County of Lincoln E-911 Request For Proposal Computer-Aided Dispatch

Size: px
Start display at page:

Download "County of Lincoln E-911 Request For Proposal Computer-Aided Dispatch"

Transcription

1 County of Lincoln E-911 Request For Proposal Computer-Aided Dispatch Introduction The Lincoln County 911 Center is seeking a prime vendor to provide computer-aided dispatch software including service training and maintenance. The Lincoln County E- 911 center may choose to purchase required hardware from the selected vendor or may opt to purchase the needed hardware from a 3 rd party. The system will use state-of-art technology. The contract will be a firm fixed price contract. The Prime vendor must be capable of interfacing with existing equipment currently in service. The total area of the County of Lincoln is 450 sq. miles. The total population of the County is 21,000 served by 4 Law Enforcement Agencies, 8 Volunteer Fire Departments and 1 EMS Service. Instruction to Vendors Submission of Proposals It is intended that each proposal furnish the information requested by this RFP. Unless specifically requested, promotional literature is not wanted and will not be considered to meet any of the requirements of this RFP. Each proposal shall include a letter of transmittal, not to exceed two pages in length. The proposal must bear the signature of an authorized representative of the prime Contractor and must designate by name not more than two individuals authorized to negotiate and sign the contract with the County of Lincoln on behalf of the prime Contractor. The letter of may also briefly set forth any particular information the proposals wishes to bring to the County of Lincoln s attention. In addition to the letter of transmittal, each proposal shall include a separate page immediately following the letter of transmittal, which outlines a summary of the proposed system cost. The summary shall list the following: Lincoln County 911 Center at 408 Market St., Hamlin WV no later than May 27, A. Total system Cost (CAD software and Hardware Installation and Training). B. Cost for CAD software only (including Installation and Training). The vendor shall deliver one (1) bound original and five (5) unbound copies of the proposal to the Lincoln County 911 Center. The County of Lincoln reserves the right to accept or reject any or all proposals.

2 Schedule of Events The dates indicated below shall b e carefully observed. April 30, 2003 Date of Issue RFP May 21, 2003 Optional Pre-proposal Conference 1:00 p.m. May 23, 2003 Last date for vendor questions. May 27, 2003 Date proposal due by 10:00A.M. May 27, 2003 proposal opening June 19, 2003 Date of award notice (on or before) 2003 Desired date of final installation will be negotiated at time of contract Site Inspection All prospective Proposers will be able to inspect the potential site(s) for the location of the system(s) on the day scheduled for the pre-proposal conference. Proposers Examination of the RFP Proposers shall examine all information and materials contained in and with this RFP. Failure to do so shall be at the Proposers risk. Proposals Considered Firm All proposals in response to the RFP will be considered firm and cannot be withdrawn until 90 days after the scheduled proposal due date or until the award of a contract to a Proposer, whichever comes first. Withdrawal of Proposals Proposals may be withdrawn by written or telegraphic notice received by the County of Lincoln prior to the proposal due time and date. Bid Bond A bid bond, on a surety company authorized to do business in the State of West Virginia in the amount of 10 percent of the total bid price must accompany all proposals. Incurring Costs General Conditions The County of Lincoln shall not be liable for any costs incurred by the Proposers in preparing, submitting or presenting proposals to the County of Lincoln, or in satisfying any other requirements. The County of Lincoln shall not reimburse any costs incurred by Proposers in anticipation of being awarded the contract under this RFP. Pricing, Payments and Retainage Negotiated prices shall be firm and not subject to increase during the term of any contractual agreement arising between the County of Lincoln and the successful Proposer as a result of the RFP. Open Procurement The County of Lincoln reserves the right to lease and/or purchase more or less of each item or service at the unit price offered in the Proposer's system, unless the Proposer specifically and explicitly limits the response in this regard. The County of Lincoln reserves the right to negotiate with Proposers regarding variations to the original proposal(s) that may be in the best interest of the County of Lincoln.

3 The County of Lincoln reserves the right to accept or reject any or all proposals. New Equipment, Software Version The County of Lincoln shall accept only new equipment and the latest version of software and/or operating systems. Used and/or remanufactured equipment will not be accepted. General Conditions Contractor Commitment The Contractor shall maintain and upgrade the operational software and hardware at its current or public-released level for the term of the contract or any subsequent maintenance contracts with the County of Lincoln, pursuant to this RFP. Liability Insurance Proposers shall save and hold the Owner harmless from any legal liability that may be established on behalf of any person or persons or corporation, whomsoever for, or growing out of any infringement of letter patent or copyright of the United States, in respect to the normal use of the proposed and installed system. The Contractor shall indemnify and hold the Owner harmless from any and all claims, liability, damages, loss, cost and expense of every type whatsoever including, without limitation, attorney s fees and expenses, in connection with the Contractor s performance of any Contract, provided that such claims, liability, damage, loss, cost or expense is due to sickness, personal injury, disease or death, or to loss or destruction of tangible property (other than the work itself), including loss of use resulting there from, to the extent caused by the Contractor, or anyone for whose acts the Contractor may be liable, regardless of whether such liability, claim, damage, loss, cost or expense is caused in part by the Owner. All proposals shall include a letter or an insurance certificate from the Proposer s insurance agent or insurer certifying that the following minimum requirements will be met if the Proposer is the successful Proposer: 1. Commercial General Liability Insurance in the amount of one million ($1,000,000.00) dollars with equal limits for products liability and completed operations. 2. If the Comprehensive General Liability Insurance (old form) is used, then coverage must include a broad form comprehensive general liability endorsement with one million ($1,000,000.00) dollar limit of liability. 3. Worker s Compensation as required by State Law. 4. The successful Proposer shall be meet the following additional requirements prior to the award of the contract or issuance of a purchase order: The County of Lincoln shall be named as an additional insured on the required coverage. The certificate of insurance shall contain a thirty (30) day notice of cancellation and a waiver of subrogation. Note: The above insurance requirements will be strictly construed by the County of Lincoln, and any bids not in compliance therewith, shall be considered as nonresponsive. News Release Proposers shall at no time make any news or advertising releases pertaining to this RFP for any purpose without the prior written approval of the County of Lincoln. 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 If the contract exceeds $10,000, during the performance of this contract, the Contractor agrees as follows: 1. The Contractor 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

