 2.04 - WATER AND SEWER PERMITS Chapter 2.06 - BILLING PROCEDURES Chapter 2.08 - VARIANCES AND APPEALS REVENUES FROM ENFORCEMENT Chapter 2.09 - LOCAL EMERGENCY

More information

ADDENDUM No. 2. ADDENDUM No. 2 ITEMS:

ADDENDUM No. 2. ADDENDUM No. 2 ITEMS: ADDENDUM No. 2 Proposer must acknowledge the receipt of this Addendum in its Proposal. Failure of the Proposer to acknowledge this Addendum may result in LAWA s rejection of the Proposal for non-responsiveness.

More information

LONE TREE SCHOOL FLOORING REPLACEMENT

LONE TREE SCHOOL FLOORING REPLACEMENT WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL FLOORING REPLACEMENT PROPOSAL DUE DATE: May 12, 2011 1:30 p.m. 1 The WHEATLAND SCHOOL DISTRICT wishes to replace flooring at its Lone Tree

More information

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project # PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #00-00-0000 Page 1 Contract # THIS AGREEMENT, made and entered into this day of, 2014, by and between SPOKANE AIRPORT, by and through its

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

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program Request For Proposal City of St. Joseph, Michigan Three Year Cross Connection Control Program City of St. Joseph 700 Broad Street St. Joseph, MI 49085 I. Purpose This Request for Proposal ( RFP ) is to

More information

TOWN OF MANCHESTER REQUEST FOR PROPOSAL RFP NO. 15/16-32 FOR RISK MANAGEMENT CONSULTANT SERVICES PROPOSALS DUE: NOVEMBER 13, 4:00 P.M.

TOWN OF MANCHESTER REQUEST FOR PROPOSAL RFP NO. 15/16-32 FOR RISK MANAGEMENT CONSULTANT SERVICES PROPOSALS DUE: NOVEMBER 13, 4:00 P.M. TOWN OF MANCHESTER REQUEST FOR PROPOSAL RFP NO. 15/16-32 FOR RISK MANAGEMENT CONSULTANT SERVICES PROPOSALS DUE: NOVEMBER 13, 2015 @ 4:00 P.M. GENERAL SERVICES DEPARTMENT 494 MAIN ST. MANCHESTER, CT 06040

More information

REQUEST FOR PROPOSALS (RFP) Marina Management Services. Docktown Marina

REQUEST FOR PROPOSALS (RFP) Marina Management Services. Docktown Marina REQUEST FOR PROPOSALS (RFP) Marina Management Services Docktown Marina Date of Issue: Friday, October 2, 2015 Proposal Due Date: Wednesday, October 28, 2015 by 2:00 p.m. PST PROJECT OVERVIEW The City of

More information

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

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

More information

LONE TREE SCHOOL BELL SYSTEM

LONE TREE SCHOOL BELL SYSTEM WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL BELL SYSTEM PROPOSAL DUE DATE: NOVEMBER 16, 2010 1:00 p.m. The WHEATLAND SCHOOL DISTRICT wishes to attain a Bell system for its Lone Tree

More information

SAN FRANCISCO INTERNATIONAL AIRPORT SFO MEDICAL CLINIC RFP CONTRACT NO PRE-PROPOSAL CONFERENCE AUGUST 23, 2017

SAN FRANCISCO INTERNATIONAL AIRPORT SFO MEDICAL CLINIC RFP CONTRACT NO PRE-PROPOSAL CONFERENCE AUGUST 23, 2017 SAN FRANCISCO INTERNATIONAL AIRPORT SFO MEDICAL CLINIC RFP CONTRACT NO. 50118.01 PRE-PROPOSAL CONFERENCE AUGUST 23, 2017 1 AGENDA Introduction (Gerardo Fries B&F) Sign-Up Sheet / Participants Names & Organizations

