Request for Proposals Telecommunications Services. Date Issued: June 16, Date Due: July 15, 2016, 5:00 PM

Size: px
Start display at page:

Download "Request for Proposals Telecommunications Services. Date Issued: June 16, Date Due: July 15, 2016, 5:00 PM"

Transcription

1 Request for Proposals Telecommunications Services Date Issued: June 16, 2016 Date Due: July 15, 2016, 5:00 PM Page 1 of 40

2 June 16, 2016 REQUEST FOR PROPOSALS Telecommunications Services Dear Vendors: Livermore Area Recreation & Park District (LARPD) is currently accepting proposals for Telecommunications Services. LARPD, at its discretion, may award the contract to a single vendor for all services, or award portions of the contract to multiple providers. Proposal instructions are contained in Sections 3-5 of the Request for Proposals (RFP) document. Please provide the requested information in the prescribed written format. Failure to comply with the prescribed format may result in disqualification. Questions: All questions must be received by June 24, 5:00 PM. Questions received after this deadline will not be accepted. All questions must be in writing. questions to Jay Stevens at jstevens@larpd.org Proposals Due: One (1) original, three (3) printed copies, and one (1) electronic copy on CD or memory stick of your proposal must be received at the address below no later than July 15, 2016, 5:00 PM. Don Humphrey Livermore Area Recreation & Park District 4444 East Avenue Livermore, CA Thank you for your participation. We look forward to reviewing your proposal. Sincerely, Don Humphrey Finance Manager Livermore Area Recreation & Park District 2

3 Table of Contents 1. OBJECTIVES AND PROCESS SCHEDULE EVALUATION CRITERIA PROPOSAL INSTRUCTIONS TELECOM SERVICES SPECIFICATIONS INSTRUCTIONS TO PROPOSER CARRIER SERVICES SERVICE AND SUPPORT REFERENCES PRICING DISCLOSURES AND CONTRACTUAL REQUIREMENTS

4 Objectives and Process Schedule 1.1. Purpose The information below has been developed in a format to facilitate the preparation of responses to this Request for Proposals (RFP) and the subsequent evaluation of those responses Because there are several vendors who provide services that LARPD requires, it is LARPD s desire to meet their future telecommunications needs through this competitive selection process. The requirements noted in this RFP are designed to assist in the selection of the vendor that best meets LARPDs needs Objective LARPD s objective is the selection and implementation of carrier services to meet their voice and Internet needs for their locations throughout the District The District will be installing PRI or SIP telecommunications services in their main data center locations at RLCC Main Building location at 4444 East Avenue, Livermore, CA and their Trevarno location 3500 Robertson Drive, Livermore, CA The District will also be installing 100Mb dedicated WAN connections between 4444 East Avenue, Livermore, CA and their other locations This proposal process is designed to allow LARPD to select the most appropriate solution(s) for their needs. LARPD, at its sole discretion, may select a single vendor to provide and support carrier voice and WAN services, however separate providers may be selected, and vendors are encouraged to respond as appropriate to requests for any or all services offered This document contains specifications and the requested format for vendor proposals and pricing. If additional features or services are believed to be appropriate for LARPD s operations, please quote them as options and include supporting justification and cost detail LARPD reserves the right to the following: Accept the proposal or proposals that are, in its judgment, the best and most favorable to the interests of the organization To reject the low price proposal To accept any item of any proposal To reject any and all proposals To waive irregularities and informalities in any proposal submitted or in the RFP process 4

5 1.3. General Process and Schedule LARPD will review and evaluate the submitted proposals and check references to select a preferred vendor. The following is the current estimated schedule, as defined by the LARPD and can be changed at its discretion: Table 1 - Estimated Selection Schedule Estimated Selection Process Step Date(s) Release and Issuance of the Request for Proposals (RFP) June 16, 2016 Final Date for Vendors to Submit Questions June 24, 2016 Date for Publishing Answers to Vendors Questions June 28, 2016 Proposals Due July 15, 2016 Estimated Approval August 2016 Selected Service Installation Complete October 1, Project Background LARPD currently has a total of 5 locations. All of these locations are included in the initial system design and installation. The LARPD sites will be connected to the PRI/SIP service by using the 100Mb high-speed provided by the selected vendor Today the current telecommunications system uses a combination of various telecommunications lines, services, systems and equipment. The system has evolved over time to address the operational requirements of the District. Today the District locations utilize a combination of PRI, DID, Centrex, Measured business lines and older Avaya telecommunications systems It is the intent of the District to replace all of the existing telecommunications equipment and system using a VoIP unified communications system capable of serving all LARPD major sites with consistent high quality services. The selection of this system is complete and is not part of this procurement It is the intent of LARPD to upgrade the existing lines and services to enhance operations through the use of PRI/SIP services for Voice and 100Mb WAN Connections Vendors should propose separate PRI/SIP services for Voice at both locations For more information about LARPD, go to 5

6 2. Evaluation Criteria 2.1. All proposals will be evaluated using the following general evaluation criteria: Cost of Service References and Experience Service and Support Upgrade/ migration availability Implementation Schedule / Availability Ability to Provide Multiple Services Table 2 - Evaluation Criteria Evaluation Criteria 2.2. The evaluation process will consist of review and evaluation of proposals received by a team consisting of LARPD personnel and consultants. The following is an outline of the procedures LARPD will use in the selection process: LARPD organizes the Screening and Selection Committee (Committee) The Committee reviews the proposals submitted by the prospective vendors The Committee selects proposals, which qualify based on the qualifications and previous experience performing similar work The Committee will determine and identify the vendors that are qualified to perform the services and will rank the vendors based on their demonstrated competence and professional qualifications deemed necessary for the satisfactory performance of the services required. Vendors with top ranking proposals may be selected for an interview The Committee will make selection based on qualifications. Negotiations will be undertaken with the firm ranked most qualified with LARPD s goal being to secure the services at a cost equivalent to the lowest cost offered to LARPD by an approved & qualified vendor and provides to LARPD the best long range economic value by the qualified vendor If a contract cannot be successfully negotiated with the top rated vendor, the negotiations with the designated vendor may be determined in writing and negotiations may be started with the next highest rated vendor. This process will continue until the negotiations are successfully concluded with a firm. 6