4 bona fide occupational qualification reasonably necessary to the normal operation of the Contractor. The Contractor 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 Contractor, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, will state that such Contractor 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 4. The Contractor will include the provisions of the foregoing paragraphs a), b), and c) in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each Subcontractor or Vendor. Qualifications of Proposers The County of Lincoln may make such reasonable investigations as deemed proper and necessary to determine the ability of solicited and unsolicited Proposers to perform the work. Proposers shall furnish the County of Lincoln all such information and data for this purpose as may be requested. The County of Lincoln reserves the right to inspect Proposers' physical plants prior to award to satisfy questions regarding Proposer capabilities. The County of Lincoln further reserves the right to reject any proposal if the evidence submitted by or investigations of such Proposer fails to satisfy the County of Lincoln that such Proposer is properly qualified to carry out the obligations of the contract and to complete the work contemplated herein. Proposal Format The proposal shall contain the following sections, in the order and format described: 1. Letter of Conveyance, signed by a principal of the vendor who is authorized to negotiate on behalf of the vendor. 2. Executive Summary 3. Exceptions to General Conditions Section. 4. Response to each numbered paragraph in Technical Specifications Section. 5. Explanation of "Exceptions" taken in (4) above. Note that any "clarifications" provided for numbered paragraphs that have been asserted to be in compliance in (4) above will generally negate a "comply" statement; this will cause the Proposer to be judged non-compliant with that paragraph. This does not necessarily mean, however, that the proposal will be rejected. 6. Complete description of the proposed system software. 7. Complete description of any recommended system hardware other that proposed that the County Of Lincoln must purchase. 8. Company description, qualifications to include: Dun & Bradstreet number, Federal IRS Number, and Bank reference. 9. At least 5 reference sites of similar systems with contact name, FAX, phone number, address, applications installed, department size, avg. calls for service, population served, and date of installation. 10. Proposed services, including implementation, documentation, and training. 11. A project management proposal. 12. Delivery and implementation schedule. 13. Completed cost sheets, with comprehensive, itemized pricing for each element of the Proposer's bid. 14. Resumes of key staff involved in the design, implementation, and management of the project. 15. The Proposer will attach a copy of the Technical Specifications Section. Selection Process

5 The selection of a computer Aided Dispatch services to serve the County of Lincoln's needs is an important and complex task. The County of Lincoln recognizes that several Proposers can provide the services, software, and support that would adequately meet the County of Lincoln needs. The County of Lincoln's selection committee will, thus, exercise both objective and subjective rationale in this selection process. This process is outlined in the following subsections. This RFP is intended to provide interested Proposers with uniform information concerning the conditions for submitting proposals. In responding to this RFP, Proposers shall adhere to the established format. By so doing, comparable objective data will be provided for the County of Lincoln's review and analysis. Factors of Evaluation The criteria upon which the evaluation of the proposals will be based includes, but is not limited to, the following: 1. Total cost of the system and services required by the County of Lincoln, and all other items constituting total price to the County of Lincoln. A contract will not necessarily be awarded for the lowest price. 2. Responsive and innovative future migration design features and contractor s history with similar systems installed and/or maintained. 3. Contractor s overall past performance and support including reputation with similar customers, responsiveness to the County of Lincoln s unique requests, innovations, reports, and overall ability to commit to this project. 4. Completeness of proposal. 5. Quality and depth of references. 6. The ability of the contractor to warranty the system (computers, software and printers). 7. The ability of the contractor to provide Support Service to system (computers, software and printers). 8. Special services the contractor might supply. 9. Quality and extent of the documentation to be provided. The County of Lincoln select the Proposer whom, in the opinion of the County of Lincoln consideration of the factors listed above, has made the best overall proposal and shall award the contract to that Proposer. Final selection will be made by the County of Lincoln. The County of Lincoln may reject any or all proposals. Taxes The County of Lincoln will be tax exempt from both Federal and State of West Virginia sales taxes. Technical Specifications The County of Lincoln is Looking For an Integrated CAD, and Mapping system. We are looking for two CAD positions with integrated mapping. General Software Specifications 1. The software company must have been in business no less than ten

6 (10) consecutive years. 2. The software company must have Public Safety software installed in at least fifteen (15) customer sites. 3. The contractor must provide project management and project tracking to assure that the project is completed on time and within budget. 4. The software company must be the developer of the following software to ensure seamless integration and common databases where possible: Message Switch Computer Aided Dispatch (CAD) 5. The system must be client server and operate on the Microsoft NT or Windows 2002 operating system. 6. All application software must function in a windows based environment and have windows functionality. 7. The software must work with MS SQL Server. 8. The system interfaces (Message Switch) must use TCP/IP where possible. 9. The application software must operate on more than one manufacturer's hardware. 10. Software must be capable of communications to STATE and NCIC computer systems. 11. The system must provide redundancy of critical data. 12. The system must allow the database to be backed up without interrupting operations. 13. The system (hardware and software) must be fully year 2000 (Y2K) compliant. 14. The system must be multi-agency. 15. The system must be multi-jurisdictional. 16. The software must provide the following major areas of automation: Enhanced 911 Interface Mobile Computer Terminal Capable Law Enforcement Computer Aided Dispatch Fire Computer Aided Dispatch EMS Computer Aided Dispatch Law Enforcement Records Management Fire Records Management NIBRS Reporting (state specific) Digital Mapping Fully Integrated Mapping Geo-base Address Verification NCIC/(State Gateway) Interface Vehicle Maintenance Scratch Pad 17. The system administrator must be able to organize users in groups and set different access levels for each group. 18. The system logon procedure shall include a unique ID code for each operator, which shall enable that operator to access the stem to a certain level. The ID code shall be automatically associated with any commands logged with the system. 19. The system must make use of function keys or "point and click" as much as possible for one stroke execution of key commands. Additionally, the CAD system must support command line entry.

7 20. The software must maintain a detailed audit trail of user activity 21. The system must provide for linking of related information, providing a trail for investigators. For example, a name may be linked to vehicles and property under various relationships such as owner or driver. The system must provide the ability to link related records and show the relationship between them. 22. The system must provide for each record a summary list of related record and the ability to view those records in full. 23. Upon name inquiry, the system must provide the requestor a record of all contacts with that name in the system. 24. Upon vehicle inquiry, the system must provide the requestor a record of all contacts with that vehicle in the system. 25. The software must allow Ad Hoc user definable reports from use of pull-down menus and other GUI tools. 26. The system must provide a spell-checking utility and word wrap for all narrative fields. 27. The software must provide a description of coded fields. 28. The software must validate data entry of coded fields. 29. The system must provide for mandatory use of agency-specified "codes" in certain fields. 30. The system must provide for the ability to immediately view a list of valid codes from a "pick list" for easy selection of the appropriate entry. 31. When the system is searching, compiling, reporting, or otherwise actively processing data, the operators must not be prevented from continuing routine operations (event entry, unit status change, etc.). 32. The software company must offer remote (modem) support. 33. On-line help assistance shall be accessible in any mode or operational situation. 34. The software and hardware companies must be capable of providing 24 hours per day, 7 days per week support. 35. The system must have the ability to purge data, records, or file to potential archiving areas according to selected criteria (data storage time frames). 36. The system must provide the ability to use practical and reliable backup, archiving, restart and recovery methods and procedures 37. Backup and archiving must not require that the system operation be interrupted. 38. Security measures must ensure the confidentiality of all files within the system. A unique login and password must be available to each operator and must define that operator's capabilities within the system or the system must automatically obtain and track the user's login ID from the operating system. 39. The system administrator must be able to define user access levels, such as: Add Delete Modify Etc. 40. The system administrator must be able to maintain a security system that can be modified in minutes with no programming required.

