COMPUTER AIDED DISPATCH, GEOGRAPHIC INFORMATION SYSTEM AND AUTOMATIC VEHICLE LOCATION FOR MACON COUNTY EMERGENCY MANAGEMENT

Size: px
Start display at page:

Download "COMPUTER AIDED DISPATCH, GEOGRAPHIC INFORMATION SYSTEM AND AUTOMATIC VEHICLE LOCATION FOR MACON COUNTY EMERGENCY MANAGEMENT"

Transcription

1 REQUEST FOR PROPOSALS RFP# p COMPUTER AIDED DISPATCH, GEOGRAPHIC INFORMATION SYSTEM AND AUTOMATIC VEHICLE LOCATION FOR MACON COUNTY EMERGENCY MANAGEMENT ISSUE DATE: DECEMBER 23, 2011 ISSUING DEPARTMENT: MACON COUNTY FINANCE DEPARTMENT 5 WEST MAIN STREET FRANKLIN, NC PHONE: (828) FAX: (828) ATTN: LINDSAY MCCONNELL, PURCHASING AGENT lmcconnell@maconnc.org PROPOSALS WILL BE RECEIVED UNTIL JANUARY 12, 2012 AT 3:00 p.m. PROPOSALS ARE TO BE SEALED AND MAILED VIA USPS TO THE ABOVE ADDRESS OR DELIVERED TO THE PURCHASING AGENT S OFFICE LOCATED IN THE MACON COUNTY ANNEX BUILDING AT 5 WEST MAIN STREET, FRANKLIN, NC PAGE 1

2 MACON COUNTY, NORTH CAROLINA FINANCE DEPARTMENT RFP No p December 23, 2011 REQUEST FOR PROPOSALS FOR COMPUTER AIDED DISPATCH, GEOGRAPHIC INFORMATION SYSTEM AND AUTOMATIC VEHICLE LOCATION FOR MACON COUNTY EMERGENCY MANAGEMENT Pursuant to North Carolina General Statue , Macon County is requesting and will accept sealed proposals for a Computer Aided Dispatch System and GIS Mapping Display System, including all software and hardware, until January 12, 2012, at 3:00 p.m. by Lindsay McConnell, Macon County Purchasing Agent, at the Macon County Annex Building, 5 West Main Street, Franklin, NC The sealed proposals shall be opened in the office of Lindsay McConnell, Macon County Purchasing Agent, Macon County Annex Building, 5 West Main Street, Franklin, NC on January 12, 2012 at 3:00 p.m. The proposals submitted shall not be subject to public inspection until the contract is awarded. Interested parties may obtain a complete description of the Computer Aided Dispatch System including all software and hardware from Lindsay McConnell, Macon County Purchasing Agent, 5 West Main Street, Franklin, NC 28734, Phone Number (828) , anytime between Monday and Friday, 8:00 a.m. until 4:00 p.m., except holidays. Any contract resulting from a proposals received shall be awarded to the person or entity that submits the best overall proposal as determined by the awarding authority. The factors to be considered by Macon County in awarding the contract including the following: 1. Ability and experience of person or entity making the proposal to perform the conformity of that person or entity to the specifications; 2. The proposal that will be in the best interest of Macon County; 3. The quality of the workmanship of the person or entity making the proposal; 4. The equipment performance of the equipment proposed by the person or entity making the proposal and the reliability of the same; 5. Design features contained in the proposal by the person or entity making the proposal which would be advantageous to Macon County; 6. Freedom of premature obsolescence of such systems by Macon County; 7. Ease of installation removal and servicing such systems; 8. Equipment interchangeability in such systems; 9. Safety and security provisions in such systems; 10. Warranties and service contracts available in the proposal; 11. Minimum installation time of such systems; 12. Redundancy of such systems; 13. Quality of Service on such systems; 14. Service response time on such systems; and 15. Price of such systems and service, though such shall not be the only consideration. Notwithstanding the foregoing, Macon County reserves the right to reject any or all proposals. PAGE 2

3 All proposals in response to this request for proposals contained herein shall be made to Lindsay McConnell Macon County Purchasing Agent in a sealed envelope containing proposal and be marked upon the outside the following: COMPUTER AIDED DISPATCH, GEOGRAPHIC INFORMATION SYSTEM AND AUTOMATIC VEHICLE LOCATION FOR MACON COUNTY EMERGENCY MEDICAL SERVICES. The name and address of the person or entity making the proposal must be plainly marked on the outside of each envelope. MAILING INSTRUCTIONS 1. Bidder submit a complete, fully executed RFP document. 2. If mailed, proposal should be forwarded by certified U.S. Postal Service. Please address and mark your bid as shown below. MACON COUNTY PURCHASING AGENT ATTN: LINDSAY MCCONNELL 5 WEST MAIN STREET FRANKLIN, NC COMPUTER AIDED DISPATCH, GEOGRAPHIC INFORMATION SYSTEM AND AUTOMATIC VEHICLE LOCATION FOR MACON COUNTY EMERGENCY MEDICAL SERVICES 3. If forwarded other than by U.S. Postal Service, delivery must be made directly to Macon County Purchasing Agent, Macon County Annex Building, 5 West Main Street, Franklin, NC NOTE: IF MAIL OR DELIVERY BY ANY OTHER MEANS IS DELAYED BEYOND THE DATE AND HOUR SET FOR BID OPENING, PROPOSAL THUS DELAYED WILL NOT BE CONSIDERED. PAGE 3

4 I. Description of Procurement Process A. Request for Proposal Macon County Government is seeking a prime vendor to provide a fully integrated single source solution; including implementation, service, training and maintenance of a Computer Aided Dispatch, Geographic Information System and Automatic Vehicle Location for Macon County Emergency Management. Pursuant to North Carolina General Statue , the contract will be awarded to the person or entity that submits the best overall proposal as defined by the awarding authority. The factors to be considered by Macon County in awarding the contract include the following: 16. Ability and experience of person or entity making the proposal to perform the conformity of that person or entity to the specifications; 17. The proposal that will be in the best interest of Macon County; 18. The quality of the workmanship of the person or entity making the proposal; 19. The equipment performance of the equipment proposed by the person or entity making the proposal and the reliability of the same; 20. Design features contained in the proposal by the person or entity making the proposal which would be advantageous to Macon County; 21. Freedom of premature obsolescence of such systems by Macon County; 22. Ease of installation removal and servicing such systems; 23. Equipment interchangeability in such systems; 24. Safety and security provisions in such systems; 25. Warranties and service contracts available in the proposal; 26. Minimum installation time of such systems; 27. Redundancy of such systems; 28. Quality of Service on such systems; 29. Service response time on such systems; and 30. Price of such systems and service, though such shall not be the only consideration. B. Interpretations and Clarifications: Requests for information or clarification of this RFP must be made in writing and addressed to Lindsay McConnell at the address, fax, or e mail address listed below, with e mail being the preferred method of communication no later than Thursday, January 12, 2012 at 10:00 am. NO EXCEPTIONS. Please reference the RFP page and topic. Lindsay McConnell Purchasing Agent 5 West Main Street Franklin, NC Phone: , Fax: E mail: lmcconnell@maconnc.org C. Submission of RFP: One (1) original and one (1) electronic copy of the proposal along with the Non Collusion Affidavit shall be submitted on or before January 12, 2012 at 3:00 p.m. to: PAGE 4

5 Macon County Purchasing Agent Attn: Lindsay McConnell 5 West Main Street Franklin, NC Sealed proposals should be clearly marked COMPUTER AIDED DISPATCH, GEOGRAPHIC INFORMATION SYSTEM AND AUTOMATIC VEHICLE LOCATION FOR MACON COUNTY EMERGENCY MEDICAL SERVICES. When received, all proposals and supporting materials, as well as correspondence relating to the RFP, shall become the property of the County. Proposals sent by fax will not be accepted. As allowed under NCGS , proposals shall not be subject to public inspection until a contract is awarded. In submitting a proposal, it is understood by the vendor that Macon County reserves the right to accept any proposal, to reject any and all proposals as non responsive and to waive any irregularities or informalities in proposals when to do so is in the best interest of Macon County. Any proposal may be withdrawn or modified by written request of the vendor, provided such request is received by the County at the designated address prior to the date and time set for receipt of proposals. If a proposal includes any propriety data or information, such data or information must be specifically identified as such on every page on which it is found. Data or information so identified will remain confidential to the extent allowed by North Carolina law and will be used by Macon County personnel solely for the purposes of evaluating proposals and conducting contract negotiations. The cost of preparing a response to the RFP will not be reimbursed by the County. After the RFP issue date, all communications between the Issuing Department and prospective Proposers shall be in writing. or facsimile questions will be accepted. Any inquiries, requests for information, technical questions, clarifications, or additional information shall be directed to Lindsay McConnell at the address, facsimile number, or on page one of this RFP. PAGE 5