More information

Owner and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK

Owner and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Ordinance No. 2016-12 CONSTRUCTION AGREEMENT FOR SIDEWALK INSTALLATION THIS CONSTRUCTION AGREEMENT FOR SIDEWALK INSTALLATION ( Agreement ) is dated as of the day of August, 2016 by and between Village

More information

San Francisco Paratransit

San Francisco Paratransit San Francisco Paratransit Addendum #1 SF Paratransit Van Services: SFMTA/DAAS Group Van, & DAAS Shopping Shuttle No. 16-493-001 October 28, 2016 Proposal Submission Deadline: Wednesday, November 9, 2016

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS 702 KAR 4:160 KENTUCKY DEPARTMENT OF EDUCATION REQUEST FOR PROPOSALS for CONSTRUCTION MANAGEMENT SERVICES School District: Project: Boyle County Boyle County Middle School RFP Date: June 20 30, 2016 CONTENTS

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

GUARANTEED ENERGY PERFORMANCE SAVINGS CONTRACT. By and Between. [Guaranteed Energy Performance Savings COMPANY] and [AGENCY] [Date]

GUARANTEED ENERGY PERFORMANCE SAVINGS CONTRACT. By and Between. [Guaranteed Energy Performance Savings COMPANY] and [AGENCY] [Date] GUARANTEED ENERGY PERFORMANCE SAVINGS CONTRACT By and Between [Guaranteed Energy Performance Savings COMPANY] and [AGENCY] [Date] Table of Contents CONTENTS...ii RECITALS...1 SECTION 1. DEFINITIONS...2

More information

SPECIAL CONDITIONS OF CONTRACT

SPECIAL CONDITIONS OF CONTRACT SPECIAL CONDITIONS OF CONTRACT TABLE OF CONTENT PART A: STANDARD PROVISIONS... 95 A1 Scope of the System... 95 A2 Securities... 95 A2.1 Advance Payment Security... 95 A2.2 Performance Security... 95 A3

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

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m.

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m. PUR884 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE September 6, 2017 at 2:00 p.m. The City of Rock Hill, South Carolina is seeking competitive proposals from qualified

More information

Multiple Structure Asbestos Abatement and Demolition Project

Multiple Structure Asbestos Abatement and Demolition Project REQUEST FOR BID and PROJECT PROPOSAL Multiple Structure Asbestos Abatement and Demolition Project Proposal Due Date: May 9, 2016 2:00 p.m. TABLE OF CONTENTS I. Introduction II. III. IV. RFP Timeline Scope

More information

Small Business Contractor Application & Agreement Commercial Energy Services

Small Business Contractor Application & Agreement Commercial Energy Services Small Business Contractor Application & Agreement Commercial Energy Services Thank you for your interest in NV Energy Commercial Energy Services Small Business Contractor Network. This application & agreement

More information

SOFTWARE LICENSE AND SERVICES AGREEMENT

SOFTWARE LICENSE AND SERVICES AGREEMENT SOFTWARE LICENSE AND SERVICES AGREEMENT ACCEPTANCE OF TERMS By clicking AGREE, Customer agrees to license the Field Collection System software ( FCS Software ) and to purchase the FCS Software maintenance

More information

Construction of the Leased Premises

Construction of the Leased Premises Construction of the Leased Premises Pre-Construction Requirements Construction Start The Tenant is required to commence construction no later than fourteen days after receipt by the Tenant of approved

More information

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH 1. GENERAL The City of Folly Beach, South Carolina (City) requests proposals from qualified engineering firms for a Water System

More information

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COUNTY OF OSWEGO PURCHASING DEPARTMENT COUNTY OF OSWEGO PURCHASING DEPARTMENT BID #4-10 - SALE OF FERROUS METALS County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com Fred M. Maxon,