8 41. All logon/logoff transactions, including invalid attempts, shall be tracked using an audit trail. 42. The system must provide a set of features to prevent unauthorized access to the system which includes: Access restriction by User ID and password Restriction by supervisory functions Access restriction by agency and location User inclusiveness and exclusiveness Automatic log-out after user-defined period of inactivity Enable and disable user account Specify account expiration dates Limit concurrent user connections Auditing of user log-in and log-out User defined number of incorrect log-in attempts during a specified length of time Computer Aided Dispatch Specifications 1. The system must provide the ability for calls to be modified either from the call taker screen or from the dispatch screen and a dispatcher viewing the call must be able to view the most recent changes. 2. The system must provide for status updates, such as unit enroute to scene, unit arrival on-scene, unit leaving scene, and completion of call. The system must time-stamp each status update. 3. The system must provide for rapid dispatch of units, with automatic logging of the dispatch times. These time stamps must then be associated with the subsequent incident report. 4. The system must provide the ability to preset timers that will alert the dispatcher when the time has elapsed and will be reset by any entry of status change. Based on the nature of the call the timers should be for: Pending dispatch status Unit travel time On-scene time Total call completion time 5. The system must provide the ability to easily access all information, including any changes made after initial entry, on a call. 6. The system must provide the ability to print unit status, active call information, and radio log entries to any printer on the network. 7. The system must alert the operator if a name displayed is a wanted person. 8. The system must have the ability to run Department of Motor Vehicle checks. 9. The system must accommodate call receipt and dispatching of non-agency units such as animal control. 10. The system must provide for user maintained agency special

9 instructions and policies that are linked to specific types of calls (e.g. instructions for choking victims, unit teams to dispatch for building fires). The system must automatically alert the operator when special instructions exist for a call and either the dispatcher or call taker must have the option to display and/or print these instructions at any time. 11. The system must provide for recall of user maintained telephone lists. These lists must be displayed with a simple command and easily updated. The system must also provide for automatic dial of numbers from this list. 12. The system must automatically enter the call taker's identification from their login to facilitate call entry and update. 13. The system must prompt the operator to any known alerts or dangerous characteristics for the complainant and/or the address of the call. 14. The system must recommend units for dispatch based on the location and type of call, as well as unit availability in and around the incident location. The dispatcher must be able to override system recommendations as necessary. 15. The system must be able to dispatch and track units for multiple agency calls such as a bombing case requiring both police, fire and EMS personnel. 16. The system must provide the ability to reassign a unit, removing the unit off the original call and assigning it to another call or just returning the unit to available status. 17. The system must provide a method to find employees with a particular skill needed for an incident. 18. All call/unit status updates must be automatically posted to the Radio Log. 19. The system must accommodate assignment of units to shifts and must accommodate putting entire shifts on duty or off-duty. 20. The system must allow a closed CAD call to be re-opened. 21. The system must provide for automatic address verification against the geobase, that use Soundex type searches when there is no exact match for the address entered. 22. The system must provide address verification for and acceptance of invalid addresses, number ranges, street names, intersections, street aliases, mileposts, rural routes, and commonplace names. 23. The system must automatically enter the city, state, zip, reporting zone, and beat after verifying the address. 24. The system must provide for users to maintain and manage information on commercial, public and private facilities. Information maintained for each facility must include at minimum: Facility name, type and address Contact names/phones Owner names/phones Alarm types 25. All CAD workstations must have at least two windows

10 available upon command. Switching from one window to another must not affect any data entered in either window. 26. The software must make extensive use of table driven parameters allowing easy modification by the system administrator without requiring programmer support. These modifications must be able to be made while the system is active without any disruption. 27. User friendly utility programs, accessed through menus, must be supplied to maintain the CAD data files. 28. Functions that are available must be accessible through menus. Only those functions available to a given operator 29. Upon receipt of a call for service, the software shall allow for the capture and maintenance of the following call information at a minimum: Incident type (table-defined and user maintained). On-line help for incident types. If the operator enters an incorrect or a partial incident type the system shall display a list of valid incident types. The user shall be able to select the correct incident type from that list. The selected incident type must then be moved by the system to the call for service screen. Incident location (geo-processed). Incident priority (table-defined based on entered incident type). The software must allow the operator to override the table-defined priority value and enter a different priority level. Complainant name Complainant s address Complainant telephone number Call narrative/comments All units responding to the event Unique case numbers for each agency/department responding too the event All vehicles involved in the incident All persons involved in the incident Unlimited number of narrative records Disposition of the incident 30. The software shall allow the operator to capture the caller information in any order. 31. A fully integrated E911 interface must be provided. Corresponding ALI information shall automatically fill in the CAD call screen with the following information at a minimum: Location of calling telephone The telephone number Type of service Community Name 32. If the E911 location of the telephone is the desired service

11 location, a single keystroke or mouse click shall accept the location and validate it using the CAD geo file. 33. If the E911 location is not correct the operator shall be able to input the correct location. 34. Upon entry of the incident location, an automatic look-up in the geographic database shall verify the given incident location as a valid address and shall identify possible unit(s) for response and the reporting area. 35. The nearest cross-street(s) must be displayed. 36. A soundex type lookup for street names, intersections, and common place names shall be used. 37. If an exact location match is not found, a list of potential matches, based on the soundex type lookup, shall be displayed to the operator. 38. The operator shall be able to select the correct location from the displayed list, scroll forward or backward for other potential locations, or restart the location lookup with a new location. 39. The operator shall be able to enter a location as a common place or business name. The system shall automatically connect the common place or business name with an exact address. If more than one address has the same common place name, the system shall display a list of all addresses with the same name. The user shall be able to select the correct one from the displayed list. 40. The system must provide for a street name alias file to accommodate multiple street names or abbreviations for the same street. If the operator enters an alias street name, the system shall automatically replace the alias name with the correct street name. 41. The operator must be able to enter partial street names to speed up the location entry and verification process. 42. At any time during an active call the users shall be able to quickly display the advisory information for that call. 43. The software must allow the operator to pass on an urgent, but incomplete call for service (containing only basic call type and incident location information) for immediate dispatch. After the incomplete call is passed on, the remainder of the call information, as it becomes available, must be able to be added by the call taker or the dispatcher to the previously stated incident information. 44. The software must have the ability to save multiple partially completed calls for service, which the operator shall be able to retrieve and finish processing in any order. 45. The system shall automatically determine the priority of the incident based on the incident type. This priority shall be derived from a user maintained table using a user definable incident priority system. The operator shall be able to override any priority at any time. 46. If a potential duplicate call is found by the system, sufficient information shall be displayed about each call to assist the call