6 NON COLLUSION AFFIDAVIT COMPUTER AIDED DISPATCH, GEOGRAPHIC INFORMATION SYSTEM AND AUTOMATIC VEHICLE LOCATION FOR MACON COUNTY EMERGENCY MEDICAL SERVICES 1. The signer of this document is the (Title) of (company), who is the respondent that has submitted the attached bid response. 2. The undersigned person is fully informed concerning the preparation and contents of the attached response and of all pertinent circumstances related to it, and is authorized to sign this affidavit. This affidavit is given under penalty of perjury as provided by law. 3. Such bid response is genuine and is not collusive of sham in any way whatsoever. 4. Neither the person responding nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including the signer of this affidavit, have in any way colluded, conspired, connived, or agreed, directly or indirectly, with any other respondent, firm or person to submit collusive or submit sham response in connection with the contract for which the attached response has been submitted or to refrain from responding in connection with such contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other responder, firm, or person to fix the price or prices in the attached response or of any other responder, or, to fix any overhead, profit, or cost to secure through collusion, conspiracy, connivance or unlawful agreement any advantage against the Board of County Commissioners, Macon County or any person interested in the proposed contract. 5. The price or prices quoted in the attached response are fair and proper and are not derived by any collusion, conspiracy, connivance or unlawful agreement on the part of the respondent or any of its agents, representatives, owners, employees, or parties in interest. Signature of Officer Subscribed and sworn to before me, this day of, 20. Notary Public My commission expires (SEAL) PAGE 6

7 MACON COUNTY GOVERNMENT EMERGENCY MEDICAL SERVICES 1. INTRODUCTION AND BACKGROUND The Computer Aided Dispatch, Geographic Information System and Automatic Vehicle Location system shall use state of art technology. No part of the proposed operating system shall be in testing mode, all components must be fully functional. The contract will be a firm fixed price contract. Macon County encompasses approximately 515 square miles with a population of approximately 33,922. It includes the Town of Franklin and the Town of Highlands. Public safety communications are processed by Macon County Dispatch, which is a division of Macon County Emergency Services. The center is located in Franklin at 104 East Main Street. The dispatch center serves 3 police agencies, 11 fire departments and 1 ambulance service and dispatches approximately 30,000 calls for service annually Project Objectives Macon County is seeking proposals for a seamlessly integrated Computer Aided Dispatch (CAD), Geographic Information System (GIS) and Automatic Vehicle Location (AVL) system. The proposed system must be capable of servicing a multi organizational/multijurisdictional Public Safety Answering Position (PSAP) and be customizable to the individual user. The proposed system must utilize a Windows platform and have an Application Programming Interface (API) available to enable existing Mobile and Records Management System (RMS) providers to develop bi directional interfaces to the CAD/GIS/AVL system. The proposed system must be able to interface to a system and include ANI/ALI and TDD data transfer. The proposed system must be able to interface with third party paging and alerting systems, as well as call question protocol applications. The proposed system must provide a one way interface to the State/NCIC system and must include a robust reporting module to allow agencies to extract statistical data for each agency by incident, time, date or unit. The following standard modules are required: Be on the Lookout (BOLO) Help/Online Book Paging/Faxing Master Vessel Index Wrecker/Tow Rotation Reports Vehicle File Pre fire Plans Command Line Entry Hydrants System Status Management GIS Based Event Analysis Routing GIS Imaging Warrants Master Name Index Dynamic Routing Car Chase Map Based Tow Rotation The following table describes the desired specifications of the system for the County: Software Total Number of System users: 20 Number of Full CAD Dispatch positions: 6 Number of CAD Administrator positions: 3 PAGE 7

8 Number of CAD View only positions: 1 Training Number of call takers and/or dispatchers to be trained: 16 Number of administrators to be trained: 4 Number of users to be trained on view only workstations: 0 Number of administrators to be trained on view only workstations: Proposal Costs All costs incurred by the Firm in preparing the proposal, or costs incurred in any other manner in responding to this proposal will be solely the responsibility of the Firm. All material and documents submitted by the Firms in response to this RFP become the property of Macon County and will not be returned Open Procurement The County reserves the right to lease and/or purchase more or less of each item or service at the unit price offered in the Vendor's system, unless the Vendor specifically and explicitly limits the response in this regard. The County reserves the right to negotiate with Vendors regarding variations to the original proposal(s) that may be in the best interest of the County. Proposals shall remain firm for thirty (30) days from opening Compliance with Industry Regulations and Standards During their work, construction and equipment installation, all contractors must meet or exceed current standards of the organizations and guidelines listed below: Federal Communications Commission (FCC) Electronic Industries Association (EIA) Institute of Electrical and Electronic Engineers (IEEE) American National Standards Institute (ANSI) The Environmental Protection Agency (EPA) Contractor Work Hours and Safety Standards Act Equal Opportunity Act Federal Aviation Authority (FAA) 1.5. Addenda to this RFP The Agency will not be responsible for oral interpretations given by any of its employees, representatives or others. The issuance of a written addendum is the only official method whereby interpretation, clarification or additional information can be given. If any addenda are issued to this RFP, the County will attempt to notify all prospective Vendors who have secured the RFP. However, it will be the responsibility of each Vendor, prior to submitting the competitive proposal, to contact the County s Point of Contact to determine if addenda were issued and to make such addenda a part of its competitive proposal. 2. Business Terms and Conditions 2.1. New Equipment, Software Version PAGE 8

9 The County shall accept only new equipment and the latest version of software and/or operating systems. Used and/or remanufactured equipment will not be accepted Vendor Commitment The Vendor must offer maintenance and upgrades for the operational software and hardware at its then current public released level during the term of the contract or any subsequent maintenance contracts with the County, pursuant to this RFP Payment Terms Following is the County s schedule for payments to the Vendor. 1. Initial Payment: The County will pay the Vendor a payment of 70 percent (70%) of software, services and first year software and equipment maintenance and 100 percent (100%) of the equipment and third party software amounts for the subsystem. 2. Installation Payments: Upon delivery and installation of the software and equipment of each subsystem published on the order form, the County shall be 20 percent (20%) of the software, services, and first year software and equipment maintenance amount. 3. Final Payment: The County shall make full and final payment on the order form upon the beginning of productive use of the subsystem for the remaining ten percent (10%) of software, services, and first year software and equipment maintenance amount for each subsystem placed into production, plus any unpaid amount. 4. Other Potential Milestones: a. Upon order the County will pay the Vendor 50 percent (50%) of custom interfaces and other customizations. b. Upon the beginning of productive use the County will pay the Vendor the remaining 50 percent (50%) of custom interfaces and other customizations. c. Upon order the County will pay the Vendor 100 percent (100%) of change orders Independent Contractor Status It is expressly understood and agreed that the proposing Vendor is an independent contractor at all times and for all purposes hereunder. Officers, employees or representatives of the Vendor will not be deemed in any way to be and shall not hold themselves out as employees, servants, representatives or agents of the County and will not be entitled to any fringe benefits of the County such as, but not limited to, health and accident insurance, life insurance, longevity, economic increases or paid sick or vacation leave. The Vendor will be solely responsible for payroll wages, for the withholding and payment of all income and social security taxes to the proper federal, state and local governments and for providing workers compensation and unemployment insurance of the Vendor Assignment of Contractual Rights It is agreed that the successful Vendor shall not assign, transfer, convey or otherwise dispose of the contract or its rights, title or interest in any part thereof, without prior PAGE 9

10 written notification to the County. All subcontractors providing on site services must be approved by the County Statement of Time A period of time, unless stated as a number of workdays, shall include Saturdays, Sundays, and holidays Non discrimination in Employment and Affirmative Action During the performance of this contract, the Vendor agrees as follows: 1. The Vendor will not discriminate against any employee or applicant for employment because of race, religion, color, sex or national origin, except where religion, sex or national origin is a bona fide occupational qualification reasonably necessary to the normal operation of the Vendor. The Vendor agrees to post, in conspicuous places available to employees and applicants for employment, notices setting forth the provisions of this non discrimination clause. 2. The Vendor, in all solicitations or advertisements for employees placed by or on behalf of the Vendor, will state that such Vendor is an equal opportunity employer. 3. Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting the requirements of this RFP Qualifications of Proposers The County may make such reasonable investigations as deemed proper and necessary to determine the ability of solicited and unsolicited Proposers to perform the work. Proposers must furnish the County all such information and data for this purpose as may be requested. The County reserves the right to inspect Proposers' physical plants prior to award to satisfy questions regarding Proposer capabilities. The County further reserves the right to reject any proposal if the evidence submitted by or investigations of such Proposer fails to satisfy the County that such Proposer is properly qualified to carry out the obligations of the contract and to complete the work contemplated herein Compliance with the Law Vendors shall adhere to all applicable federal, state and local laws ordinances and regulations while rendering services pursuant to any Agreement entered into as a result of this RFP Maintenance Software maintenance support is expected to be available on a hotline or similar capability so that County personnel may contact support technicians. A secure highspeed Internet connection is required for software troubleshooting. Vendors will offer a yearly maintenance contract for software support to begin upon acceptance of the system in their bid document. It is preferred that software maintenance annual prices quoted in the proposal will be firm for one year from date of acceptance Licenses, Permits and Approvals PAGE 10