7 3. Proposal Instructions 3.1. This section outlines the information that must be included in the proposal. Vendors should review this list to ensure that their proposals include all requested information prior to submission General Proposal Instructions and Due Dates Questions: All questions should be directed via only to Jay Stevens at by June 24, Questions received after this deadline will not be accepted Answers to submitted questions will be provided via an RFP addendum via on June 28, 2016 to all vendors that have confirmed their intent to propose Proposals Due: One (1) original, three (3) printed copies, and one (1) electronic version (on CD or memory stick) must be received no later than 5:00 PM, July 15, 2016 addressed to: Don Humphrey Livermore Area Recreation & Park District 4444 East Avenue Livermore, CA Proposals must be sealed and clearly Marked Proposal Telecommunications Services on the envelope Requests for extension of the submission date will not be granted unless deemed in the best interests of LARPD. Vendors submitting proposals should allow for normal mail or delivery time to ensure timely receipt of their proposal Proposal Format Proposals should follow the format provided in 5.2. Format of Response Please include a Table of Contents at the beginning of the proposal clearly outlining the contents of each section Please provide the following sections, as a minimum: 1. Understanding of Project Objectives 2. Response to Carrier Services Specifications 3. Disclosures and Contractual Requirements 4. Appendices 7

8 All proposals must be signed by a duly authorized official representing the vendor Only written communication from LARPD may be considered binding. LARPD reserves the right to terminate the selection process at any time and to reject any or all proposals. The contract will be awarded to the vendor whose overall proposal best meets the requirements of LARPD LARPD shall not be liable for any pre-contract costs incurred by interested vendors participating in the selection process The contents of each vendor's proposal to LARPD shall remain valid for a minimum of 150 calendar days from the proposal due date Vendors should provide copies of all sample contracts for proposed services and support LARPD will require the vendor selected to agree to include the contents of this RFP and all written representations, warranties, and commitments in the proposal and related correspondences as contractual obligations when developing final written contracts for services. 8

9 4. Telecom Services Specifications 4.1. Telecommunications Services RFP Specifications and Proposal Requirements This section of the RFP contains the specifications and details regarding LARPD s Telecommunications Services requirements General Instructions 4.3. Written proposals are required by LARPD for a telecommunications solution as described in the sections below The proposal is estimated to be awarded in August The proposal will be awarded-based on the overall proposal and in the best interests of LARPD. Prices should be shown for each line item. LARPD reserves the right to accept the proposal or proposals that are, in its judgment, the best and most favorable to the interests of LARPD, to reject the low price proposal, to accept any item of any proposal, to reject any and all proposals, and to waive irregularities and informalities in any proposal submitted or in the RFP process Proposals are to be made in good faith, without fraud, collusion, or connection of any kind with any other contractor for the same work. If the use of subcontractors is approved, they shall assume all rights and obligations toward the contractor that the contractor assumes toward the Owner The proposal shall constitute a binding offer to provide the above-noted product(s) to LARPD and may not be withdrawn once LARPD has awarded the contract to the successful vendor LARP must comply with the California Freedom of Information Act ( FOIA ). LARPD cannot represent or guarantee that any information submitted in response to the RFP will be confidential. If LARPD receives a request for any document submitted in response to the RFP, LARPD s sole responsibility will be to notify respondent of a request for such document to allow the respondent to seek protection from disclosure in a court of competent jurisdiction. No documentation will be provided under FOIA until the contract has been awarded The vendor should clearly state which services and/or solutions they are proposing PRI Services Functional Requirements Alternate Inbound Routing Local and Long Distance Calling Direct Inward Dial DID Fail over from PRI Line at RLCC to PRI line at Trevarno Meaning, in the event of a PRI failure at RLCC, all DID telephone numbers are automatically routed to the PRI connection at Trevarno. 9

10 SIP Services Option Meaning, in the event of PRI failure at Trevarno, all DID telephone numbers are automatically routed to the PRI connection at RLCC The proposed SIP services should be configured with G.711 Compression Each SIP Connection shall be configured with 50 Simultaneous Calls The selected VoIP telephone system will be installed with 2 cores located at RLCC and another at Trevarno. The system will be configured to route calling traffic using both PRI/SIP connections Mb WAN Connections WAN Connections LARPD requires provision of high bandwidth, highly reliable Point to Point 100Mb WAN Connections A Service Level Agreement (SLA) for network availability of at least 99.99% Provide a discussion of the implementation and testing process, including the latest possible agreement date from which the provider will guarantee service availability. Internet 100mb 100mb 10mb 100mb Trevarno (MDF) (1) G-POE+ MSC (MDF (1) G-POE+ 10 RLCC MAIN (MPOE) (3) G-POE+ (stacked) RLCC MAIN (IDF) (3) G-POE+stacked) RLCC REC (MDF) (2) G-POE+ (stacked) Rangers (MDF) (1) G-POE+

11 5. Instructions to Proposer 5.1. General LARPD is seeking a highly reliable telecommunications solution that will provide LARPD with superior service at a reasonable cost Format of Response The proposal should follow the outline of the RFP document. Each information item requested should have an appropriate response such as Read and understood or the pertinent information requested The proposer should address each point listed in the RFP in a separate document that references the corresponding RFP section/paragraph number. In this way, LARPD will be able to discuss the specific information requested and review the response without a cumbersome matching process Vendor Company Information Please provide a description of your company background to include the following: How long the company has been in business A brief description of the type and number of employees working for the company locally and nationwide Length of time in the telecom industry The number of customers that currently use the proposed services The company s future strategy for the proposed solution Company ownership Evidence of financial strength and long-term viability, including a summary of the company s most recent annual financial results Number of office locations Address of the nearest location to LAPRD Address of proposer s local office responding to the RFP Specific company representative assigned to be LARPD s contact, including name, address, phone, fax, and Subcontractors and/or Partners List all subcontractors and/or partners required to complete this project along with the portion of the project they will be responsible for Company name Company address Description of work to be performed or services to be provided. 11

12 6. Carrier Services 6.1. Current Services Overview LARPD currently uses Primary Rate Interface (PRI), Centrex and business lines for voice calling. It is the intent of LARPD to discontinue the use of most of these lines and move the calling traffic to a centralized PRI/SIP service using Direct Inward Dialing LARPD has 300 DID numbers. 12