12 taker in making a determination. The call taker shall then be able to easily cancel the duplicate call, proceed with the incident processing, or append additional information to the incident record. 47. The system shall allow an operator or dispatcher to add information to an incident at any time. 48. The dispatcher shall be able to: Select any call from the pending incident display with a single keystroke and/or by using a mouse. Place a call back in pending queue after reviewing it. 49. The system shall automatically provide the dispatcher with a unit recommendation. This recommendation must be composed of a specific unit identifier and shall be derived taking into account the following basic elements: Incident type Incident geographic location. Real-time unit status Dispatch policies Incident priority Law Enforcement unit recommendation shall be based on patrol zones 50. The dispatcher shall have the capability to accept the system provided unit recommendations with a single keystroke or mouse click, or override and provide one of his/her own. 51. The dispatcher shall have the capability to remove a unit from a call with a single keystroke or mouse click. The removed unit shall then be able to be assigned to another call or placed in available status. If that unit was the last on a call, the call shall be place backed in the pending queue for later dispatch. 52. The system shall provide the ability to stack, or assign low priority calls to a busy unit. These calls shall be time stamped, and displayed in the pending call display. 53. When the unit clears from one call, the software will provide an indication that the unit is now available for the stacked call. 54. The system shall time stamp when the unit is enroute to the new call. 55. Upon acceptance of a unit dispatch recommendation or input of a dispatcher s own unit recommendation, the software shall automatically and dynamically update the status of all affected units throughout the system. 56. All stations must be updated with new status information automatically and immediately. 57. The software shall track the status of all resources defined within the system. 58. The software shall track the following minimum call and unit status conditions, for each unit assigned to a call and time stamp each change in status: Call Received Dispatched

13 Enroute Arrived on scene Transporting Arrived transporting location Available on radio Clear Unit and/or Clear Call 59. Recorded times must be maintained in military time (24-hour clock) format. The software shall capture both minutes and seconds 60. All unit status changes must be automatically time stamped and become part of the call for service history. 61. The system shall provide an initial check-back after a period of time between when a unit first arrives on-scene to when the software shall first prompt the dispatcher to check on the unit s condition. This period of time shall be based on incident type and shall be user definable and maintainable. 62. When a defined check-back period has expired, the dispatcher shall be visually and audibly alerted to make contact with the applicable unit. 63. Once contact is made with a unit whose check-back timer has expired, and the unit advises no problems, the dispatcher must be provided with an appropriate means to cancel the check-back alert and reset the unit s check-back time. This process shall continue, utilizing the table-defined check-back time periods, until a unit clears from the incident. 64. Dispatchers must be capable of updating unit status. 65. The dispatchers must be able to update a unit status while performing any call taking or dispatching function within the system. 66. The dispatchers must be able to clear any number of units (including all units), with a single command, keystroke, or mouse click. 67. Operators and dispatchers must be able to review an active call and update the call with corrections and/or additions. 68. The software must allow units to be added as assisting units on a call after it has been dispatched 69. The system shall provide for the capture of user maintainable call disposition codes. 70. The system, in a split screen or window, shall display the pending call queue. The dispatcher shall be able to quickly select the desired call to dispatch. 71. The pending call queue display shall present all pending calls for service in priority order, and within each priority elapsed time since call received. The pending queue columns must be able to be rearranged at will by operator. Displayed information shall include at a minimum: Call priority Incident type Location Time call received 72. The system must have a unit status display on a separate

14 monitor. The system administrator must be able to configure this monitor to display the current status of units controlled by an individual dispatcher or all units controlled by all dispatchers. The system administrator must be able to rearrange unit status columns at his/her discretion. 73. The unit status display shall indicate the current status of all active units and shall include at a minimum Unit identifier Current status Incident type Location of call Elapsed time in current status 74. When a unit that is not normally recommended for dispatch is assigned to a call, its status must be displayed until it is cleared from the call. 75. The active call status display shall include at a minimum: Time call received Elapsed time Call number Priority Call type description Location Units assigned and associated times 76. The dispatcher must be able to quickly select any call from the display for updating. The ability to scroll through all active calls is essential. 77. An operator must be able to quickly change, on a single unit, such information as on or off duty, area of coverage, officer(s) assigned, and whether recommended for dispatch. 78. Once an incident is closed (all units cleared) and an incident disposition is captured, the sofeware must maintain the call detail in a call for service history. The call for service history shall include all information generated as part of the callintake, dispatch, and unit status tracking process specific to each incident. 79. The system shall capture non-call related unit history in a unit history file. User definable and maintainable unit status codes shall be used to record various types of unit activity such as: Lunch At range Training Special assignment 80. The unit history file must allow for the on-line inquiry and display of unit activity. Information contained in this file must also be able to be printed on any printer within the

15 system. 81. The software shall provide a pre-formatted input screen for officer initiated events such as traffic stops. At a minimum this screen shall capture location, vehicle information and whether or not the officer is on scene. 82. The State interface must have the ability to generate an inquiry to provide vehicle ownership, valid license check on the registered owner, and wants and warrant information. All State and NCIC inquiries must be captured to a log file. 83. The software must provide for user defined and maintained timers, based on incident type, for pending incidents An audible and visual alert must be given to the dispatcher when the timer expires. A function shall be provided to reset the timer, without the need to recall the pending incident to the screen. 84. The Communications Supervisor must have all the capabilities of an operator or dispatcher plus the ability to: Determine, on-line, the workload and response times for dispatchers and operators Make changes to files Study current system loading and system resource utilization. Produce graphs and charts 85. All information obtained by the system shall be able to be output in user-definable reports using software provided with the system. 86. An easy to understand and use, without knowledge of computer programming, ad hoc reporting feature is required so reports can be generated by users using any data element in the system. CyberScience is preferred. 87. The Geofile system shall provide the capability to establish beat boundaries, patrol beats, response zones, street networks, and other layers of geographical information. The geofile system shall support at a minimum the following: The ability to maintain streets, grids, city limit boundaries, common place names, fire hydrant information, etc. The return of cross street, when an address is given which fits into a valid address range. The ability to be maintained while the system is on line. (Strict security provisions must be provided to assist in controlling the integrity of the geofile). 88. The system must maintain a file of all calls received. 89. Location information such as hazards, general premise information, street closures, and other user definable information shall be maintained in the Geofile system. 90. The system must be sized to meet today s call for service volume plus a yearly increase of 10% for a five-year period. 91. On the pending incident screen, calls must be ordered by the priority of the call and the date/time received. 92. All agencies shall use a common call input screen that may contain fields for fire, EMS, or law enforcement. 93. Any additional E-911 data must be stored in a narrative

16 record associated with the call. 94. The system must automatically determine the response zone, police zone, and jurisdiction based on a verified incident location. 95. Incident location can be specified as: Street address Street intersection (streets may be entered in either order) Common place name Mile marker Landmarks From the geographic display as described above. 96. A new call must be able to be started from: Function key Mouse click Command entry Receipt of E911 call. 97. A newly created call must automatically be routed to the appropriate dispatcher unless overridden by the user. 98. The system must generate a warning message to all stations if one or more dispatchers are not available to handle a routed call. 99. All routed calls will be placed into the appropriate dispatchers pending call queue and that dispatcher shall be notified by audible and visual alerts When units are assigned to a call, the call will automatically move from the pending call queue to the dispatcher's active call queue If all units are removed from an active call, it will automatically return to the pending call queue Detailed information on a call shall be available to operators by: Clicking on the call record in the pending or active call queues. By use of a command key. By use of a function key.m 103. Users must be able to modify their initial dispatch policies without relying on data processing staff or the vendor Upon completion of unit selection, the status of the selected units will be updated, and the call record will be updated to indicate each unit's assignment. This should all be accomplished with a single key stroke or mouse click, indicating acceptance of the selected units Dispatchers must be able to select the resource types for which they will be responsible by geographic area, agency type, special group, or any combination of these. The units selected will be the only units showing up on the status queue It must be possible for dispatchers to select one or more geographic area, agency type, and/or special group to monitor at any time Only calls requiring resource types (units) for which the