11 The Vendor will obtain and pay for all permits, licenses and approvals necessary for them to perform their contracted services. The Vendor will comply with all of the laws ordinances, rules orders and regulations relating to performance of work. It is the County s responsibility to obtain and pay for FCC and other licenses they are required to obtain. The Vendor can assist the County in this process, if agreed to for the project, but in an advisory capacity only. 3. Proposal Format The proposal must contain the following sections, in the order and format described: Table of Contents: 1. Executive Summary 2. Company Profile 3. Response to Technical Requirements 4. Description of the Proposed System Software and Minimum System Requirements. 5. Project Management Services 6. Training Services 7. Maintenance, Warranty and Support information. 8. References. Provide at least three (3) reference sites of similar systems with contact name, phone number, address, applications installed, population served and date of installation. 9. Price Proposal. Include comprehensive, itemized pricing for each element of Proposer s bid. 4. Technical Requirements The Vendor s proposed application software must be capable of meeting the mandatory requirements as set forth in the application software checklists provided in this section. The County prefers that all proposed software be currently developed and installed in other jurisdictions. While some modification of the proposed software may be required on the part of the Vendor to meet the County s requirements, the County will not consider options where new system development is proposed for entire modules. The intention of the County is to purchase commercial off the shelf (COTS) software that has a high degree of functionality. When packages do not precisely meet the County s requirements, the Vendor must state the costs and schedule to update the packages to meet the County s specifications. The cost of all modifications to the Vendor s software must be included in the proposal cost submitted to the County. Modifications to the software must be made in such a way that the County will not be prevented from implementing future releases of the Vendor s software Functional Requirements Checklist Format Vendors are required to complete and submit all application software checklists included in this section. Each Vendor s application software will be evaluated based on the information in the checklists. These checklists will be included, along with the rest of the RFP, in the contract with the Vendor. Acceptance of the system will be contingent upon the Vendor s delivering software that includes all the features promised by the Vendor. PAGE 11

12 4.2. Mandatory Requirements The following requirements are MANDATORY features that must be available in the proposed system Response Codes The Vendor must use the following codes when completing the application software requirements matrix. For each feature listed, the Vendor must include one of the following codes in the Code column. When the PF or CD code is used, the Vendor must also include an explanation of the planned feature or custom development in the Exceptions section that follows the matrix. These exceptions must refer to the section and requirement number. SF Standard feature of the proposed software, currently available and installed at customer sites. PF Planned feature of the standard software, available in a future release. CD Feature will be provided as an agency specific custom developed option. NA This feature is not available and there is no plan to provide it. Vendors must complete the following general requirements questionnaire for the proposed application software. Apply a single response code, refer to instructions page for each feature listed. Blanks will be considered non responsive and are cause to remove the vendor from consideration CAD Requirements Item # Requirement Code General Specifications All equipment must comply with any and all applicable Federal Communications 1 Commission Regulations, Part 68 and Part 15, sub part J. All equipment must have been in service providing service to a client within the 2 Continental United States for a minimum of six (6) months. The system must be capable of complete dial up remote diagnostics and maintenance. 3 The vendor must offer a single point of contact for reporting troubles with E equipment, Logging Recorder, CAD and the mapping application. The vendor must offer software upgrades at no additional cost for the duration of the 5 maintenance agreement. 6 All training must be completed using the agencies data. The vendor must collect and load the agencies CAD data, including units, status codes 7 and event codes. The CAD system must be capable of a wide range of networking and communications options for the use of Local Area Networks using TCP/IP and asynchronous 8 communications. The CAD system must interface seamlessly to the other systems, including VoIP phone 9 system, VoIP radio system, and the IP based recorder. General CAD Functionality The CAD software package must provide computer aided dispatching and unit update windows, available units and stations inventory windows, active units status windows 9 and active calls windows. The CAD system must allow users to change color schemes within windows to add to 10 ease of use. PAGE 12

13 The CAD system must allow users to customize windows, including resizing and 11 repositioning windows, changing sort options and hiding or viewing columns. The system must allow users to change and save their window attributes and changes 12 (including window size and position, visible columns and column order) 13 Changes to window attributes and views must be permission based. The CAD system must allow for a default dispatcher profile in order to allow 14 agencies to maintain consistency in views of CAD screens The CAD software must be supplied with an E9 1 1 interface to allow easy entry of basic 15 call information into the system and to eliminate redundant data entry. The CAD system must allow for one click removal of location information auto filled 16 from E interface is not the location of the incident. The CAD system must be able to take Phase II Latitude/Longitude information and 17 recommend the nearest physical address. The CAD system must be able to take re bid Phase II information and recommend an 18 updated address to the user. The software must automatically assign an incident number to each CAD call. These 19 numbers must be comprised of the four digit year and a sequential number. The CAD system must allow case (OCA) numbers to be manually assigned on incidents 20 where desired. The CAD system must allow for multiple case/run numbers to be assigned to an 21 incident The system must allow for automatic case number/run number generation based on 22 disposition code The CAD system must allow Run or Department numbers to be automatically assigned 23 on dispatch. The CAD system must allow for each department to utilize its own set of case/run 24 number and allow numbers to be rolled monthly or yearly. 25 The software must support both field entry and command line entry of data. The CAD system must maintain a complete call detail record for each event and must be compatible with the incident reporting and records management subsystem. 26 The CAD system must track units during non emergency or routine functions that take 27 up a unit s time, such as time spent in court or in the squad room. The CAD system must automatically assign a priority to an incident based on the event 28 code utilized. The CAD system must allow for the assigned/default priority to be agency/organization 29 specific. 30 The CAD system must allow for at least nine call priorities. The CAD system must allow for the entry of an incident disposition when an incident is 31 closed. The CAD system must allow for an incident disposition to be changed after the incident 32 has been closed for any period of time. The CAD system must allow for a disposition to be required before the incident can be 33 closed. The CAD system must provide a list of disposition codes to be displayed when entering 34 a disposition code. The CAD system must provide a list of event codes (complaint types, incident types) to 35 be displayed upon demand when entering a new incident. The CAD system must allow entry of future calls. These pending calls are reported to the users at a pre determined time. The system will then alert the operator of the call 36 status and requirements. PAGE 13

14 37 38 The CAD system must allow multiple CAD functions to be in progress at the same time. The CAD system must provide function key access for frequently used screens and functions. The CAD system must provide an interactive help function with computer initiated 39 dialogues such as menu selections or Windows based point and click functions. 40 The CAD system must provide online access to complete help documentation. 41 The CAD system must provide context sensitive online help. 42 The CAD system must allow a closed CAD incident to be re opened. 43 The CAD system must maintain a file of all calls received. The CAD system must have a module to allow users to enter (back in) calls and data 44 after system downtime (Catch Up module). The CAD system must have the ability to log users off automatically after a predetermined 45 period of inactivity. The CAD system will allow users to track government mandated statistics (collect 46 Racial Profiling data). 47 The CAD system will require dates to be entered in an MMDDYYYY format. 48 The CAD system requires a military (24 hour) time format. 49 The CAD system will function in a single or multi jurisdictional environment. The CAD system must allow users to search and view jail inmate information when 50 applicable. The CAD system, where used simultaneously with EMD, must upgrade or downgrade 51 events based on information from EMD. The CAD system, where used simultaneously with EMD, must include EMD comments 52 in CAD narratives. The CAD system, where used simultaneously with EMD, must allow for the coexistence of CAD and EMD event codes: to either allow or prevent EMD codes 53 overwriting CAD codes. The CAD system, where used simultaneously with ProQA, must provide a narrative 54 reason if and when a ProQA session is terminated. The CAD system, where used simultaneously with ProQA, must include ProQA 55 questions as part of other CAD details. The CAD system, where used simultaneously with EMD, must allow restriction of EMD 56 functionality to users, as determined by management. 57 The CAD system must allow units to be logged in by unit #, badge # and radio. 58 The CAD system must allow for multiple personnel to be logged into one unit. The CAD system must allow dispatcher to view personnel information associated with 59 unit occupants. 60 The CAD system must allow dispatchers to search for officers by skills The CAD system must allow dispatchers to search vehicle ID numbers for personnel 61 information 62 The CAD system must allow paging of units (manually and automatically). The CAD system must transmit CAD incident numbers as part of alphanumeric pages The CAD system must allow faxing of incident details (manually and automatically). The CAD system must have the ability to exclude specific incident detail information 65 when faxed. The CAD system must have the ability to restrict users from manually entering a fax 66 number that is not defined in the system. 67 The CAD system must interface with TDD (Terminal Device for the Deaf) systems. PAGE 14