13 7. Service and Support 7.1. End-to-End Service Please indicate whether the proposer will provide end-to-end, or last-mile connectivity for each service proposed. If another service provider will be delivering this connectivity, please provide the name of the last-mile provider Upgrades and Service Migration Service Order Charges What is the current cost for service order charges related to additions, disconnects, or changes in service? Account Team Will you assign a dedicated account team to oversee orders, changes, billing, and service issues? Will this account team be responsible for all services provided? Provide account team member names, titles, contact information, and escalation protocol. 13

14 8. References 8.1. Provide at least three references using similar services in the area in the tables provided below, expanding them as necessary to include all relevant information While you are free to provide any references, ideally, LARPD would like to talk with references of similar type and application Be advised, references are a major element of the customer s selection criteria. Customer Name Contact Name Contact Address Contact Telephone Number Contact Installation Date of Comparative Services Description of Comparative Services (please be specific) Customer Name Contact Name Contact Address Contact Telephone Number Contact Installation Date of Comparative System Description of Comparative Services (please be specific) Table 3 - References Reference 1 Reference 2 14

15 Reference 3 Customer Name Contact Name Contact Address Contact Telephone Number Contact Installation Date of Comparative Services Description of Comparative Services (please be specific) 15

16 9. Pricing 9.1. Voice Services Pricing Expand the following table as needed to provide itemized pricing to meet the voice services requirements. Include pricing for one- and three year contract terms. Table 4 - Voice Services Pricing SIP Circuit RLCC 4444 East Avenue, Livermore, CA (50 Simultaneous calls)(g.711) SIP Circuit Trevarno 71 Trevarno Ave., Livermore, CA. (50 Simultaneous calls 1-Year Contract One- Time Charge Monthly 3-Year Contract One- Time Charge Monthly PRI Circuit RLCC 4444 East Avenue, Livermore, CA PRI Circuit Trevarno - 71 Trevarno Ave, Livermore, Ca 300 DID Number Port from Centrex and business lines Cost Per DID Number Usage 0-8 miles (per minute) 8-15 miles (per minute) Over 15 miles (per minute) Intrastate LD (per minute) Interstate LD (per minute) International 16

17 Table 6 - Wide Area Network Connections 100Mb Internet Connection 4444 East Avenue, Livermore, CA 100Mb Internet Connection 71 Trevarno Rd, Livermore, CA 100 Mb Internet Connection 3500 Robertson Drive, Livermore, CA 10 Mb Internet Connection 5035 Arroyo Road, Livermore, CA 1-Year Contract One- Time Charge Monthly 3-Year Contract One- Time Charge Monthly 17

18 Table 6a Alternative Wide Area Network Connections The District would like to implement the 100Mb connections to each site as described above. However, we recognize that achieving that goal at these speeds may be a challenge. If you offer other comparable services in these areas, please expand the following table to provide any construction, installation and Monthly costs for those services. For each service you list, please provide a description of the service and the speeds that can be offered. Internet Connection 4444 East Avenue, Livermore, CA Internet Connection 71 Trevarno Rd, Livermore, CA Internet Connection Robertson Drive, Livermore, CA Internet Connection Arroyo Road, Livermore, CA Alternative 1-Year Contract 3-Year Contract Service Offering One- Time Charge Monthly One- Time Charge Monthly 18

19 10. Disclosures and Contractual Requirements Please note that any exceptions to the following requirements, as well as other sections, should be addressed in a separate section of the Vendor s Proposal Interpretations, Clarifications and Addenda No oral interpretations will be made to any vendor as to the meaning of the Proposal Documents. Any inquiry or request for interpretation received by LARPD before 5:00pm on June 24, 2016, will be given consideration. Send all questions to Jay Stevens at jstevens@larpd.org LARPD reserves the right to amend this RFP prior to the proposal due date. Addenda or addendum will be published on LARPD s website at In case any Proposer fails to acknowledge receipt of such addenda or addendum, his/her proposal will nevertheless be construed as though it had been received and acknowledged and the submission of his/her Proposal will constitute acknowledgment of the receipt of same. All addenda are a part of the Proposal Documents and each Proposer will be bound by such addenda, whether or not received by him/her. It is the responsibility of each Proposer to verify that he/she has received all addenda issued before Proposals are opened Rejection of Proposal Proposals that are not prepared in accordance with these instructions to vendors may be rejected or disqualified. If not rejected, LARPD may require the correction of any deficiency and accept the corrected Proposal Acceptance of Proposals LARPD reserves the right to accept the Proposal that is, in its judgment, the best and most favorable to the interests of LARPD, to reject the low price Proposal, to accept any item of any Proposal, to reject any and all Proposals, and to waive irregularities and informalities in any Proposal submitted or in the Request for Proposals process Taxes The prices quoted herein shall agree with all California and Federal Tax Laws and regulations. 19

20 10.5. Compliance with Applicable Laws Vendor agrees to comply with all applicable laws, regulations, and rules promulgated by any Federal, State, County, Municipal and/or other governmental unit or regulatory body now in effect or which may be in effect during the performance of the services. Included within the scope of the laws, regulations, and rules referred to in this paragraph, but in no way to operate as a limitation, are all forms of public utility and Interstate and Interstate Commerce Commission regulations Indemnification Vendor will agree to defend, indemnify, and save harmless LARPD, its boards, commissions, officers, employees and agents, from and against any and all claims, suits, actions liability, loss, damage, expense, cost (including, without limitation, costs and fees of litigation) of every nature, kind or description, which may be brought against, or suffered or sustained by, LARPD, its boards, commissions, officers, employees or agents caused by, or alleged to have been caused by, the negligence, intentional tortuous act or omission, or willful misconduct of Vendor, its officers, employees or agents in the performance of any services or work pursuant to this Agreement. 20

21 SERVICE AGREEMENT BETWEEN LIVERMORE AREA RECREATION AND PARK DISTRICT AND SERVICE PROVIDER (NAME) (TITLE OF PROJECT) 21