17 dispatcher has indicated that he/she is monitoring will appear on that dispatcher's call queue when they are automatically routed by the system Unit status must be quickly updateable by clicking on the display of the unit number Software must support user definable color coding of status screen based upon unit status Software must provide for alert timers for unit by call type and status Alerts to dispatcher must be audible and visual Any call taker or dispatcher must be able to place a call on hold to take another call. No information will be lost when placing a call on hold Any call taker or dispatcher may retrieve a call on hold It may be possible to enter pre-scheduled events (e.g. parades, games, funerals, etc.). The date, time, location, and type of event will be entered and the event will automatically show up in the appropriate dispatchers' queues at the designated time System must automatically alert the dispatcher of the existence of standard operating procedures (SOP) based on call type and location Operators must automatically be alerted of the existence of nearby hazards It must be possible through use of cut and paste, a function key, a mouse click, etc. to make the hazard description part of the incident record Operators must automatically be alerted of the existence of previous history (events) at the call location Users must be alerted of the existence of special premise information such as after hours contacts The system must provide for the storage and display of images (building floor plans, fire pre-plans, mobile home lot locations, Shopping malls, etc.) associated with specific locations. This would be a function of the mapping system The system must allow routing of incident, geobase and hazard information to remote printers and MDT's Software should include a BOLO module The system must allow for handling of calls for towing service The system must maintain a separate log of calls for towing service The system must allow for assignment of towing companies from a rotating towing company assignment table and must allow for automatic assignment of the next company in a user defined rotation The system should allow for easily placing a towing company back into the rotation at a selected position The system must allow for assignment of towing companies outside of a rotation to accommodate callers requesting a specific wrecker company.

18 128. Systems must be capable of automate alpha numeric paging to pagers on cellphones through a dial up connection to a 3rd party paging network. The use should be capable of defining what information is sent to include address, type and unit times. Enhanced 911 Interface 1. Software must provide an E911 Interface to the CAD System. 2. Dispatchers will automatically be presented with the E911 information when answering the phone. 3. E911 information must fill in appropriate blanks in call entry screen. 4. Software should allow the system administrator the ability to modify the E911 Interface to match layout of information received from Telephone Company. 5. E911 interface should allow use of the following information: Date Time Area Code Phone Number Customer Name and Address Location Community State Billing Number Police Fire Medical ESN # PSAP ID Position # Type of Service Geobase Subsystem 1. Each event must be verified through the geobase sub system. 2. Verification must, at a minimum, include the following: Exact address search Block range search Location alias search Partial name search Commonplace name search Intersection search Mile marker search 3. If the location cannot be verified the operator must be notified and presented with a list of possible matches.

19 4. Once the location has been verified the operator shall be presented with brief history information of all previous events a that location. 5. The operator must then have the option of requesting complete history for this address via a function key, mouse click or command entry. 6. Hazard information for this location must be returned to the operator, who shall have the option of attaching that information to the incident record. 7. The system must automatically calculate the x,y coordinate location for the incident. 8. The x,y coordinates are used by the system to locate nearby events such as hazards or potentially duplicate incidents. 9. The x,y coordinate is used to assign relevant boundaries such as beat, response zone, and jurisdiction to the event. Geographic Display 1. CAD must utilize a fully integrated geographic display. 2. The geographic display must utilize the same coordinate-based geofile as the CAD and records modules. 3. It must be possible for users to update the graphic geofile locally by using tools provided with the system. 4. It must be possible to load geographic data from third party G.I.S. vendors and products, including: U.S. Census Bureau TIGER/Line files ESRI products. 5. In a multi monitor configuration, the geographic display may be located on a separate monitor. 6. The geographic display will utilize layered technology in which each layer is a fully contained geographic entity such as: Street network Rivers and streams Railroads Fire hydrants Etc. 7. The geographic display must be able to: display:-points lines areas 8. The geographic display must interact with the call data entry screen to allow users to pinpoint the location of an event on the map and to transfer the x,y coordinates and address of the location to the call data entry screen. 9. The attributes (colors, thickness, symbol type, etc.) of individual components within selected layers must be able to be interactively set by the user.

20 10. Through use of a command, function key, or mouse click the geographic display will zoom into the vicinity of the latest event entered by the user. 11. It must be possible to pan and zoom around the display by use unctin keys, arrow keys, and/or mouse. 12. As the map scale of the geographic display changes, different information will be shown automatically. For example, neighborhood streets, fire hydrants, and other detailed information will be displayed when zoomed into a local area. However, only freeways and major roads will be displayed when viewing a large area. 13. Users must have the ability to interactively assign elements to be displayed at fixed zoom scales. 14. Users must be able to interactively override the default elements to be displayed at a given zoom level by selecting additional layers or elements to add or remove from the display. 15. The geographic display and CAD/RMS system will use the same keyboard and mouse. 16. It must be possible to interactively identify the following by pointing at the display: Nearest address Nearest event Nearest street intersection Nearest units (requires AVL) Enclosing boundaries 17. It must be possible to center the display around predefined zoom levels by pointing at the center point and selecting the zoom level. 18. The geographic display must keep its aspect ratio regardless of the zoom window scale and method of selection. 19. The geographic display must show the location of events in the zoom window. 20. The color of the event symbol must change as the event status changes. 21. Event locations entered into the system by any users must automatically appear on each geographic display in the system that includes the event location within its zoom window. This must occur automatically and in real time without requiring any user intervention. 22. The Lincoln County 911 Center currently uses Orion Map-Star. All efforts should be made for the CAD system to directly write to the Orion Map Star API. The Lincoln County 911 Center reserves the right to purchase CAD with or without GIS mapping. All CAD software pricing shall provide this option. OTHER CONSIDERATIONS System must be capable of connection of Spectra Com Net Clock 2 System must meet or exceed all NENA Requirements for Phase 2 wireless