15 The CAD system must allow media files to be attached to CAD incidents and viewed. The following files must be supported: Windows Media Player files; Image files such as 68.tif,.jpg, etc.; Adobe.pdf files and Microsoft Word files (.doc). The CAD system must provide validation to ensure entry of proper two letter state 69 abbreviations, where used. The CAD system must allow for export of rip and run prints to remote printers on the 70 network. 71 Rip and run prints must be configurable. The CAD system must allow for export of data in ASCII format for use in third party 72 applications. 73 The CAD system must provide support for a minimum of five (5) unit types. The system must provide a system status management/coverage plan module that will utilize agency defined coverage plans to display unmanned EMS posts and resource 74 allocation. The system must alert users when EMS posts are unmanned (or resources have fallen 75 below system status/coverage plan requirements). The system will make recommendations for resource relocation based on the EMS 76 system status coverage plan. The system must allow users to relocate resources to EMS posts by drag and drop 77 functionality. Users must have the option to display the current EMS resource allocation/post 78 coverage at all times. The CAD system will recommend units for dispatch by considering the current EMS 79 post coverage. The CAD system must provide the ability to view in the traffic stop module previous 80 CAD incidents related to a particular vehicle. 81 The CAD system must allow multiple traffic stop screens to be open simultaneously. The CAD system s unit log must provide documentation of activities performed and the 82 identity of the user responsible for each activity. The CAD system will automatically determine the priority of the incident based upon 83 the incident type. 84 The CAD system will color code events in the active events display by priority. All CAD stations will be updated with new status information automatically and 85 immediately. 86 The CAD system must allow users to add information to an incident at any time. The CAD system must distinguish an in progress type incident from other pending 87 incidents. The CAD system must allow dispatchers to view/access narratives from the Narratives Viewer window for viewing, editing, adding information or sending to other CAD users. Feature will provide users the ability to quickly view all narratives for all calls. 88 The CAD system will allow users to be set up as call takers only and restrict such users 89 from dispatcher functions The CAD system must provide users the ability to stack or assign low priority calls to a 90 busy unit. The CAD system will allow units to be assigned to calls through drag and drop 91 functionality (clicking on a unit ID and dragging it to the call to be dispatched on). 92 The CAD system will allow dispatchers to have the ability to update unit statuses. The CAD system must provide the ability to place all units in a station out of service or 93 off duty at one time. The CAD system must provide the ability to place all units in a station in service or on 94 duty at one time. PAGE 15

16 The CAD system must allow users to place a unit en route or on scene after notification 95 from the unit even if the unit was not dispatched. The CAD system must allow users to view unit history/log information from command 96 line or function key Users must have the ability to view the CAD incident from the unit log when a CAD 97 incident number is displayed The CAD system must differentiate between active (dispatched) and pending (nondispatched) calls in the system monitor Users must be able to toggle between pending and active calls. 100 The CAD system must have a separate pending calls window. The CAD system must allow a dispatcher to control a single incident and units assigned to the incident, with the single incident being the only one showing on their monitor. 101 The CAD system shall allow for incidents to be stacked or held for a particular unit and 102 will distinguish the held call in the pending calls window. The CAD system shall allow for incidents to be re opened from CAD history screen and 103 CAD Inquire screen The CAD system must allow for duplicate incidents to be merged and all information is 104 transferred to the incident remaining open. When duplicate call exists in CAD history, there must be a visual indicator for the 105 dispatcher When entering an incident a pop up must appear to alert the dispatcher they are about 106 to cancel entry of the incident. The CAD system must allow users to quickly select any call from the display for 107 updating. The CAD system must allow units to be added as assisting (backup) units on a call after 108 it has been dispatched. The CAD system must automatically send a call back to the pending call queue if all 109 assigned units are preempted from that call. The CAD system must alert users of the existence of standard operating procedures 110 based upon call type and location. The CAD system must allow administrators to develop specific lists of questions for users to ask callers based upon event types. These questions must automatically 111 appear when a call with that event type is placed. 112 The CAD system must allow for handling of calls for towing service. The CAD system must allow for assignment of wrecker companies from a rotating wrecker company assignment table and must allow for automatic assignment of the 113 next company in a user defined rotation. The CAD system must allow for multiple wrecker rotation areas, each with their own 114 rotation order and type of rotation selection. The CAD System must track a history of all wrecker companies and their status on a 115 wrecker incident. The CAD system must allow for a wrecker to be returned to the wrecker assignment 116 list out of sequence and be used as the next up wrecker The CAD system must allow for assignment of wrecker companies outside of the rotation (owner s request) to accommodate callers requesting a specific wrecker 117 company. The CAD system must allow dispatchers to search for wrecker incidents by tag number, 118 make, model or color, owner name or wrecker company. 119 Partial or wildcard searching of wrecker information is required. The CAD system must provide the auto populate basic vehicle information into the 120 wrecker incident. PAGE 16

17 The CAD system must allow users to track/store impound, hold and release 121 information. The CAD system must provide a pre formatted input screen for quick entry of officerinitiated traffic stops. 122 The CAD system must provide a Function key for quick access to entry of traffic stops. 123 The CAD system must automatically query NCIC for vehicle registration on all methods 124 of traffic stop entries The CAD system must allow dispatchers to enter data on vehicles involved in incidents. 125 The CAD system must allow dispatchers to search for vehicles involved in prior incidents by VIN number, tag number, make, model or color. Partial or wildcard 126 searching of vehicle information is required. 127 The CAD system will allow users to place a call on hold in order to take another call. The CAD system will allow users the ability to save partially completed calls for service, which the user will then be able to retrieve and finish processing in any order. 128 The CAD system must allow users to enter a narrative of unlimited length on incidents The CAD system must allow users to add to a narrative as an incident progresses. The CAD system must allow a setup option that limits editing of narratives to the 131 creator of the narrative only. 132 The CAD system must include spell checking for narratives. 133 The CAD system must allow users to add to a narrative after an incident is closed. The CAD system must alert users of possible duplicate calls based upon incident 134 location. The CAD system must alert users of possible duplicate calls based upon user defined 135 radius search. 136 The CAD system must allow for the tracking and billing of false alarms. The CAD system must allow users to send messages to users or groups of users of their 137 choice. The CAD system must allow users to send mail to external users (through MS Outlook) 138 from the CAD mailbox. 139 The CAD system must allow users to forward and reroute messages. The CAD system must allow users to send messages to mobile units if interfacing with 140 MDTs. The CAD system will allow users to inquire into past CAD incidents via a form where 141 they can input search variables. The CAD system must allow users to inquire into past CAD incidents with partial data or 142 wildcard searches. The CAD system will allow users immediate access to summary or detail on all incidents 143 visible on their screens. 144 The CAD system will allow for an unlimited number of active incidents. The CAD system will allow users to enter data of any sort into a Book File where they 145 can call it up quickly for reference. The CAD system will allow users to enter Pre Fire Plans based on building names, 146 addresses or locations. The CAD system must allow users to monitor in progress events with real time 147 updates. The CAD system must allow users to save/wait incomplete calls for service in order to 148 process higher priority calls. 149 Incomplete calls for service must be accessible to all users. PAGE 17

18 The CAD system must provide a way to identify if the reporting party has requested 150 contact with responders. The CAD system must allow users to enter a situation found code for calls for 151 service. Timers The CAD system must utilize event and unit status timers to monitor units as a call 152 progresses. The system must notify the operator of overdue conditions. The CAD system must provide an initial check back after a period of time between when a unit first arrives on scene to when the software must first prompt the 153 dispatcher to check on the unit s condition. 154 The CAD system must provide the ability to reset timers after any status change. 155 The CAD system must provide for timers based on event priority. The CAD system must provide both an audio and visual indicator when a timer has 156 expired. 157 The CAD system must provide dispatch to enroute timers. 158 The CAD system must provide the ability to assign a timer to any status code. 159 The CAD system must provide for station timers. 160 The CAD system must provide the ability to view all expired timers. The CAD system must provide the ability to view all units and stations that have an 161 associated timer regardless if the timer has expired. Alerts and Warnings 162 The CAD system must make visual alerts to the user when BOLO warnings occur. The CAD system must make visual alerts to the user when hazard warnings occur at a 163 specific incident location. The CAD system must make visual alerts to the user when previous incident history at a 164 specific location is available. The CAD system must make visual alerts to the user when place/landmark information 165 is available for an incident at a specific location. The CAD system must make visual alerts to the user when pre fire information is 166 available for an incident at a specific location. The CAD system must make visual alerts to the user when hydrant information is 167 available for an incident at a specific location. The CAD system must make visual alerts to the user when directions to an incident s 168 specific location are available. The CAD system must make visual alerts to the user when warrant information is 169 available for an incident s specific location. The CAD system will alert a user upon attempt to log off if a pending call remains 170 incomplete in that user s stacked (pending) call queue. 171 The CAD system will visually alert a user if a new message has been received. The CAD system will, optionally, visually alert users when narratives are added to an 172 incident of relevance to them. When units are logged en route to a hospital location that has been closed or a 173 diversion to another hospital exists, users must be alerted in CAD 174 The system will alert users to hydrants in the area when available. When an incident is upgraded to a traffic pursuit, the CAD system will alert all 175 positions. The CAD system must allow different audible alerts to be assigned to different 176 messages based upon the type of the messages. The CAD system must allow different audible alerts to be assigned to different 177 messages based upon the priority of the messages. The CAD system must filter the Alerts list so alerts are grouped by incident and color 178 coded to correspond with a unit's status. PAGE 18