More information

INVITATION TO BID (ITB) MONTROSE SHERIFF S OFFICE JAIL DIVISION INMATE COMMISSARY SERVICE

INVITATION TO BID (ITB) MONTROSE SHERIFF S OFFICE JAIL DIVISION INMATE COMMISSARY SERVICE INVITATION TO BID (ITB) MONTROSE SHERIFF S OFFICE JAIL DIVISION INMATE COMMISSARY SERVICE Montrose County, Colorado is seeking sealed bids from qualified firms experienced in and capable of providing and

More information

SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS

SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS HCPS STANDARDS DOC. No.: 01015 APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL DATE OF ISSUE: 04-04-14 - Revised paragraph 13.10.1 to increase

More information

Failure to complete and return forms could result in delayed shipment of your POS equipment and/or a delay in provider payments.

Failure to complete and return forms could result in delayed shipment of your POS equipment and/or a delay in provider payments. Attention Indiana Child Care Provider: Please fill out the attached provider agreement and ACH form in Exhibit A completely. It is important that all blanks are filled out completely along with any required

More information

TRAILER INTERCHANGE AGREEMENT

TRAILER INTERCHANGE AGREEMENT TRAILER INTERCHANGE AGREEMENT THIS AGREEMENT is entered into by and between Panther II Transportation, Inc., a licensed interstate motor carrier ("Carrier") and ("User"). In consideration of the mutual

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

Carrier Agreement Packet

Carrier Agreement Packet Revision 12/8/2017 02:17PM Carrier Agreement Packet Information carrier must submit to broker: 1) Completed W-9 (must be Revision 2014 or Later) 2) Copy of Carrier Transport Authority 3) Certificate of

More information

Request for Proposal ACTUARIAL CONSULTING SERVICES

Request for Proposal ACTUARIAL CONSULTING SERVICES Request for Proposal for ACTUARIAL CONSULTING SERVICES October 12, 2005 1. Introduction The Board of Trustees of State Institutions of Higher Learning (IHL), through the Office of Insurance & Risk Management

More information

FORT WAYNE ALLEN COUNTY AIRPORT AUTHORITY REQUEST FOR PROPOSALS Air Service Development Consultant

FORT WAYNE ALLEN COUNTY AIRPORT AUTHORITY REQUEST FOR PROPOSALS Air Service Development Consultant FORT WAYNE ALLEN COUNTY AIRPORT AUTHORITY REQUEST FOR PROPOSALS Air Service Development Consultant I. Introduction A. General Information The Fort Wayne Allen County Airport Authority (the Authority) is

More information

ESCROW AGREEMENT ARTICLE 1: RECITALS

ESCROW AGREEMENT ARTICLE 1: RECITALS ESCROW AGREEMENT THIS ESCROW AGREEMENT (this Agreement ) is made and entered into, 2011, by and among Zions First National Bank, a national banking association with an office in Denver, Colorado (the Escrow

More information

KENTUCKY DEPARTMENT OF EDUCATION

KENTUCKY DEPARTMENT OF EDUCATION 702 KAR 4:160 KENTUCKY DEPARTMENT OF EDUCATION REQUEST FOR PROPOSALS for Guaranteed Energy Savings Contracts School District Name: School District Address: Project: RFP Date: Paducah Independent Schools

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

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month and

More information

Document A133 TM. AGREEMENT made as of the day of in the year Two Thousand and Sixteen. BETWEEN the Owner:

Document A133 TM. AGREEMENT made as of the day of in the year Two Thousand and Sixteen. BETWEEN the Owner: Document A133 TM 2009 Standard Form of Agreement Between Owner and Construction Manager as Constructor where the basis of payment is the Cost of the Work Plus a Fee with a Guaranteed Maximum Price AGREEMENT

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

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance. INVITATION TO BID Notice to Bidders: Bids will be received by the Port of Shelton, 21 W Sanderson Way, Shelton, WA 98584 for the following work order: Work Order: Enter # and Name Here Pre-Bid Showing:

More information

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and Economic Development 747 Market Street

More information