21 CAD SERVERS The Lincoln County 911 Center has recently installed a Dell Power Edge Server. Any Proposed system must be capable of running on this server. CAD WORK Stations This proposal should include 2 primary workstations and 2 backup stations. The proposal should include hardware requirements and associated costs. The Lincoln County 911 Center may choose to purchase hardware directly from the CAD vendor or may elect to purchase from a 3rd party. REQUIRED SERVICES SYSTEMS TESTING AND ACCEPTANCE Acceptance of the final system shall be based upon satisfactory performance in operating environment. The Contractor shall perform the testing and acceptance procedures described below. At least forty-five (45) days prior to commencement of the acceptance testing, the Contractor shall submit for approval a detailed acceptance test plan based on the general procedures described herein. The test plan shall document how each functional specification is to be tested, the method of testing, and the anticipated results. Within fourteen (14) days after completion of acceptance testing, the Contractor shall provide a written report to document compliance with the test, and to indicate test results, problems, solutions, and a schedule to effect such solutions. The Contractor shall demonstrate every element of the hardware configuration and shall exercise every assembly or sub-assembly in the course of the test. The intent of the functional acceptance test is to ensure that every circuit is activated and demonstrated to be operational at some point. This can be done most efficiently with several well-planned end-to-end operational tests. The Contractor shall demonstrate every functional attribute of the software, including system software, operating system, utilities, and all ancillary application program modules. The following shall be tested and the results included in the test report: Verification of all Computer-aided Dispatch functional specifications. Verification of all commands to external systems. Automatic backup switching and recovery under failure. Demonstration of all management information requirements. Load and response time demonstration, based on peak activity levels of twenty-five (25) percent per hour. Response times shall be less than one (1) second for entry, transfer, or dispatch functions, and less than three (3) seconds for file searches for active events. In no case shall a file search for other than active events take more than six (6) seconds. After successful completion of the above tests, the Contractor shall participate in a thirty (30) day operational test of the system. This shall consist of normal utilization of the Computer-aided Dispatch and Records management and mobile data systems by the agency personnel. During this period the system shall experience no major component failures and no major software malfunctions. In the event the Contractor alerts the user in advance that the system will be experiencing a specific software degradation for a particular period (for example, while implementing new software revisions or troubleshooting for problems that have not yet exhibited themselves in operation), the 30-day operational test may be suspended for the duration of that period, then re-established where it left off. In the event that the system experiences a major unanticipated software failure, the Contractor

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

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

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

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

Village of Algonquin Request for Proposals Accounting Services

Village of Algonquin Request for Proposals Accounting Services Village of Algonquin Request for Proposals Accounting Services Issue Date: February 1, 2018 Submission Deadline: March 2, 2018 5:00 p.m. CST PROPOSALS RECEIVED AFTER THE SUBMISSION DEADLINE WILL BE RETURNED

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 EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL

REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL 5006 EOI REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL Responses to this Request for Expressions of Interest will be received at the Information Counter, Main Floor,

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 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

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

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

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

NORTHEAST TEXAS PUBLIC HEALTH DISTRICT (NET HEALTH) REQUEST FOR PROPOSALS (RFP)

NORTHEAST TEXAS PUBLIC HEALTH DISTRICT (NET HEALTH) REQUEST FOR PROPOSALS (RFP) NORTHEAST TEXAS PUBLIC HEALTH DISTRICT (NET HEALTH) REQUEST FOR PROPOSALS (RFP) PROJECT: SERVER REPLACEMENT November 28, 2016 OVERVIEW 1. Project Background and Description The Northeast Texas Public Health

More information

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

COMPUTER AIDED DISPATCH, GEOGRAPHIC INFORMATION SYSTEM AND AUTOMATIC VEHICLE LOCATION FOR MACON COUNTY EMERGENCY MANAGEMENT REQUEST FOR PROPOSALS RFP#02 4375p COMPUTER AIDED DISPATCH, GEOGRAPHIC INFORMATION SYSTEM AND AUTOMATIC VEHICLE LOCATION FOR MACON COUNTY EMERGENCY MANAGEMENT ISSUE DATE: DECEMBER 23, 2011 ISSUING DEPARTMENT:

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

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

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

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

CONSIGNMENT AGREEMENT for ARTWORK. Whereas, Consignor wishes to display Artwork for sale at the Visitor Center or City Hall,

CONSIGNMENT AGREEMENT for ARTWORK. Whereas, Consignor wishes to display Artwork for sale at the Visitor Center or City Hall, PAAC/City CONSIGNMENT AGREEMENT for ARTWORK This Consignment Agreement (the Agreement ) is made this date: * by and between * (the Consignor ), The City of Twentynine Palms (the City ), to provide the

More information

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single

More information

DRIVER ADDENDUM TO SERVICES AGREEMENT. Last update: October 20, 2015

DRIVER ADDENDUM TO SERVICES AGREEMENT. Last update: October 20, 2015 DRIVER ADDENDUM TO SERVICES AGREEMENT Last update: October 20, 2015 This Driver Addendum to Services Agreement ( Addendum ) constitutes a legal agreement between an independent company in the business

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

May 17, 2017 REQUEST FOR PROPOSALS for SECURITY SERVICES ATTENTION RESPONDENTS

May 17, 2017 REQUEST FOR PROPOSALS for SECURITY SERVICES ATTENTION RESPONDENTS May 17, 2017 REQUEST FOR PROPOSALS for SECURITY SERVICES ATTENTION RESPONDENTS You are hereby invited to submit a proposal to the McPherson Implementing Local Redevelopment Authority (hereafter referred

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

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

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

SECTION 6.2: CONTRACT MANAGER

SECTION 6.2: CONTRACT MANAGER : Section 287.057(15), Florida Statutes, requires the department, for each contractual service contract, to designate an employee to be responsible for enforcing the performance of the contract terms and

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

Special Education Sexual Health Education Training Fall 2017

Special Education Sexual Health Education Training Fall 2017 State of Vermont [phone] 802-479-1030 Agency of Education 219 North Main Street, Suite 402 [fax] 802-479-1835 Barre, VT 05641 education.vermont.gov Standard Bid Request for Proposals for: Special Education

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 (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

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

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

City of Olivette Request for Qualifications Furniture Procurement and Installation April 26, 2016

City of Olivette Request for Qualifications Furniture Procurement and Installation April 26, 2016 General Information The City of Olivette (City) is seeking a qualified firm to provide procurement, installation, and warranty service related to furnishings and furniture at the City s new Municipal Center.

More information

TIMBER PRODUCTS SERVICES, INC. -CONFORMANCE AUDIT AGREEMENT- FOR AUDIT SERVICES RELATED TO THE FUMIGATION OF WOOD/WOOD PACKAGING MATERIAL

TIMBER PRODUCTS SERVICES, INC. -CONFORMANCE AUDIT AGREEMENT- FOR AUDIT SERVICES RELATED TO THE FUMIGATION OF WOOD/WOOD PACKAGING MATERIAL TIMBER PRODUCTS SERVICES, INC. -CONFORMANCE AUDIT AGREEMENT- FOR AUDIT SERVICES RELATED TO THE FUMIGATION OF WOOD/WOOD PACKAGING MATERIAL This agreement is for: Registered Fumigator: An entity that is

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 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

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

Police Services Representative

Police Services Representative Instructions for Completing the Application Police Services Representative Instructions: The City of Urbana is conducting an examination process in order to establish a new Civil Service register for.