19 Logins/Security The CAD system will require a login and password in order to gain entry to the 179 software package. The CAD system must have the ability to lock a user out of the system if they have 180 exceeded the set number of logon attempts. The CAD system will require the login identification to become part of the CAD incident record for all calls created and modified. All data entered will be stamped with the 181 user s login identification. The CAD system must allow Administrators to be able to select the resource types for which call takers and dispatchers will be responsible by geographic area, agency type, 182 special group or any combination of these. The CAD system must allow that only calls in the dispatch group assigned to or being monitored by the call taker/dispatcher will appear in that user s call queue when they 183 are automatically routed by the system. The CAD system must provide a method of viewing changes to a closed incident, 184 including the name of the user implementing the change. The CAD system must provide an audit trail to track changes and additions made to an 185 incident or unit status. MSAG/GIS Functionality The CAD system must utilize an on line Master Street Address Guide and geographic reference feature to insure that appropriate emergency response resources are 186 dispatched to legitimate addresses. The CAD system must automatically determine the response zone, police zone and 187 jurisdiction based on a verified incident location. The CAD system must allow that upon entry of the incident location, an automatic look up in the geographic database must verify the given incident location as a valid 188 address. The CAD system must notify the call taker or dispatcher if the address does not verify 189 against the MSAG/Geo file. The CAD system must allow the call taker or dispatcher to enter an address that does 190 not verify against the MSAG/Geo file. The CAD system must allow the entry of Directions to a location which will be visible 191 upon demand and upon a new incident at that location. 192 The CAD system must allow for alias street names such as abbreviations The CAD system must allow for multiple aliases for street names, intersections, 193 commonplace names, landmarks, or street/highway route numbers. The CAD system must allow for a display of the nearest high and low cross streets 194 upon MSAG/Geo validation. 195 The CAD system must display the nearest mile marker upon MSAG/Geo validation. The CAD system must allow the user to enter a location as a commonplace or business name (place/landmark). The system must automatically connect the commonplace or 196 business name with an exact address. The CAD system must allow common place name entries to include an apartment or 197 building number. The CAD system will provide a Soundex type look up for street names, road and 198 highway names, intersections and place/landmark names. The CAD system must allow the user to input the correct location if the E9 1 1 location 199 automatically sent is not correct. The CAD system must allow the user to enter partial street names to speed up the 200 location entry and verification process. The CAD system must search for all possible matches that include directional's, types, 201 or suffixes, even if these are not entered. PAGE 19

20 The CAD system must log location entries that do not validate against the MSAG yet are saved as the correct address by the user. The CAD system must provide address verification for and acceptance of invalid addresses, number ranges, street names, intersections, mile markers, rural routes and places/landmarks. When dispatching to a street that occurs in multiple cities, the CAD system must display a list of all matching streets for each city. Command Line Entry The CAD system must allow the ability to invoke Command Line entry with a single keystroke. The CAD system must allow the Command Line entry window to be removed from the screen if the call taker/dispatcher does not wish to use it. The CAD system must allow command line entry users to scroll through and reselect previous command line entries with the use of a mouse or the keyboard. The CAD System s Command Line entry will consist of a command identifier followed 208 by data parameters. 209 The CAD system will provide a help display for Command Line functions. 210 The CAD system must allow a dispatcher to select an incident for dispatch. 211 The CAD system must allow multiple command lines to be open simultaneously. Unit/Equipment Recommendation The CAD system must provide automatic unit recommendation for an event based on 212 the event type and the zone, beat and response planning and availability. Based on the nature code and location, the CAD system must provide appropriate 213 recommendations on the agency that must be dispatched. The CAD system must allow dispatchers to override unit recommendation when 214 required. The CAD system must allow units dispatched on a busy status (house checks, etc.) to 215 be eligible for recommendation on higher priority incidents. The CAD system will have the ability to recalculate Unit Recommendations if the 216 incident type, incident location or incident priority change. 217 The CAD system has the ability to recommend multiple units. 218 The CAD system must have the ability to recommend Fire units. The system must allow units to be labeled with a minimum of 20 unit types/attributes 219 or equipment identifiers. The CAD system must allow for alpha numeric character unit types that are up to characters each. 221 The CAD system must have the ability to recommend EMS (Rescue) units. The CAD system has the ability to recommend units of multiple types if necessary (Fire 222 and Law, for example) on the same incident. The CAD system must have the ability to recommend the appropriate units or 223 apparatus based upon the type and location of the incident. The CAD system must allow for specific recommendations (response line ups such as 1 ALS unit) for each class or units/organization based on time of day and day of week The system must allow for differing response line ups/recommendations based on geographic location, for the same event type. The CAD system must allow for the recommendation of mutual aid depending on the incident type, incident location and type of equipment necessary. The CAD system must allow for specific unit type/apparatus recommendations for each class or organization of units on the same incident. The CAD system must display the primary zones recommended for the incident in the system monitor window. PAGE 20

NEXT GENERATION 911 READY COMPUTER AIDED DISPATCH SPECIFICATIONS

NEXT GENERATION 911 READY COMPUTER AIDED DISPATCH SPECIFICATIONS NEXT GENERATION 911 READY COMPUTER AIDED DISPATCH SPECIFICATIONS In addition to the GENERAL REQUIREMENT DOCUMENT, the following are required and / or desired features of the Computer Aided Dispatch System.

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

Request for Proposal Internet Access Columbus Urban League

Request for Proposal Internet Access Columbus Urban League Request for Proposal Internet Access Columbus Urban League 1 REQUEST FOR PROPOSAL Internet Access Columbus Urban League The Columbus Urban League invites vendors to submit proposals in accordance with

More information

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. INVITATION FOR BID Copier 2016 ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Digital Printer/Copier/Scanner FOR ADDITIONAL

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS UTILITY BILLING SOFTWARE DUE DATE: NO LATER THAN 5:00 PM EASTERN TIME, MARCH 11, 2016 QUESTIONS: JESSICA MARTIN-LANE JESSICA@MARTIN-MCGILL.COM NOTE: THE COUNTY OF HARNETT RESERVES

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 QUALIFICATION: Radio Project Phase II RFQ OPENING DATE: December 7, 2015 TIME: 2:00

More information

Scott Eagle Attack Thermal Imaging Camera

Scott Eagle Attack Thermal Imaging Camera Scott Eagle Attack Thermal Imaging Camera Notice is hereby given that the City of Des Peres is seeking sealed bids from qualified vendors for the purchase of a Scott Eagle Attack Thermal Imaging Camera.

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT City of McMinnville, Community Development Department ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT Bid Document Nolan Ming 10/11/2017 ALL-IN-ONE

More information

REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 23, 2018 UPDATE: JANUARY 29, 2017

REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 23, 2018 UPDATE: JANUARY 29, 2017 REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS January 23, 2018 UPDATE: JANUARY 29, 2017 ONONDAGA COUNTY RESOURCE RECOVERY AGENCY 100 ELWOOD DAVIS ROAD

More information

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,

More information

Request for Proposal # Automated Voice Dispatch System

Request for Proposal # Automated Voice Dispatch System Request for Proposal # 2016-046 Automated Voice Dispatch System Due Date: May 24, 2016 Time: 2:00pm Receipt Location: Government Center, 500 N. Main Street, Administrative Services, Procurement Division,

More information

Version /2/2017. Offline User Guide

Version /2/2017. Offline User Guide Version 3.3 11/2/2017 Copyright 2013, 2018, Oracle and/or its affiliates. All rights reserved. This software and related documentation are provided under a license agreement containing restrictions on

More information

Highlands Housing Authority

Highlands Housing Authority Highlands Housing Authority 215 Shore Drive, Highlands, New Jersey 07732 TELEPHONE: (732) 872-2022 FAX: (732) 291-8743 REQUEST FOR PROPOSALS for CONCRETE SIDEWALK REPAIRS at JENNIE PARKER MANOR HIGHLANDS,

More information

A D D E N D U M # Clarification: General QUESTIONS RECEIVED REGARDING TECHNICAL INTERFACE WITH Versaterm CAD AND COUNTY RESPONSES

A D D E N D U M # Clarification: General QUESTIONS RECEIVED REGARDING TECHNICAL INTERFACE WITH Versaterm CAD AND COUNTY RESPONSES A D D E N D U M # 7 October 17, 2017 Address all questions to: Kathi Braeme-Burr, Sr. Procurement Analyst Multnomah County Purchasing 501 SE Hawthorne Blvd. Portland, OR 97214 503-988-7550 E-mail: Kathi.braeme-burr@multco.us

More information

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Nordlof Center Lower Level West Issued November 8, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Due Date: Bid Opening Time and

More information

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition Document B132 2009 Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

NOTICE TO BIDDERS FOR FUEL SEALED PROPOSALS

NOTICE TO BIDDERS FOR FUEL SEALED PROPOSALS NOTICE TO BIDDERS FOR FUEL SEALED PROPOSALS will be received by the Municipal Clerk of the Borough of Beachwood, in the Beachwood Municipal Complex, 1600 Pinewald Road, Beachwood, New Jersey no later than