22 SERVICE AGREEMENT BETWEEN LIVERMORE AREA RECREATION AND PARK DISTRICT AND SERVICE PROVIDER (NAME) This SERVICE AGREEMENT (hereinafter Agreement ), effective as of, and is made and entered into by and between LIVERMORE AREA RECREATION AND PARK DISTRICT, a California independent Special District (hereinafter LARPD or District ) and (hereinafter Provider ); 1. Witnesseth WHEREAS, LARPD has determined that it is necessary and desirable to secure certain technical and professional services to PROJECT DESCRIPTION; and WHEREAS, Provider represents it is qualified and willing to provide such services pursuant to the terms and conditions of this Agreement; NOW, THEREFORE: The parties hereto do mutually agree as follows: This Agreement is fully comprised of these terms and the attached exhibits which are incorporated herein by reference. The exhibits attached to this Agreement are: Exhibit A - Work Plan Exhibit B - Project Team Exhibit C - Project Schedule and Deliverables Exhibit D - Compensation 2. Statement of Work Subject to the terms and conditions set forth in this Agreement, Provider shall provide to LARPD the services described in Exhibit A, in accordance with the provisions contained in Exhibit A, and according to the schedule and budget identified in Exhibits C and D. Provider shall not be compensated for services outside the scope of Exhibit A unless otherwise agreed upon pursuant to Section 6 of this Agreement. 3. Project Managers During the performance of this Agreement, the representative project managers for LARPD and Provider will be: LARPD: Provider: LARPD PROJECT MANAGER NAME PROVIDER PROJECT MANAGER NAME

23 4. Term Time is of the essence in this Agreement. The term of this Agreement is START DATE through END DATE, unless an extension of time is granted in writing by LARPD. The various phases involved in this project shall be completed as indicated in Exhibit "C" Project Schedule and Deliverables. 5. Assignability Provider shall not assign any interest in this Agreement, and shall not transfer the same, without the prior written consent of LARPD. 6. Modification of Agreement No alteration, modification, or deviation of the terms of this Agreement shall be valid unless made in writing and signed by both parties. No oral understanding or agreement not incorporated herein, shall be binding on any of the parties. LARPD may request, at any time, amendments to this Agreement and will notify Provider in writing regarding changes. Upon a minimum of ten (10) days notice, Provider shall determine the impact on both time and compensation of such changes and notify LARPD in writing. Upon agreement between LARPD and Provider as to the extent of these impacts on time and compensation, an amendment to this Agreement shall be prepared describing such changes. Such amendments shall be binding on the parties if signed by LARPD and Provider, and shall be effective as of the date of the amending document unless otherwise indicated. 7. Costs and Reimbursements A. Maximum Agreement Amount/Budget Amendments The total sum billed under this Agreement shall not exceed ($xxx,xxx), including all costs, overhead, and fixed fee expenses. Such billings, up to the specified amount, shall constitute full and complete compensation for Provider's services. LARPD shall pay Provider for services rendered pursuant to this Agreement in accordance with the provisions contained in Exhibit D. The payments specified in Exhibit D shall be the only payments to be made to Provider for the services rendered pursuant to this Agreement unless otherwise agreed pursuant to Section 6. B. Progress Payments Provider shall invoice LARPD at the end of the month for services performed during the previous month. Provider shall be paid following the receipt and approval of each invoice by LARPD. Progress payment invoices shall be numbered sequentially and identify the total Agreement amount, amount previously invoiced, current invoice, and remaining available amounts. C. Billing Format and Content 23

24 Requisitions for payment shall refer to PROJECT TITLE, or as may be specified in a written notice by LARPD. All billings shall be in the same format as Exhibit D. Specific budget category detail is given below: 1. Hourly Labor Rates: This project will be billed on a time and materials basis using fixed billing rates, up to the Agreement maximum. All labor charges shall be billed on an hourly rate basis by class of employee, rate per hour, and number of hours. (Anticipated personnel cost-of-living or merit increases, if any, should be reflected in the budget). 2. Subprovider/Subcontractor Charges: All subprovider/subcontractor or billings (as applicable) shall identify the name of the subprovider/subcontractor or, the amount of work performed (as categorized in the budget), the reimbursement rate, the total amount billed, and the date and amount paid by Provider. 3. Overhead: All overhead shall be included in the fixed billing rate. 4. Direct Costs: All direct costs billed shall be specifically identified. Any travel costs shall not exceed the per diem and mileage rates payable to LARPD employees. Any direct costs not specifically identified in the Agreement budget cannot be reimbursed. 5. Fixed Fee: A fixed fee on labor shall be included in fixed billing rate. D. Allowable Costs and Documentation All costs charged to this Agreement by Provider shall be supported by properly executed payrolls, time records, invoices, and vouchers, evidencing in proper detail the nature and propriety of the charges. E. Final Billing Final billing shall be received by LARPD no later than 60 days after the end date of this Agreement. An extension of time may be granted by LARPD upon receiving a written request 30 days in advance of that said time limitation. This Agreement will be closed no later than 90 days following the end date of this Agreement. LARPD shall have no obligation or liability to pay any invoice for work performed which the Provider fails or neglects to submit within 60 days, or any extension thereof granted by LARPD, after the work is accepted by LARPD. 8. Progress Reports Provider shall submit written progress reports with each invoice and shall specify, by task, the percentage of work completed to date and since the date of the preceding invoice, if any. The progress reports shall describe the status of work performed as identified in Exhibit A. The purpose of the reports is to allow LARPD to determine if Provider is completing the activities identified in Exhibit A in accordance with the agreed upon schedule, and to afford occasions for airing difficulties or special problems encountered so remedies can be developed. Provider's Project Manager shall meet with LARPD s Project Manager, as identified under Section 3, as needed to discuss work progress. 24

25 9. Inspection of Work Provider, and any subcontractors, shall permit LARPD the opportunity to review and inspect the project activities at all reasonable times during the performance period of this Agreement including review and inspection on a daily basis. 10. Staffing There shall be no change in Provider's Project Manager, or members of the project team, without prior written approval by LARPD. The Project Manager shall be responsible for keeping LARPD informed of the progress of the work and shall be available for meetings with the LARPD Board, and its formal committees. 11. Subcontracting Provider shall perform the work with resources available within its own organization, unless otherwise specified in this Agreement. No portion of the work included in this Agreement shall be subcontracted except as identified in Exhibit B of this Agreement, or with written authorization by LARPD. All authorized subcontracts shall contain the same applicable provisions specified in this Agreement. A. Termination by LARPD 12. Termination of Agreement LARPD may terminate or suspend this Agreement at any time by giving written notice to Provider of such termination, and the effective termination date, at least thirty (30) days before the effective date of such termination. In such event, all finished or unfinished documents and other materials pertaining to this Agreement shall become the property of LARPD. If this Agreement is terminated by LARPD, as provided herein, Provider shall be reimbursed for billings incurred prior to the termination date, in accordance with the cost provisions of this Agreement. B. Termination for Cause If Provider shall fail to fulfill in a timely and proper manner its obligations under this Agreement, or if Provider violates any of the covenants, provisions, or stipulations of this Agreement, LARPD shall thereupon have the right to terminate the Agreement by giving not less than ten (10) days written notice to Provider of the intent to terminate and specifying the effective date thereof. LARPD shall provide an opportunity for consultation with Provider prior to termination. In such an event, all finished documents, data, studies, surveys, drawings, maps, models, photographs, reports or other materials prepared by Provider under this Agreement shall become properties of LARPD. If LARPD terminates this Agreement, Provider shall immediately suspend its activities under this Agreement, as specified in such notice. Provider shall promptly deliver to LARPD copies of all information prepared pursuant to this Agreement. Provider shall be entitled to receive compensation for all satisfactory work completed prior to the effective date of termination. 25