More information

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk REQUEST FOR PROPOSAL Construction Management Services Not at Risk The St. Charles County Ambulance District proposes to retain a qualified firm/team for the Construction Management Services Not at Risk

More information

Document Delivery and Notary Services Independent Contractor Agreement

Document Delivery and Notary Services Independent Contractor Agreement Document Delivery and Notary Services Independent Contractor Agreement Notaries 24-7 and the undersigned, (hereafter called Notary) hereby enter into this independent contractor agreement whereby notaries

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

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

Mobile for iphone User Guide

Mobile for iphone User Guide Version 2.5 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 use and disclosure

More information

Request for Bid. Handling Hostile Customers: from Verbal Threats to Active Shooter Situations One-day Training March 2017 Lansing or SE Michigan

Request for Bid. Handling Hostile Customers: from Verbal Threats to Active Shooter Situations One-day Training March 2017 Lansing or SE Michigan Request for Bid Handling Hostile Customers: from Verbal Threats to Active Shooter Situations One-day Training March 2017 Lansing or SE Michigan Due Date: Monday, November 14, 2016, 5:00 PM (EST) Inquiries

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

IOWA DEPARTMENT OF TRANSPORTATION. Request for Proposal

IOWA DEPARTMENT OF TRANSPORTATION. Request for Proposal IOWA DEPARTMENT OF TRANSPORTATION Request for Proposal for 4-YEAR ON-CALL CONSULTANT TRAVEL DEMAND MODELING and FORECASTING SUPPORT IN IOWA Table of Contents I.... GENERAL... 3 A. OBJECTIVE... 3 B. PROJECT

More information

TIMBER PRODUCTS SERVICES, INC. -CONFORMANCE AUDIT AGREEMENT- FOR AUDIT SERVICES RELATED TO THE FUMIGATION OF WOOD PACKAGING MATERIAL

TIMBER PRODUCTS SERVICES, INC. -CONFORMANCE AUDIT AGREEMENT- FOR AUDIT SERVICES RELATED TO THE FUMIGATION OF WOOD PACKAGING MATERIAL TIMBER PRODUCTS SERVICES, INC. -CONFORMANCE AUDIT AGREEMENT- FOR AUDIT SERVICES RELATED TO THE FUMIGATION OF WOOD PACKAGING MATERIAL This agreement is for: Registered Fumigator: An entity that is licensed

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 PROPOSALS FOR FINANCIAL ADVISING SERVICES

REQUEST FOR PROPOSALS FOR FINANCIAL ADVISING SERVICES REQUEST FOR PROPOSALS FOR FINANCIAL ADVISING SERVICES City of Whitewater 312 W. Whitewater Street Whitewater, WI 53190 (262) 473-0500 (O) (262) 473-0509 (F) www.whitewater-wi.gov Submittal deadline: 3:00

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

Request for Proposal

Request for Proposal intranet Request for Proposal (rfp) 1981 Blake Street Denver, CO80202 Request for Proposal Intranet Consultation and Implementation POSTED: Wednesday, June 17th PROPOSALS DUE: Wednesday, July 15th overview

More information

Infor Lawson Supply Chain Management Applications, built with Landmark Release Notes

Infor Lawson Supply Chain Management Applications, built with Landmark Release Notes Infor Lawson Supply Chain Management Applications, built with Landmark Release Notes Version: 10.1.0.0 Published: April 2014 Infor Lawson Supply Chain Management Applications, built with Landmark 10.1.0.0

More information

CRISP Azure Migration Consulting Services. All responses due no later than Friday, July 21 st, at 5pm EST

CRISP Azure Migration Consulting Services. All responses due no later than Friday, July 21 st, at 5pm EST Request for Quote CRISP Azure Migration Consulting Services Friday, July 7th, 2017 All responses due no later than Friday, July 21 st, at 5pm EST 1 Request for Quote RFQ TO ALL RESPONDERS CRISP Azure Migration

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 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

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

Request for Proposal Simulation-Based Learning Competition

Request for Proposal Simulation-Based Learning Competition International Council on Hotel, Restaurant, and Institutional Education February 1, 2018 Request for Proposal Simulation-Based Learning Competition RFP#2018-SIM-101 Your firm is invited to submit a proposal

More information

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE Tender Number: PW #2-18 Sealed Tenders will be clearly marked and received by: Corporation of the Township of Ryerson 28 Midlothian Road Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: THURSDAY

More information

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners) HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners) SOLICITATION TYPE: DESCRIPTION: Request For Proposals Paperless Invoice Automation Software ISSUE DATE: 04/03/2018 DUE DATE: 04/20/2018

More information

Mission Statement/Statement of Purpose (You may also attach a copy of your organization s mission statement.)

Mission Statement/Statement of Purpose (You may also attach a copy of your organization s mission statement.) The George Washington University Center for Career Services 2017-2018 FEDERAL WORK STUDY PARTICIPATION AGREEMENT Program Dates: August 27, 2017 - May 19, 2018 FOR OFF-CAMPUS ORGANIZATIONS (Not Involved

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

Terms & Conditions Case Study:

Terms & Conditions Case Study: EDUCATION & RESEARCH FOUNDATION Terms & Conditions Case Study: The Tale of TED Electric Supply This research study has been generously sponsored by the NAED Education & Research Foundation s Channel Advantage

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

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

School District of Lodi Advertising on School Property

School District of Lodi Advertising on School Property School District of Lodi Advertising on School Property No. 851.1 (A) 5-13-13 The School District of Lodi recognizes that there are many community organizations and businesses that may wish to advertise

More information

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE U.S. Department of Transportation Federal Motor Carrier Safety Administration 400 7th Street SW Washington, DC 20590 SERVICE DATE February 08, 2007 LICENSE MC-587619-B CHOICE TRANSPORT, LLC COLUMBUS, NE

More information

PUBLIC WIFI FROM EE SOLUTION TERMS

PUBLIC WIFI FROM EE SOLUTION TERMS 1. Interpretation 1.1 The Public WiFi from EE Solution (referred to in these Solution Terms as "Public WiFi" or the "Solution") is provided in accordance with the Customer s Agreement with EE. 1.2 Solution

More information

The first call handling software for 9-1-1

The first call handling software for 9-1-1 The first call handling software for 9-1-1 Introducing Total Response 9-1-1 call handling has changed dramatically over the last 10 years. Increased call volumes, wireless technology, heightened public

More information

REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SUPPORT SERVICES

REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SUPPORT SERVICES REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SUPPORT SERVICES Family Service Center of Galveston County (hereinafter FSC) is requesting proposals from qualified, professional technology vendors for Information

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

REQUEST FOR PROPOSALS for PROFESSIONAL CONFERENCE SPEAKERS 2014 VIRGINIA SHRM STATE CONFERENCE April 28 30, 2014

REQUEST FOR PROPOSALS for PROFESSIONAL CONFERENCE SPEAKERS 2014 VIRGINIA SHRM STATE CONFERENCE April 28 30, 2014 REQUEST FOR PROPOSALS for PROFESSIONAL CONFERENCE SPEAKERS 2014 VIRGINIA SHRM STATE CONFERENCE April 28 30, 2014 PROPOSAL INFORMATION SHEET Please complete this proposal information sheet and submit a

More information

Service Description. Service Overview. Co ilot Support Terms and Conditions

Service Description. Service Overview. Co ilot Support Terms and Conditions Service Description Co ilot Support Terms and Conditions Service Overview This Service Description ( Service Description ) is entered among you the customer ( you or Customer ) and the Dell entity identified

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

Mott Community College. Independent Contractor Policy and Procedures

Mott Community College. Independent Contractor Policy and Procedures Mott Community College Independent Contractor Policy and Procedures Mott Community College Independent Contractor Policy and Procedures Introduction Many Mott Community College departments regularly employ

