RFP No Clause Samples

RFP No. 10047867-15-E
RFP No. 21174 consisting of pages 1 through 10, and including Addendum 1 dated 1/13/2021 and the Proposal submitted by the DESIGN-BUILDER on 2/11/2021, all filed with the Clerk the CITY, as “RFP No. 21174” is hereby specifically made a part of this Contract as if the same had been set forth at length herein. Unless addressed in paragraph 3.1 below, in the event of any conflict between the documents constituting this Contract, the documents shall be given precedence in the following order: 1) Permits from Agencies as required by law; 2) Change Orders; 3) This Contract; 4) Any Exhibits attached hereto;
RFP No. 001-1920
RFP No. 1902 for Processed USDA Foods Products and Commercial Equivalents (Price Catalog) For Super Co-Op Member Districts, released January 15, 2019, and awarded March 28, 2019. Results of RFP No. 1902 can be found at ▇▇▇.▇▇▇▇▇-▇▇▇▇.▇▇▇ by selecting “RFP 2019-20.”
RFP No. 15-10 (attached as Exhibit 1), CONTRACTOR’S Response (attached as Exhibit 2), the Proposed M/WBE Participation Plan (included within Exhibit 2), the Section 3 Utilization & Commitment Plan (included within Exhibit 2), Form ▇▇▇▇-▇ (▇▇▇▇▇▇▇▇ as Exhibit 3), which are all incorporated herein as if copied verbatim, and this Agreement constitute the sole and entire agreement of the parties and supersede any other prior or contemporaneous oral or written understandings or agreements. There are no oral agreements.
RFP No. Contract No. Agency of State: (hereafter “IVRS” or “Agency”) Contractor: (hereafter “Contractor”) Agency Principal Address (“Notice Address”): Contractor Principal Address (“Notice Address”): Contract Information: Start Date End Date # of Yearly Options Billing Frequency: Maximum Value of Contract & Renewals $81,300.00 Contract Attachments Agency Contract Manager: Contractor Project Manager: Agency Billing Contact: Contractor Billing Contact:
RFP No. 06-80101500-J. The intent of this proposal is to select State Term Contracts (STC) to provide Customers with the capability to issue a Request for Quote (RFQ) to Contractors with experience in management consulting services. In accordance with the Statement of Work, the Management Consultant Services to be provided include: expert advice, assistance, guidance, or counseling in support of Customer’s mission oriented business functions, and may also include studies, analyses, and reports supporting any proposed development, consultative, or implementation efforts. Experience ▇▇▇▇▇▇▇ EMC was founded in 2011 to help assist rural, fiscally constrained counties and communities recover financially from damages sustained from disaster events including hurricanes, tornadoes, flooding, fires, earthquakes and most recently, the COVID-19 pandemic. Our company is comprised of professionals with diverse backgrounds ranging from emergency management, engineering, law, construction inspection, accounting, banking, real estate, education, training, grants management, database management, software solutions, and information technology. We are more than a single service firm and our diverse background of skillsets is what sets ▇▇▇▇▇▇▇ EMC apart from other management consulting firms. Our top priority is client satisfaction, and this is achieved by collectively working together, and collaborating on ideas to produce practical, efficient, and results-driven solutions for our clients. Since our incorporation, our management consulting services have grown over the last nine years to include Preparedness, Response, Recover and Mitigation. Each one of these unique fields of emergency management has equipped our professionals with necessary skill sets required for several of the Management Consulting Services including: Consulting on management strategy; Project management; Provisions of studies, analyses, scenarios, and reports relating to a Customer’s consolidation; and Comprehensive grants management services related to the ▇▇▇▇▇▇▇▇ Disaster Relief and Emergency Assistance Act and other Federal grants programs. City of Tallahassee, Florida: Disaster Recovery Services Reference: ▇▇▇▇▇▇ ▇▇▇▇▇, Director Contact: ▇▇▇.▇▇▇.▇▇▇▇ / ▇▇▇▇▇▇.▇▇▇▇▇@▇▇▇▇▇▇.▇▇▇ Since 2016, ▇▇▇▇▇▇▇ EMC has served the City of Tallahassee with staff augmentation and FEMA Public Assistance programmatic support for Hurricane ▇▇▇▇▇▇▇ (DR-4280), Hurricane ▇▇▇▇ (DR- 4337), and Hurricane ▇▇▇▇▇▇▇ (DR-4399). ▇▇▇▇▇▇▇ EMC...
RFP No dated.......for.........
RFP No. 7092 relating to the provision of Medical Services for the City Jail of Chesapeake, Virginia (collectively, the "Excluded Contracts");