More information

City of Fountain, Colorado. Request for Information (RFI) # For an Integrated Governmental Accounting Software System

City of Fountain, Colorado. Request for Information (RFI) # For an Integrated Governmental Accounting Software System City of Fountain, Colorado Request for Information (RFI) # 042915 For an Integrated Governmental Accounting Software System Issue Date: April 29, 2015 Issued By: Inquiries: City of Fountain, Colorado 116

More information

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Black Box Theatre at Nordlof Center Issued June 14, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Opening Time and Date: Bid Deposit/Bid

More information

Request for Proposal For: 2018 American Bar Association Temporary Services

Request for Proposal For: 2018 American Bar Association Temporary Services Table of Contents Bid Timetable [2] 1.0 General Bid Information [3] 2.0 Proposal Requirements [5] 3.0 Criteria for Selection [7] 4.0 Specifications and Work Statement [7] Appendix A: Bidder Response Sheet

More information

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014 REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES Issue Date: April 30, 2014 Due Date: June 6, 2014 In order to be considered, proposals must be signed and returned via email to rwhitmore@wested.org

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS December 15, 2014 Secured Document Shredding Services Project 2014-2015 Due 10:00 AM CST/CDT Tuesday, January 20, 2015 Company Name: Contact Information: Printed Name & Title Address,

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified

More information

Request for Proposal

Request for Proposal Southwest Michigan Behavioral Health Request for Proposal Customer Survey Projects FY 2017 RFP Approval Date: September 19, 2017 2017 CUSTOMER SATISFACTION SURVEY - RFP 1 Table of Contents Section 1: General

More information

Ohio Public Employees Retirement System. Request for Proposal

Ohio Public Employees Retirement System. Request for Proposal Ohio Public Employees Retirement System For: Application Performance Monitoring Software Date: March 23, 2018 277 East Town Street Columbus, Ohio 43215 1-800-222-PERS (7377) www.opers.org PLEASE NOTE:

More information

RFP # Request for Proposal Branding Services. Date: January 12, Proposals must be submitted by 3:00 PM: February 10, 2017

RFP # Request for Proposal Branding Services. Date: January 12, Proposals must be submitted by 3:00 PM: February 10, 2017 RFP #1116-1 Request for Proposal Branding Services Date: January 12, 2017 Proposals must be submitted by 3:00 PM: February 10, 2017 Purchasing Department Queens Borough Public Library 89-11 Merrick Boulevard

More information

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) RELEASE DATE: April 13, 2017 PRE-PROPOSAL MEETING: Date: April 24, 2017

More information

OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, CT BUILDING RFP NO.: RFP OPENING DATE: APRIL 16, 3:00 PM ADDENDUM #4.

OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, CT BUILDING RFP NO.: RFP OPENING DATE: APRIL 16, 3:00 PM ADDENDUM #4. OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, RFP NO.: 618-009 RFP OPENING DATE: APRIL 16, 2018 @ 3:00 PM ADDENDUM #4 April 9, 2018 THIS ADDENDUM IS TO PROVIDE ANSWERS TO THE FOLLOWING QUESTIONS: NOTE:

More information

Request for Proposal:

Request for Proposal: Request for Proposal: Enterprise Resource Planning System February 27, 2018 The Town of Tarboro is seeking proposals for an Enterprise Resource Planning System. The system must provide a cost effective

More information

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017 REQUEST FOR QUOTES (RFQ) #2017-25 Issue Date: December 5, 2017 Procurement & Contract Services Klamath Falls: Wilsonville: 541.885.1133 (office) 503.821.1266 (office) 3201 Campus Dr. 27500 SW Parkway Ave.

More information

RFP NO A CONTRACT FOR THE PROCUREMENT AND INSTALLATION OF AN ENTERPRISE RESOURCE PLANNING SYSTEM PART V. EVALUATION CRITERIA AND PROCESS

RFP NO A CONTRACT FOR THE PROCUREMENT AND INSTALLATION OF AN ENTERPRISE RESOURCE PLANNING SYSTEM PART V. EVALUATION CRITERIA AND PROCESS 1.0 OVERALL PROPOSER EVALUATION CRITERIA 1.1 OVERALL PROPOSER EVALUATION AND CRITERIA The evaluation committee will select a best solution based on a weighted scoring system. The following table presents

More information

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m.

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m. COLTS NECK TOWNSHIP BOARD OF EDUCATION 70 CONOVER ROAD, COLTS NECK, NJ 07722 REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES Submission Date: November 28, 2017 4:00 p.m. The Colts Neck Township School District

More information

User Manual. I-9 Management

User Manual. I-9 Management User Manual I-9 Management Revised April 21, 2009 This document is the user manual for a client implementing the TALX I-9 management service and is confidential to TALX Corporation. This document or any

More information

Oak Park Unified School District Request for Proposal Bid Packet 16-04C Wireless Expansion

Oak Park Unified School District Request for Proposal Bid Packet 16-04C Wireless Expansion 1 Oak Park Unified School District Request for Proposal Bid Packet 16-04C Wireless Expansion Bids due April 5, 2016 1 2 Oak Park Unified School District 5801 Cornishon Ave Oak Park, CA 91377 NOTICE TO

More information

Request for Proposal (Sample Language) For a. Fire Station Alerting System

Request for Proposal (Sample Language) For a. Fire Station Alerting System Request for Proposal (Sample Language) For a Fire Station Alerting System Copyright 2014 US Digital Designs, Inc. Rights reserved under the copyright laws of the United States (revised 8/2014) PROJECT

More information

Department of Public Works Division of Engineering. Nassau County, New York

Department of Public Works Division of Engineering. Nassau County, New York TOWN OF OYSTER BAY Department of Public Works Division of Engineering Nassau County, New York REQUEST FOR PROPOSALS FOR CONSULTANT SERVICES SOLICITATION NO. 2017-12 NOTES: 1. ISSUANCE DATE: Thursday, October

More information

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 TABLE OF CONTENTS SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 SECTION II- INSTRUCTIONS TO TENDERER... 4 ELIGIBILITY... 4

More information

CUSTOMER NAME Security Awareness Education Request for Proposal. Program Content & Hosting Services Date

CUSTOMER NAME Security Awareness Education Request for Proposal. Program Content & Hosting Services Date CUSTOMER NAME Security Awareness Education Request for Proposal Program Content & Hosting Services Date Contents SAE Project Overview... 3 SAE Vendor Qualifications... 3 Project Milestones... 3 CUSTOMER

More information

Request for Quotations

Request for Quotations METRO EMERGENCY OPERATIONS CENTER OF KANAWHA COUNTY 200 Peyton Way Charleston, WV 25309 (304) 746-7911 7911 Request for Quotations Re: Dispatch Radio Console Equipment Date: March 5, 2018 Fiscal Year:

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for. On-call Electrical Repair Service. On-call Electrical Repair including Water and Wastewater

CITY OF CHINO HILLS. Request for Proposals (RFP) for. On-call Electrical Repair Service. On-call Electrical Repair including Water and Wastewater CITY OF CHINO HILLS Request for Proposals (RFP) for On-call Electrical Repair Service March 30, 2016 Department: Project Name: Public Works On-call Electrical Repair including Water and Wastewater Proposal

More information

Master Services Attachment for ServiceElite

Master Services Attachment for ServiceElite Master Services Attachment for ServiceElite 1. Scope of Services IBM will provide you Services as described in this Attachment and, if applicable, its Statements of Work and Change Authorizations to support

More information

LOS ANGELES COUNTY SHERIFF S DEPARTMENT REQUEST FOR INFORMATION RFI NUMBER 491-SH PERSONNEL TRACKING MANAGEMENT SYSTEM

LOS ANGELES COUNTY SHERIFF S DEPARTMENT REQUEST FOR INFORMATION RFI NUMBER 491-SH PERSONNEL TRACKING MANAGEMENT SYSTEM LOS ANGELES COUNTY SHERIFF S DEPARTMENT REQUEST FOR INFORMATION RFI NUMBER 491-SH PERSONNEL TRACKING MANAGEMENT SYSTEM (PTMS) Table of Contents 1.0 INTRODUCTION... 3 2.0 SYSTEM OVERVIEW AND REQUIREMENTS...