More information

General user conditions for supplier s applications and the AUMA supplier portal

General user conditions for supplier s applications and the AUMA supplier portal Page 1 of 7 General user conditions for supplier s applications and the AUMA supplier portal AUMA Riester GmbH & Co. KG ( AUMA, we, us or our ) is continuously interested in finding national as well as

More information

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of

More information

The Bank of Elk River: Digital Wallet Terms and Conditions

The Bank of Elk River: Digital Wallet Terms and Conditions The Bank of Elk River: Digital Wallet Terms and Conditions These Terms of Use ("Terms") govern your use of any eligible debit card issued by The Bank of Elk River (a "Payment Card") when you add, attempt

More information

CITY OF PORTLAND, TEXAS

CITY OF PORTLAND, TEXAS REQUEST FOR PROPOSAL CITY OF PORTLAND, TEXAS AUTOMATED METER READING SYSTEM FOR PUBLIC WORKS WATER SYSTEM CITY OF PORTLAND, TEXAS Due Date: 1900 Billy G. Webb Drive May 31, 2012 Portland, Texas 78374 2:00PM

More information

1. Synopsis of the Request for Quotation

1. Synopsis of the Request for Quotation 1. Synopsis of the Request for Quotation DAI, implementer of the USAID funded SPEED +, invites qualified vendors to submit quotations to supply venue and accommodation for Printing of Communication Materials

More information

Oracle Hospitality Suites Management. Release Notes

Oracle Hospitality Suites Management. Release Notes Oracle Hospitality Suites Management Release Notes Release 3.8.0 E93640-01 May 2018 Oracle Hospitality Suites Management Release Notes, Release 3.8.0 E93640-01 Copyright 2001, 2018, Oracle and/or its affiliates.

More information

Request for Proposal Robstown Independent School District ERate

Request for Proposal Robstown Independent School District ERate Request for Proposal Robstown Independent School District ERate 2016 2017 Wireless Upgrades at Three Campuses, Local and Long Distance Phone Service, and POTS Lines Bid Due Date: February 23, 2016 at 5:00

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

Low-Level Design Validation and Testing

Low-Level Design Validation and Testing Low-Level Design Validation and Testing Service Description Document November 2009 Contents 1. Introduction... 2 2. Eligibility and Prerequisites... 2 3. Service Features and Deliverables... 2 4. Customer

More information

City of San Mateo Clean Water Program Programmable Logic Controller (PLC) and Human Machine Interface (HMI) Programming Services

City of San Mateo Clean Water Program Programmable Logic Controller (PLC) and Human Machine Interface (HMI) Programming Services ATTACHMENT A SAMPLE SCOPE OF SERVICES PLC & HMI PROGRAMMING City of San Mateo Clean Water Program Programmable Logic Controller (PLC) and Human Machine Interface (HMI) Programming Services December, 2017

More information

Enterprise Asset Management Software

Enterprise Asset Management Software 15205 41 st Ave SE Bothell, WA 98125 REQUEST FOR PROPOSAL For Enterprise Asset Management Software Release Date: 3/9/2018 Proposal Due Date: 4/6/2018 Page 1 of 10 REQUEST FOR PROPOSAL SILVER LAKE WATER

More information

***Request for Proposal*** City of Kent Information Technology Department. Asset Management Project

***Request for Proposal*** City of Kent Information Technology Department. Asset Management Project ***Request for Proposal*** City of Kent Information Technology Department Asset Management Project Issued: September 15, 2017 Date Due: October 30, 2017 Time Due: 4:00 pm Pacific Time as shown by City

More information

DAIMLER GROUP NORTH AMERICAN COMPANIES

DAIMLER GROUP NORTH AMERICAN COMPANIES DAIMLER GROUP NORTH AMERICAN COMPANIES General Purchasing Conditions for IT Part G Lease of Standard Software 1 Subject Matter / Scope of Performance 1.1 General The terms and conditions of this Part G

More information

PLATTE RIVER RECOVERY IMPLEMENTATION PROGRAM REQUEST FOR PROPOSALS

PLATTE RIVER RECOVERY IMPLEMENTATION PROGRAM REQUEST FOR PROPOSALS 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 PLATTE RIVER RECOVERY IMPLEMENTATION PROGRAM REQUEST FOR PROPOSALS SUBJECT: P17-025:

More information

LOWER MANHATTAN DEVELOPMENT CORPORATION

LOWER MANHATTAN DEVELOPMENT CORPORATION LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR QUALIFICATIONS for PHOTOCOPYING AND RELATED SERVICES The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development

More information

Campaign Director. User s Guide

Campaign Director. User s Guide Campaign Director User s Guide This is the third edition of Campaign Director User s Guide, document number 90200-03, written for the Campaign Director system, a graphical user interface to the Mosaix

More information

Both envelopes must have the following information in the lower left hand corner:

Both envelopes must have the following information in the lower left hand corner: SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including

More information

STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY

STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY DIVISION OF PURCHASE AND PROPERTY CONTRACT COMPLIANCE AND AUDIT UNIT EEO MONITORING PROGRAM Vendor/Contractor Guidelines for Awarded Public Contracts Pursuant

More information

CHAPTER 5 INFORMATION TECHNOLOGY SERVICES CONTROLS

CHAPTER 5 INFORMATION TECHNOLOGY SERVICES CONTROLS 5-1 CHAPTER 5 INFORMATION TECHNOLOGY SERVICES CONTROLS INTRODUCTION In accordance with Statements on Auditing Standards Numbers 78 and 94, issued by the American Institute of Certified Public Accountants

More information

Please check this box verifying that you are able to provide proof that you possess a High School Diploma or GED. Name: Position:

Please check this box verifying that you are able to provide proof that you possess a High School Diploma or GED. Name: Position: An Equal Opportunity Employer We do not discriminate on the bases of race, color, religion, national origin, age over 40 and older disability, genetic information or any other status protected by law or

More information

Request for Qualifications Professional Services For. Wood Recycling Center Facility. Contract Number: C City of Chattanooga, Tennessee

Request for Qualifications Professional Services For. Wood Recycling Center Facility. Contract Number: C City of Chattanooga, Tennessee Request for Qualifications Professional Services For Wood Recycling Center Facility Contract Number: C-17-017-101 City of Chattanooga, Tennessee December 2017 Section 1 Introduction REQUEST FOR QUALIFICATIONS

More information

2017 Renewable Energy Sale - Request for Offers Solicitation Protocol

2017 Renewable Energy Sale - Request for Offers Solicitation Protocol 2017 Renewable Energy Sale - Request for Offers Solicitation Protocol Issuance Date: Week of January 23, 2017 i Table of Contents I. OVERVIEW... 1 A. OVERVIEW... 1 B. RENEWABLE ENERGY SALE RFO COMMUNICATION...

More information

Saint Louis University. Business and Finance

Saint Louis University. Business and Finance Saint Louis University Finance Navigation, Requisitioning, & Approvals Business and Finance Office of the Controller Financial Services Salus Center 5 th Floor April 27, 2009 Table of Contents Chapter

More information