Related to RFP No

  • Step No 1 Step No. 2

  • Contract No ▇▇▇▇▇▇▇ acknowledges and understands awards under this Contract are subject to federal funding to HHSC to facilitate the WIC program. All expenditures under the Grant Agreement will be in accordance with Attachment A, Statement of work.

  • YES NO If the answer is YES or if this disbursement uses the remainder of your OPWC assistance, your project file will be closed upon processing this request. As described in Appendix D of the Project Agreement, your minimum Percentage Contribution is 25% of the total project cost. PROJECT MANAGER CERTIFICATION: ▇▇▇▇ ▇▇▇▇▇▇▇, Executive Director

  • CLEC to CLEC Conversions for Unbundled Loops 2.1.10.1 The CLEC to CLEC conversion process for unbundled Loops may be used by Lightyear when converting an existing unbundled Loop from another CLEC for the same end user. The Loop type being converted must be included in Lightyear’s Interconnection Agreement before requesting a conversion. 2.1.10.2 To utilize the CLEC to CLEC conversion process, the Loop being converted must be the same Loop type with no requested changes to the Loop, must serve the same end user location from the same serving wire center, and must not require an outside dispatch to provision. 2.1.10.3 The Loops converted to Lightyear pursuant to the CLEC to CLEC conversion process shall be provisioned in the same manner and with the same functionality and options as described in this Attachment for the specific Loop type. Order Coordination (OC) Order Coordination – Time Specific (OC-TS) Test Points DLR Charge for Dispatch and Testing if No Trouble Found SL-1 (Non- Designed) Chargeable Option Chargeable Option Not available Chargeable Option – ordered as Engineering Information Document Charged for Dispatch inside and outside Central Office UCL-ND (Non- Designed) Chargeable Option Not Available Not Available Chargeable Option – ordered as Engineering Information Document Charged for Dispatch inside and outside Central Office Unbundled Voice Loops - SL-2 (including 2- and 4-wire UVL) (Designed) Included Chargeable Option Included Included Charged for Dispatch outside Central Office Unbundled Digital Loop (Designed) Included Chargeable Option (except on Universal Digital Channel) Included (where appropriate) Included Charged for Dispatch outside Central Office Unbundled Copper Loop (Designed) Chargeable in accordance with Section 2 Not available Included Included Charged for Dispatch outside Central Office For UVL-SL1 and UCLs, Lightyear must order and will be billed for both OC and OC-TS if requesting OC-TS.

  • BILL NO 09 METALWORK 1 Single gate, size 900mm wide x 2050mm high, the leaf formed of 25 x 25 x 2mm wall thickness mild steel pipe framing all round and two horizontal intermediate rails with mitred and welded angles, the gate filled in with 12mm diameter mild steel bars welded, at each end, vertically to perimeter and intermediate framing at not exceeding 109mm centres, the leaf fitted with a 150mm long padbolt, the leaf to receive hasp and staple formed of 40 x 6mm mild steel flat bar welded onto frames and including fitting with two 50 x 10mm flat bar tee brackets and 16mm round bar pin hinges, twice bolted to wall with and including M16 x 95mm galvanised coach screws. No 6 A1 : 2 C1 : 1 D1 : 2 G1 : 1 H1 : 0 2 Mesh screen, size 2230mm wide x 2100mm high, formed of 32 x 32 x 2mm wall thickness square hollow section framing all round and two horizontal rails with mitred and welded angles, the framing covered with 50 x 50 x 4mm weld mesh tack welded on, and including fitting with two 50 x 10mm flat bar tee brackets and 16mm round bar pin hinges, twice bolted to wall with and including M16 x 95mm galvanised coach screws. No 1 A1 : 0 C1 : 1 D1 : 0 G1 : 0 H1 : 0 BUILDING WORKS