More information

Asset Management. Visit us at: or call SCAN

Asset Management. Visit us at:  or call SCAN Asset Management Why BarScan? The modern workplace is a complex combination of computer equipment, furniture, and other equipment with compliance, accounting and location tracking issues. To better manage

More information

Invitation to Negotiate

Invitation to Negotiate Invitation to Negotiate Programming, Design, and Consulting Services Lisa Daws 4/3/2012 CLERKS OF COURT OPERATIONS CORPORATION Table of Contents Agency Background... 3 Statement of Purpose... 3 Scope of

More information

Request for Proposals Parking Ticket Collection Process City of Rye, New York 1051 Boston Post Road, Rye, New York

Request for Proposals Parking Ticket Collection Process City of Rye, New York 1051 Boston Post Road, Rye, New York Request for Proposals Parking Ticket Collection Process City of Rye, New York 1051 Boston Post Road, Rye, New York 10580 www.ryeny.gov SECTION I: SUBMISSION OF PROPOSALS Proposals must be received by:

More information

PUTNAM CITY SCHOOLS Information Technology Services 5401 NW 40th Oklahoma City, OK 73122

PUTNAM CITY SCHOOLS Information Technology Services 5401 NW 40th Oklahoma City, OK 73122 PUTNAM CITY SCHOOLS Information Technology Services 5401 NW 40th Oklahoma City, OK 73122 Request for Proposal for STORAGE AREA NETWORK SOLUTION Date of release March 1, 2014 Due Date April 10, 2014 12:00

More information

North Carolina Department of Agriculture and Consumer Services Purchasing

North Carolina Department of Agriculture and Consumer Services Purchasing North Carolina Department of Agriculture and Consumer Services Purchasing IMPORTANT ADDENDUM June 4, 2018 FAILURE TO RETURN THIS BID ADDENDUM IN ACCORDANCE WITH INSTRUCTIONS SHALL SUBJECT YOUR BID TO REJECTION.

More information

Request For Proposal Of Printing and Design Services. Marketing Department

Request For Proposal Of Printing and Design Services. Marketing Department Request For Proposal Of Printing and Design Services Marketing Department Released on June 3, 2016 Mosaic Youth Theatre of Detroit Printing and Design Services REQUEST FOR PROPOSAL (RFP) BACKGROUND Mosaic

More information

1 Revision History Revision 1 11/2/2017 Original Version

1 Revision History Revision 1 11/2/2017 Original Version Page 1 Request for Proposals (RFP) School Management Software The Technology Department of the Anna Independent School District in Anna, Texas, invites you to submit a proposal to provide a school management

More information

Ohio Public Employees Retirement System. Request for Proposal

Ohio Public Employees Retirement System. Request for Proposal Ohio Public Employees Retirement System For: Consulting Services for Development of the Business Intelligence & Analytics Office Date: 9/11/2017 Project Name: Business Intelligence & Analytics Program

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

Request for Proposal Information and General Conditions. Digital Copier - Multi-Functional Product (MFP) RFP

Request for Proposal Information and General Conditions. Digital Copier - Multi-Functional Product (MFP) RFP Methacton School District Copier RFP Page 1 Request for Proposal Information and General Conditions The Board of School Directors of the Methacton School District Eagleville, Montgomery County, PA will

More information

MAHASKA COUNTY, IOWA PUBLIC SAFETY RADIO SYSTEM ANALYSIS PROPOSAL

MAHASKA COUNTY, IOWA PUBLIC SAFETY RADIO SYSTEM ANALYSIS PROPOSAL MAHASKA COUNTY, IOWA REQUEST FOR PROPOSALS PUBLIC SAFETY RADIO SYSTEM ANALYSIS PROPOSAL THE MAHASKA COUNTY BOARD OF SUPERVISORS & THE MAHASKA COUNTY EMERGENCY MANAGEMENT AGENCY Contact: Jamey A Robinson

More information

RFP IP-Based Surveillance Camera System

RFP IP-Based Surveillance Camera System RFP IP-Based Surveillance Camera System The Clinton Community School District (referenced as the DISTRICT throughout this proposal) desire to implement a district wide,tcp/ip based surveillance camera

More information

Clinton Area Transit System

Clinton Area Transit System Clinton Area Transit System Request for Proposal for Domain Server Project RFP #2018-01 Issuing Office: Clinton Area Transit System 215 North Scott Road St. Johns, MI 48879 Procurement Schedule: RFP #2018-01

More information

Request for Proposals

Request for Proposals City of Posted: June 5, 2017 Published: June 7, 2017 Request for Proposals GIS-BASED ASSET MANAGEMENT SOFTWARE The City of Bonney Lake is requesting proposals for acquisition and implementation of asset

More information

ORACLE HOSPITALITY HOTEL CONSULTING SERVICE DESCRIPTIONS November 3, 2017

ORACLE HOSPITALITY HOTEL CONSULTING SERVICE DESCRIPTIONS November 3, 2017 ORACLE HOSPITALITY HOTEL CONSULTING SERVICE DESCRIPTIONS November 3, 2017 TABLE OF CONTENTS Service Offerings CONSULTING SERVICE OFFERINGS Part Number ORACLE HOSPITALITY HOTEL PROPERTY MANAGEMENT SYSTEM

More information

INVITATION FOR BID BID #1037 Parka and Softshell Coats

INVITATION FOR BID BID #1037 Parka and Softshell Coats IFB: Bid #1037 Parka and Softshell Coats INVITATION FOR BID BID #1037 Parka and Softshell Coats ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS,

More information

REQUEST FOR PROPOSAL Automated Meter Reading System for Culinary and/or Secondary Service Connections

REQUEST FOR PROPOSAL Automated Meter Reading System for Culinary and/or Secondary Service Connections REQUEST FOR PROPOSAL Automated Meter Reading System for Culinary and/or Secondary Service Connections DATE: September 6, 2011 PROJECT: Automated Meter Reading System for Metered Water Service Connections

More information

Document Management System Request for Proposals

Document Management System Request for Proposals Document Management System Request for Proposals City of Great Falls PO Box 5021 Great Falls, MT 59403 Contact: Lisa Kunz City Clerk 406-455-8451 lkunz@greatfallsmt.net PROPOSALS DUE: Wednesday AUGUST

More information

March 10, 2016 by 4:00 p.m. February 11, 2016 by 4:00 p.m. RFP-16104

March 10, 2016 by 4:00 p.m. February 11, 2016 by 4:00 p.m. RFP-16104 Request for Pro posals t o provide Emplo yee Co mpensatio n Assessment Due Date Proposal Submissions March 10, 2016 by 4:00 p.m. Questions Due by February 11, 2016 by 4:00 p.m. RFP-16104 Solicited by:

More information

RAPID INCIDENT SCENE CLEARANCE (RISC)

RAPID INCIDENT SCENE CLEARANCE (RISC) Approved: Effective: September 18, 2008 Traffic Engineering and Operations Topic No. 750-030-020-a RAPID INCIDENT SCENE CLEARANCE (RISC) PURPOSE: Rapid Incident Scene Clearance (RISC) is a highly innovative

More information

Understanding Public Bid Law La. R.S. 38:

Understanding Public Bid Law La. R.S. 38: Understanding Public Bid Law La. R.S. 38:2211-2293 E R I N D A Y, A S S I S T A N T A T T O R N E Y G E N E R A L L O U I S I A N A D E P A R T M E N T O F J U S T I C E Application All Political Subdivisions

More information

Sage Peachtree Product Overview. New! Sage Peachtree 2012

Sage Peachtree Product Overview. New! Sage Peachtree 2012 Sage Peachtree 2009 2012 Product Overview New! Sage Peachtree 2012 Sage Peachtree is the accurate, easy-to-use accounting software that provides the insights and control you need. With the Sage Peachtree

More information

SPECIFICATION NO. TxDOT * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS

SPECIFICATION NO. TxDOT * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS SPECIFICATION NO. TxDOT 961-30-16 * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification may

More information

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Online Training System for the Department. office.

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Online Training System for the Department. office. The Lower Rio Grande Valley Development Council (LRGVDC) Invitation to Bid (ITB): Online Training System for the 9-1-1 Department Quotes Due Not Later than: Issuing Office: Monday, April 18 th, 2016 at

More information

Rental Property Registration and Crime Free Housing Software. Request for Proposal

Rental Property Registration and Crime Free Housing Software. Request for Proposal Rental Property Registration and Crime Free Housing Software RFP NO.: 13-11 Request for Proposal 19 December 2013 Page 1 TABLE OF CONTENTS Section 1 Introduction...3 General Information...4 RFP Submittal

More information

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016.