26 13. Prevailing Wage and Compliance with Laws, Rules and Regulations A. Compliance with All Applicable Laws All services performed by Provider pursuant to this Agreement shall be performed in accordance and full compliance with all applicable federal, state, or local statutes, rules, and regulations. This includes compliance with prevailing wage rates and their payment in accordance with California Labor Code section 1770 et seq. B. Pay Prevailing Wage Pursuant to section 1770 et seq. of the California Labor Code, Provider and any subcontractor shall pay not less than the prevailing wage. A determination of the general prevailing rates of per diem wages and holiday and overtime work where the work is to be performed is available for review upon request at the LARPD offices. The General Prevailing Wage Determinations and the General Prevailing Wage Apprentice Schedules made by the Director of Industrial Relations are also now available on the Internet at Provider shall post one copy of the prevailing rates of wages at the job site. Provider shall forfeit as penalty to LARPD the sum of up to two hundred dollars ($200.00) for each calendar day or portion thereof, and for each worker, including subcontractors workers, paid less than the prevailing rates under the Agreement. In addition, the difference between such prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate shall be paid to each worker by the Provider as provided in section 1775 of the California Labor Code. C. Work Day Eight (8) hours labor constitutes a legal day s work. Workers shall be paid at a rate of one and one-half times the basic rate of pay for work in excess of eight (8) hours during a calendar day or forty hours during a calendar week of the foregoing hours. Provider shall keep and make available an accurate record showing the name of each worker and hours worked each day and each week by each worker. As a penalty, Provider shall forfeit two hundred dollars ($200.00) for each worker, including subcontractors workers, for each calendar day during which the worker is required or permitted to work more than eight (8) hours in any one calendar day and forty (40) hours in any one calendar week without being paid the wages required by Labor Code Section D. Income Tax Forms Provider shall issue W-2 forms or the forms as required by law for income and employment tax purposes for all of Provider s assigned personnel. E. Payroll Record Keeping Provider shall also comply with the payroll record keeping requirements of Section 1776 of the California Labor Code and shall be responsible for each subcontractor complying with the requirements of the California Labor Code sections 1770 et seq. 26

27 F. City Business License Prior to the LARPD s execution of this Agreement and prior to the Provider engaging in any operation or activity set forth in this Agreement, Provider shall obtain a City of Livermore business license. Provider shall keep the business license in full force and effect during the term of this Agreement. 14. Standard of Performance Provider shall perform all services required pursuant to this Agreement in the manner according to the standards currently observed by a competent practitioner of Provider s profession in California. All products of whatsoever nature which Provider delivers to LARPD pursuant to this Agreement shall be prepared in a professional manner and conform to the standards to quality normally observed by a person currently practicing in Provider s profession. Provider shall assign only competent personnel to perform. 15. Confidential Information Provider acknowledges and agrees that, in the performance of the services under this Agreement or in the contemplation thereof, Provider may have access to private or confidential information which may be owned or controlled by LARPD and that such information may contain proprietary or confidential details, the disclosure of which to third parties may be damaging to LARPD. Provider agrees that all information disclosed by LARPD to or discovered by Provider shall be held in strict confidence and used only in performance of the Agreement. Provider shall exercise the same standard of care to protect such information as a reasonably prudent Provider would use to protect its own proprietary data, and shall not accept employment adverse to LARPD s interests where such confidential information could be used adversely to LARPD s interest. Provider agrees to notify LARPD immediately in writing if it is requested to disclose any information made known to or discovered by the Provider during the performance or in connection with this Agreement. The provisions of this Section shall remain fully effective indefinitely after the term of this Agreement. A. Independent Capacity 16. Conflict of Interest Provider and the agents and employees of Provider, shall act in an independent capacity in the performance of this Agreement, and not as officers, employees, or agents of LARPD. No officer, member, or employee of LARPD who exercises any functions or responsibilities in the review or approval of the work provided pursuant to this Agreement shall: 1. Participate in any decision relating to this Agreement which affects his or her personal interest or the interest of any corporation, partnership, or association in which he has, directly or indirectly, any interest; or 2. Have any interest, direct or indirect, in this Agreement or the proceeds thereof during his or her tenure or for one year thereafter. 27

28 B. Covenant of No Interest Provider hereby covenants that it has, at the time of the execution of this Agreement, no interest, and that it shall not knowingly acquire any interest in the future, direct or indirect, which would conflict in any manner or degree with the performance of services required to be performed pursuant to this Agreement. Provider further covenants that in the performance of this work, no person having any such interest shall be employed. C. Statement of Economic Interest Provider hereby agrees that upon the request of LARPD, Provider shall complete a Statement of Economic Interest, also known as a Form 700, as identified in the California Fair Political Practices Act. 17. Contingency Fees Provider warrants, by execution of this Agreement, that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement or understanding for a commission, percentage, brokerage, or contingency fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by Provider for the purpose of securing business. For breach or violation of this warranty, LARPD has the right to terminate this Agreement without liability allowing payment only for the value of the work actually performed, or to deduct from the Agreement price, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingency fee. 18. Documentation The Provider shall document the results of all work to the satisfaction of LARPD. This may include, but not be limited to, preparation of progress and final reports, calculations, plans, specifications, estimates, evaluations, and other records. 19. Ownership of Documents Aerial photos, topographic mapping, tracings, plans, specifications, as-built plans, electronic files, technical data, evaluations, and all other documents prepared, assembled, or obtained by the Provider under this Agreement shall be made available, at any time, upon request to LARPD without restriction or limitation on their use and shall be delivered to and become properties of LARPD upon completion of the work pursuant to this Agreement. 20. Copyrights The Provider shall not have copyrights of reports or products of this Agreement. A. Written Approval of LARPD 21. Publication 28