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016. TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). TENDER NUMBER: TSC/DISP/02/2015-2016 CLOSING DATE: FRIDAY, 1 ST APRIL 2016. Teachers Service Commission

More information

Request for Quote (RFQ) For. Brown County

Request for Quote (RFQ) For. Brown County Request for Quote (RFQ) For Brown County Fiber Optic Cable Material, Brown County Project #2148A FIBER OPTIC CABLE MATERIAL PROJECT 2148A Published Date: May 4, 2017 Response Deadline: May 10, 2017 3:00

More information

INVITATION FOR BID Bid #872 - Printing Services

INVITATION FOR BID Bid #872 - Printing Services INVITATION FOR BID Bid #872 - Printing Services ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 FOR ADDITIONAL INFORMATION CONTACT: Cindy

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR COMPENSATION STUDY Proposals Due: November 3, 2016, 4:00 PM 1.0 OBJECTIVE SECTION 1 SUBMITTAL PROCEDURES & DEADLINE The City of Signal Hill is seeking proposals from qualified

More information

MISO MODULE B FERC Electric Tariff TRANSMISSION SERVICE MODULES Effective On: November 19, 2013

MISO MODULE B FERC Electric Tariff TRANSMISSION SERVICE MODULES Effective On: November 19, 2013 MISO MODULE B TRANSMISSION SERVICE MISO I INTRODUCTION The Transmission Provider shall provide Point-To-Point and Network Integration Transmission Service pursuant to the applicable terms and conditions

More information

IBM TRIRIGA Version 10 Release 5.2. Procurement Management User Guide IBM

IBM TRIRIGA Version 10 Release 5.2. Procurement Management User Guide IBM IBM TRIRIGA Version 10 Release 5.2 Procurement Management User Guide IBM Note Before using this information and the product it supports, read the information in Notices on page 29. This edition applies

More information

FORT WAYNE-ALLEN COUNTY AIRPORT AUTHORITY REQUEST FOR PROPOSALS LOCATION BASED INSPECTION/WORK ORDER SOFTWARE PROCUREMENT

FORT WAYNE-ALLEN COUNTY AIRPORT AUTHORITY REQUEST FOR PROPOSALS LOCATION BASED INSPECTION/WORK ORDER SOFTWARE PROCUREMENT FORT WAYNE-ALLEN COUNTY AIRPORT AUTHORITY REQUEST FOR PROPOSALS LOCATION BASED INSPECTION/WORK ORDER SOFTWARE PROCUREMENT A. Introduction a) General Information The Fort Wayne-Allen County Airport Authority

More information

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Number: B042911 IFB Due Date and Time: May 9th, 2011 5:00 p.m./mountain Time UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Title: DRY GOOD- COLOR COPIER Number of Pages: 08 ISSUING

More information

PROCEDURE CITY OF GRANDE PRAIRIE PURPOSE SCOPE PROHIBITIONS:

PROCEDURE CITY OF GRANDE PRAIRIE PURPOSE SCOPE PROHIBITIONS: CITY OF GRANDE PRAIRIE PROCEDURE PROCEDURE NO: 310-2 PAGE: 1 OF 6 TITLE: Request for Quotation POLICY: 310 Purchasing Policy SECTION: APPROVAL DATE: APPROVED BY: City Manager REVISION DATE: DEPARTMENT:

More information

Architectural Services

Architectural Services Architectural Services 2016 Capital Improvement Program Request for Proposal Number: 18-20 Title of the Projects: Renovations to Weaver Middle School Procurement Department Bibb County School District

More information

Eclipse Remote Order Entry. Release 9.0.2

Eclipse Remote Order Entry. Release 9.0.2 Eclipse Remote Order Entry Release 9.0.2 Disclaimer This document is for informational purposes only and is subject to change without notice. This document and its contents, including the viewpoints, dates

More information

Professional Practice 544

Professional Practice 544 February 22, 2016 February 29, 2016 Professional Practice 544 AIA-B101 Owner - Architect Agreement Michael J. Hanahan Schiff Hardin LLP 233 S. Wacker, Ste. 6600 Chicago, IL 60606 312-258-5701 mhanahan@schiffhardin.com

More information

Mobile for Android User Guide

Mobile for Android User Guide Version 1.7 Copyright 2013, 2017, Oracle and/or its affiliates. All rights reserved. This software and related documentation are provided under a license agreement containing restrictions on use and disclosure

More information

APPLICATION FOR COMBINED HEAT AND POWER INCENTIVES

APPLICATION FOR COMBINED HEAT AND POWER INCENTIVES APPLICATION FOR COMBINED HEAT AND POWER INCENTIVES PECO is offering cash incentives for qualified Combined Heat and Power (CHP) technology projects 1 to encourage the development of projects that improve

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR TEMPORARY STAFFING SERVICES Proposals must be received and receipted no later than 3:00 p.m. PDT, April 12, 2012 ABSOLUTELY NO EXCEPTIONS San Diego Workforce Partnership, Inc.

More information

Bar Scan tracks fixed assets in a cost effective manner using the latest handheld technology.

Bar Scan tracks fixed assets in a cost effective manner using the latest handheld technology. Asset Management Why BarScan? BarScan tracks fixed assets in a cost effective manner using the latest handheld technology. What is Bar Code Asset Management? A serialized barcode label, RFID tag, existing

More information

City of Normandy Park Request for Proposal for Municipal Financial Software System. February, Responses to RFP are due by March 20, 2009

City of Normandy Park Request for Proposal for Municipal Financial Software System. February, Responses to RFP are due by March 20, 2009 City of Normandy Park Request for Proposal for Municipal Financial Software System February, 2009 Responses to RFP are due by March 20, 2009 The Request for Proposals (RFP) is presented in the following

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING PROFESSIONAL SERVICES VILLAGE OF BARTLETT COUNTRY CREEK LIFT STATION PROJECT

REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING PROFESSIONAL SERVICES VILLAGE OF BARTLETT COUNTRY CREEK LIFT STATION PROJECT REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING PROFESSIONAL SERVICES VILLAGE OF BARTLETT COUNTRY CREEK LIFT STATION PROJECT DATED FEBRUARY 19, 2015 REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING PROFESSIONAL

More information

INVITATION FOR BID IFB For: Record Storage Services. Notice to Prospective Bidders

INVITATION FOR BID IFB For: Record Storage Services. Notice to Prospective Bidders INVITATION FOR BID IFB 2017-20 For: Record Storage Services Notice to Prospective Bidders Release Date: Wednesday, March 28, 2018 You are invited to review and respond to this Invitation For Bid (IFB).

More information

Chapter 6. Competitive Sealed Bidding: Elements of an Invitation for Bids

Chapter 6. Competitive Sealed Bidding: Elements of an Invitation for Bids Chapter 6. Competitive Sealed Bidding: Elements of an Invitation for Bids Summary This chapter identifies the minimum elements of an invitation for bids when procuring goods or services using the competitive

More information

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER REQUEST FOR QUALIFICATIONS To Serve as Legal Counsel to the State of Rhode Island Public Finance Management Board The Office of the General Treasurer

More information

Accounts Payable Release 2015

Accounts Payable Release 2015 Accounts Payable Release 2015 Disclaimer This document is provided as-is. Information and views expressed in this document, including URL and other Internet Web site references, may change without notice.

More information

Sage ERP Accpac Online 5.6

Sage ERP Accpac Online 5.6 Sage ERP Accpac Online 5.6 Integration Resource Guide for Sage ERP Accpac And Sage CRM (Updated: December 1, 2010) Thank you for choosing Sage ERP Accpac Online. This Resource Guide will provide important

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS DATA COMMUNICATION SERVICES Network / Internet / Telephone (Data and Hardware) ONONDAGA COUNTY RESOURCE RECOVERY AGENCY Dated: May 9, 2017 ONONDAGA COUNTY RESOURCE RECOVERY AGENCY

More information

BOROUGH OF BERLIN. Municipal Planning Board Engineer. Term: January 1, 2018 to December 31, 2018.

BOROUGH OF BERLIN. Municipal Planning Board Engineer. Term: January 1, 2018 to December 31, 2018. BOROUGH OF BERLIN REQUEST FOR QUALIFICATIONS FOR MUNICIPAL ATTORNEY, MUNICIPAL AUDITOR, MUNICIPAL BOND COUNSEL, MUNICIPAL ENGINEER, MUNICIPAL WATER & SEWER ENGINEER, MUNICIPAL PROSECUTOR, MUNICIPAL PUBLIC

More information

SEQUOIA UNION HIGH SCHOOL DISTRICT

SEQUOIA UNION HIGH SCHOOL DISTRICT FOUNDED 1895 SEQUOIA UNION HIGH SCHOOL DISTRICT 480 JAMES AVENUE REDWOOD CITY, CA 94062-1098 www.seq.org BID #04152015 Uninterruptable Power Supply Equipment DUE: BY 11:00:00 AM PACIFIC April 15 th, 2015

More information

Administrator Quick Reference Virtual TimeClock 15 Network Edition

Administrator Quick Reference Virtual TimeClock 15 Network Edition Virtual TimeClock Administrator Quick Reference Virtual TimeClock 15 Network Edition Your time clock program consists of a user status window and an administration window. The user status window is used

More information

REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No

REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No. 15-1474 Tampa Bay Workforce Alliance, Inc. is accepting proposals from qualified CPA firms to provide audit and tax services. Parties

More information

REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES

REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES NAME OF PROJECT: PROJECT NUMBER: PROPOSER: SECTION I. POLICY STATEMENT AND TERMS In accordance with the Metropolitan

More information

Massachusetts Clean Energy Center Request for Proposals (RFP): Moon Island Engineering Design Consultant

Massachusetts Clean Energy Center Request for Proposals (RFP): Moon Island Engineering Design Consultant Massachusetts Clean Energy Center Request for Proposals (RFP): Moon Island Engineering Design Consultant RFP FY2017-BFD-01 Release Date: May 8 th, 2017 Applications Due: June 23 rd, 2017 1. PROGRAM SUMMARY

More information