29 No report, information, or other data given to or prepared or assembled by Provider pursuant to this Agreement, shall be made available to any individual or organization by Provider without the prior written approval of LARPD. B. Acknowledge LARPD Any and all reports published by Provider shall acknowledge that it was prepared in cooperation with LARPD. Articles, reports, or works reporting on the work provided for herein or on portions thereof which are published by Provider shall contain in the forward, preface, or footnote the following statement: The contents of this report reflect the views of the author who is responsible for the facts and the accuracy of the data presented herein. The contents do not necessarily reflect the official views or policies of Livermore Area Recreation and Park District. This report does not constitute a standard, specification, or regulation. 22. Disputes Except as otherwise provided in this Agreement, any dispute concerning a question of fact which is not disposed of by mutual agreement shall be decided by a court of competent jurisdiction. 23. Hold Harmless Provider agrees to indemnify, defend (upon request of LARPD) and hold harmless LARPD, its officers, agents, and employees from any and all actions, causes of action, claims, demands, costs, liabilities, judgments, penalties, losses, damages, and expenses of whatsoever kind and nature (including attorney's fees) for injuries to or death of any person or persons, or damage to property of third persons arising out of, pertaining to, or relating to the negligent acts, errors or omissions, recklessness, or willful misconduct of the Provider, its subcontractors, subproviders, or agents, and their respective employees in the performance of the work to be provided pursuant to this Agreement. 24. Insurance On or before beginning any of the services or work called for by any term of this Agreement, Provider, at its own cost and expense, shall procure, carry, maintain for the duration of the Agreement, and provide proof thereof that is acceptable to LARPD the insurance specified in subsections A through C below with insurers and under forms of insurance satisfactory in all respects to the LARPD. Provider shall not allow any subcontractor to commence work on any subcontract until all insurance required of the Provider has also been obtained for the subcontractor. Verification of this insurance shall be submitted and made part of this Agreement prior to execution. A. Workers Compensation 29

30 Provider shall, at Provider s sole cost and expense, procure and maintain Statutory Workers' Compensation Insurance and Employer's Liability Insurance for any and all persons employed directly or indirectly by Provider. Said Statutory Workers' Compensation Insurance and Employer s Liability Insurance shall be provided with limits of not less than the amount required by law. In the alternative, Provider may rely on a self-insurance program to meet these requirements provided that the program of self-insurance complies fully with the provisions of the California Labor Code. The insurer, if insurance is provided, or the Provider, if a program of self-insurance is provided, shall waive all rights of subrogation against LARPD for loss arising from work performed under this Agreement. In signing this AGREEMENT, the Provider certifies under section 1861 of the California Labor Code that Provider is aware of the Workers Compensation provisions contained in sections 3700 et seq. of the Labor Code. B. Commercial General and Automobile Liability Insurance Provider, at Provider s own cost and expense, shall procure and maintain commercial general and automobile liability insurance for the period covered by this Agreement in an amount not less than One Million Dollars ($1,000,000) per occurrence, combined single limit coverage for risks associated with the work contemplated by this Agreement. If a Commercial General Liability Insurance or an Automobile Liability form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Such coverage shall include but shall not be limited to, protection against claims arising from bodily and personal injury, including death resulting therefrom, and damage to property resulting from activities contemplated under this Agreement, including the use of owned and non-owned automobiles. Coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (ed. 10/01) and Insurance Services Office Automobile Liability form CA 0001 (ed. 12/93) Code 1 (any auto). Each of the following shall be included in the insurance coverage or added as an endorsement to the policy: 1. LARPD, its officers, employees, agents, and volunteers are to be covered as an additional insured with respect to each of the following: liability arising out of activities performed by or on behalf of Provider, including the insider s general supervision of Provider; products and completed operations of Provider; premises owned, occupied, or used by Provider. The coverage shall contain no special limitations on the scope of protection afforded to LARPD, its officers, employees, agents, or volunteers. 2. The insurance shall cover on an occurrence or an accident basis, and not on a claim made basis. 3. An endorsement must state that coverage is primary insurance and that no other insurance affected by LARPD shall be called upon to contribute to a loss under the coverage. 4. Any failure of Provider to comply with reporting provisions of the policy shall not affect coverage provided to LARPD and its officers, employees, 30

31 agents, and volunteers. 5. Insurance is to be placed with California-admitted insurers with a Best s rating of no less than A: VII. 6. Notice of cancellation or non-renewal must be received by LARPD at least thirty days prior to such change. C. Professional Liability Insurance Provider, at Provider s own cost and expense, shall procure and maintain for the period covered by this Agreement professional liability insurance for licensed professionals performing work pursuant to this Agreement in an amount not less than One Million Dollars ($1,000,000) per claim made and per policy aggregate covering the licensed professionals errors and omissions, as follows: 1. Any deductible or self-insured retention shall not exceed $150,000 per claim. 2. Notice of cancellation, material change, or non-renewal must be received by LARPD at least thirty days prior to such change and shall be included in the coverage or added as an endorsement to the policy. 3. The policy must contain a cross liability or severability of interest clause. 4. The following provisions shall apply if the professional liability coverage s are written on a claims made form: a) The retroactive date of the policy must be shown and must be before the date of the Agreement. b) Insurance must be maintained and evidence of insurance must be provided for at least five years after completion of the Agreement or the work, so long as commercially available at reasonable rates. c) If coverage is canceled or not renewed and it is not replaced with other claims made policy form with a retroactive date that precedes the date of this Agreement, Provider must provide extended reporting coverage for a minimum of five years after completion of the Agreement or the work. LARPD shall have the right to exercise at the Provider s cost, any extended reporting provisions of the policy should the Provider cancel or not renew the coverage. d) A copy of the claim reporting requirements must be submitted to LARPD prior to the commencement of any work under this Agreement. D. Deductibles and Self-Insured Retentions Provider shall disclose the self-insured retentions and deductibles before beginning any of the 31

32 services or work called for by any term of this Agreement. During the period covered by this Agreement, upon express written authorization of LARPD s Project Manager, Provider may increase such deductibles or self-insured retentions with respect to LARPD, its officers, employees, agents, and volunteers. LARPD may condition approval of an increase in deductible or self-insured retention levels upon a requirement that Provider procure a bond guaranteeing payment of losses and related investigations, claim administration, and defense expenses that is satisfactory in all respects to each of them. E. Notice of Reduction in Coverage In the event that any coverage required under subsections A, B, or C of this section of the Agreement is reduced, limited, or materially affected in any other manner, Provider shall provide written notice to LARPD at Provider s earliest possible opportunity and in no case later than five days after Provider is notified of the change in coverage. F. Additional and Alternative Remedies In addition to any other remedies LARPD may have if Provider fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, LARPD may, at its sole option: 1. Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under the Agreement; 2. Order Provider to stop work under this Agreement or withhold any payment which becomes due to Provider hereunder, or both stop work and withhold any payment, until Provider demonstrates compliance with the requirements hereof; 3. Terminate this Agreement. Exercise of any of the above remedies, however, is an alternative to other remedies LARPD may have and is not the exclusive remedy for Provider s breach. 25. Equal Employment Opportunity/Nondiscrimination During the performance of this Agreement, Provider, for itself, its assignees and successors in interest, agrees as follows: A. Compliance with Laws and Regulations Provider shall comply with all applicable Federal, State, and Municipal laws, rules, and ordinances in effect at the time of this agreement. Provider shall comply with provisions of LARPD Affirmative Action Contract Compliance Program ( Program ), which is herein incorporated by reference and made a part of this Agreement. B. Nondiscrimination 32

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

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

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

CONSULTANT SERVICES AGREEMENT

CONSULTANT SERVICES AGREEMENT CONSULTANT SERVICES AGREEMENT THIS AGREEMENT ( Agreement ) is made and entered into this 20 th day of December, 2012, by and between the City of Rio Vista, a municipal corporation of the State of California

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

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

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

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

INTRODUCTION TERMS AND CONDITIONS

INTRODUCTION TERMS AND CONDITIONS MASTER AGREEMENT FOR PROFESSIONAL SERVICES (AIA) (Unlimited) THIS AGREEMENT FOR PROFESSIONAL SERVICES shall become effective DATE, 2016, between the City of Meridian, a municipal corporation organized

More information

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

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

More information

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

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

More information

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

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

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

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

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

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc. AGENDA ITEM 1 H Consent Item MEMORANDUM DATE: May 4, 2017 TO: FROM: SUBJECT: El Dorado County Transit Authority Mindy Jackson, Executive Director Award Construction Contract for Capital Improvement Plan

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

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

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

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

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

More information

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

Midpeninsula Regional Open Space District 330 Distel Circle, Los Altos, CA 94022

Midpeninsula Regional Open Space District 330 Distel Circle, Los Altos, CA 94022 Midpeninsula Regional Open Space District 330 Distel Circle, Los Altos, CA 94022 REQUEST FOR QUALIFICATIONS & PROPOSALS For Consultant Pre Qualification for Graphic Design Services June 22, 2016 1. Invitation

More information

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements: Vendor Contract TERMS AND CONDITIONS OF PURCHASE 1. Acceptance. This Contract is conditional upon, and can be accepted only upon, the terms and conditions specified in this Contract. If Seller has previously

More information

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

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

More information

AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE)

AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE) AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE) This Agreement is made and entered into this (INSERT DATE HERE), 2015 between the Santa Maria Joint Union

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

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

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

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

More information

CONTRACT AGREEMENT between Tow Company ) Contract No.: 06-FSP-01 Street Address ) City, State ZIP Code ) ) (hereinafter "Contractor") ) ) ) ) ) and )

CONTRACT AGREEMENT between Tow Company ) Contract No.: 06-FSP-01 Street Address ) City, State ZIP Code ) ) (hereinafter Contractor) ) ) ) ) ) and ) CONTRACT AGREEMENT between Tow Company Contract No.: 06-FSP-01 Street Address City, State ZIP Code (hereinafter "Contractor" and Sacramento Transportation Authority Term: Dec. 1, 2006 Nov. 30, 2009 901

More information

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

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

More information

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

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # 24-09-CM BACKGROUND The City of Kirkland Economic Development Program is focused on business retention. The satisfaction of existing

More information

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

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

More information

Subcontract Agreement

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

More information

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

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

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

More information

CITY OF 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

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE 1. DEFINITIONS 1 2. COMPOSITION OF THE ARCHITECT-ENGINEER 1 3. INDEPENDENT CONTRACTOR 1 4. RESPONSIBILITY OF THE ARCHETECT-ENGINEER

More information

Staff Report. Suzanne McDonald, Financial Operations Manager (925)

Staff Report. Suzanne McDonald, Financial Operations Manager (925) .d Staff Report Date: February, 01 To: From: Reviewed by: Prepared by: Subject: City Council Valerie J. Barone, City Manager Karan Reid, Director of Finance Suzanne McDonald, Financial Operations Manager

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

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

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

REQUESTS FOR PROPOSALS ACTUARIAL SERVICES

REQUESTS FOR PROPOSALS ACTUARIAL SERVICES March 17, 2015 Dear Firm: REQUESTS FOR PROPOSALS ACTUARIAL SERVICES The City of West Hollywood, the Successor Agency to the West Hollywood Community Development Commission and the West Hollywood Housing

More information

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

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

More information

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

AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION COST PLUS FEE) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE

AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION COST PLUS FEE) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION COST PLUS FEE) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE THIS AGREEMENT, entered into this day of, by and between the Arkansas State Highway

More information

REQUEST FOR PROPOSALS (RFP) ARBORIST CONSULTANT SERVICES

REQUEST FOR PROPOSALS (RFP) ARBORIST CONSULTANT SERVICES REQUEST FOR PROPOSALS (RFP) ARBORIST CONSULTANT SERVICES INTRODUCTION The urban forest of Menlo Park is composed of trees growing along streets, in parks and on private property. The sustainability of

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

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

SECTION III: SAMPLE CONTRACT AGREEMENT FOR SERVICES

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

More information

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

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Issue Date: March 28, 2013 Responses due: April 18, 2013, 4:00 p.m. Pacific Local Time REQUEST FOR PROPOSAL I. PURPOSE OF REQUEST The

More information

Staff Report. City Council Sitting as the Local Reuse Authority

Staff Report. City Council Sitting as the Local Reuse Authority .aa Staff Report Date: June, 0 To: From: Prepared by: 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

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services Appendix C Sample Contract for Professional Services Contract # xxxx Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

More information

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

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

More information

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

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

More information

City of Albany, New York

City of Albany, New York City of Albany, New York REQUEST FOR PROPOSALS FOR THE PROVISION OF BOND COUNSEL SERVICES Proposal Number 2012-03 March 19, 2012 SECTION 1: PURPOSE 1.1 The City of Albany hereby requests proposals from

More information

CONSULTANT SERVICES AGREEMENT (Hazardous Material Assessment/ Abatement Consulting Services)

CONSULTANT SERVICES AGREEMENT (Hazardous Material Assessment/ Abatement Consulting Services) CONSULTANT SERVICES AGREEMENT (Hazardous Material Assessment/ Abatement Consulting Services) This AGREEMENT is made and entered into this day of in the year 20 ( EFFECTIVE DATE ), between the Los Alamitos

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL West Virginia Board of Risk and Insurance Management RIM:09092013 TABLE OF CONTENTS Section 1: General Information Section 2: General Terms and Conditions Section 3: Project Specifications

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

STORM DRAIN ENGINEERING DESIGN SERVICES

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

More information

City of Albany, New York Traffic Engineering

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

More information

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. Andrea Ouse, Director of Community and Economic Development Abhishek Parikh, Transportation Manager

Staff Report. Andrea Ouse, Director of Community and Economic Development Abhishek Parikh, Transportation Manager .d Staff Report Date: December, 1 To: From: Reviewed by: Prepared by: Subject: City Council Valerie J. Barone, City Manager Andrea Ouse, Director of Community and Economic Development Abhishek Parikh,

More information

INDEPENDENT CONTRACTOR AGREEMENT

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

More information

Services Agreement for Public Safety Helicopter Support 1

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

More information

REQUIRED AT PROPOSAL STAGE:

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

More information

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

PERSONAL SERVICES CONTRACT County of Nevada, California

PERSONAL SERVICES CONTRACT County of Nevada, California PERSONAL SERVICES CONTRACT County of Nevada, California This Personal Services Contract is made between the COUNTY OF NEVADA (herein "County"), and Kimley-Horn and Associates, Inc. (herein Contractor ),

More information

SHORT FORM STANDARD SUBCONTRACT. This Agreement is made this day of, 20, between

SHORT FORM STANDARD SUBCONTRACT. This Agreement is made this day of, 20, between SHORT FORM STANDARD SUBCONTRACT This Agreement is made this day of, 20, between (Contractor) and (Subcontractor). The work described in Section I below shall be performed in accordance with the prime contract

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

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No.

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No. Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE REQUEST FOR PROPOSALS - Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES Regional School

More information

Harbor Department Agreement City of Los Angeles

Harbor Department Agreement City of Los Angeles Harbor Department Agreement City of Los Angeles FIRST AMENDMENT TO FOREIGN-TRADE ZONE OPERATING AGREEMENT NO. 11-2985 BETWEEN THE CITY OF LOS ANGELES AND KOMAR DISTRIBUTION SERVICES JL ^^ THIS FIRST AMENDMENT

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

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

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS NOTICE TO BIDDERS Notice is hereby given that the City of Livermore invites sealed bids for FIRE AND BURGLAR ALARM MONITORING SERVICES IN CITY OWNED BUILDINGS. Each bid shall be in accordance with the

More information

SERVICE AGREEMENT CONTRACT NO.

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

More information

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

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

More information

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

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA The City of San Mateo Public Works Department hereby requests proposals from qualified firms to provide

More information

Request for Qualifications (RFQ #704-18) Establish a Hybrid Law Enforcement Model Consulting & Support Services

Request for Qualifications (RFQ #704-18) Establish a Hybrid Law Enforcement Model Consulting & Support Services Request for Qualifications (RFQ #704-18) To Establish a Hybrid Law Enforcement Model Consulting & Support Services Posted on website (http://www.publicpurchase.com/gems/cityoflancaster,ca/buyer/public/home):

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

REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK

REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK MAY 1, 2018 Effective Date: January 1, 2019 1 Introduction A. Overview and Reason for Competitive Request for Proposal Overland Park, Kansas

More information

SARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY

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

More information

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time) ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB

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

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# 2018-19 Issued By: Baker County Board of County Commissioners 55 North 3 rd Street

More information

OGC-S Owner-Contractor Construction Agreement

OGC-S Owner-Contractor Construction Agreement Owner-Contractor Construction Agreement This agreement is entered into as of ( Effective Date ) between Lone Star College (the "College"), a public junior college pursuant to Section 130.004 of the Texas

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

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance CITY OF MOBILE REQUEST FOR QUOTES April 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Locations: Project Number: Service Contract - Escalator Inspections

More information

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT INDEPENDENT CONTRACTOR AGREEMENT This agreement is entered into as of, 2004, by and between Rensselaer Polytechnic Institute (hereinafter called Rensselaer"), a non-profit educational institution with

More information

PURCHASE ORDER TERMS & CONDITIONS. Order Acceptance

PURCHASE ORDER TERMS & CONDITIONS. Order Acceptance PURCHASE ORDER TERMS & CONDITIONS Order Acceptance A. This Purchase order is limited to the terms and conditions contained on the face herein. Any additional or different terms proposed by Seller in any

More information

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

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

More information

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

ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O.

ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O. ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O. BOX ADDRESS CITY, STATE, ZIP TELEPHONE NO. FAX NO. THIS CONTRACT is

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

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

FORM CONTRACT FOR INDIGENT DEFENSE SERVICES

FORM CONTRACT FOR INDIGENT DEFENSE SERVICES FORM CONTRACT FOR INDIGENT DEFENSE SERVICES WHEREAS, the City of, Washington (hereinafter City ) provides indigent defense services to individuals who have been certified for representation in criminal

More information

PROFESSIONAL SERVICES AGREEMENT NO

PROFESSIONAL SERVICES AGREEMENT NO PROJECT: PROFESSIONAL SERVICES AGREEMENT NO. 000000 PROJECT MANAGER: PROJECT NO. CONSULTANT: THIS AGREEMENT is made and entered into by and between the Port of Olympia (hereinafter referred to as the "Port")

More information