REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO"

Transcription

1 REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO PROPOSAL NUMBER: P15-09 DESCRIPTION: Economic Development Asset Assessment RECORDING DATE: 6/18/15 The Board of Larimer County Commissioners will be receiving sealed proposals at the office of the Purchasing Director, 200 W. Oak Street, Suite 4000, Fort Collins, Colorado, up to 2:00 P.M. (our clock), Thursday, June 18, 2015 at which time they will be recorded, but not publicly opened, to consider contracting with a firm to provide an economic development asset assessment for Larimer County. All questions regarding this proposal must be in writing and should go to Ms. Heather MacMillan, CPPB, M.Ed., Purchasing Director, at hmacmillan@larimer.org. Questions are due no later than 10:00 a.m. on Wednesday, June 10, Please call Ms. MacMillan at to verify receipt of your questions. INSTRUCTIONS TO PROPOSERS: One (1) paper proposal with original signature(s), and one (1) electronic proposal supplied on a flash drive are required. If brochures or other supportive documents are requested, then it is required that 1 set be submitted with your paper proposal, and one with your electronic proposal. If the paper proposal and the electronic proposal should differ, the electronic proposal shall In submitting a proposal, the vendor agrees that acceptance of any or all proposals by the County within a reasonable time or period constitutes a contract. No delivery shall become due or be accepted unless a purchase order shall first have been issued by the Purchasing Director of Larimer County. No work shall commence nor shall any invoices be paid until the contractor provides the requested proof of insurance as outlined in the Insurance Requirements for Contractors and until such proof is accepted by Larimer County. Additionally, the contractor will provide an endorsement naming Larimer County as an additional insured to their policy. If you have any questions concerning the insurance requirements, please contact Connie Ellis, Property/Casualty Claims Adjustor, at (970) at least one week before the proposal recording date. Payment for work performed or goods sold to Larimer County can be expected within 30 days after receipt of the invoice and satisfactory acceptance from the department receiving the service or goods. As of August 7, 2006, state and local government agencies are prohibited from purchasing services from any contractor that knowingly employs illegal immigrants to help carry out publicly funded work. Pursuant to the provisions of Colo. Rev. Stat , contractors must certify that they are using the E-Verify Program or Department Program to verify the employment eligibility of new employees. If a contractor awarded a contract violates the provisions of Colo. Rev. Stat (2), the state or local government agency may terminate the contract and the contractor will be liable for damages to such agency. Any contract agreed to by the parties that results in a sole source government contract must contain provisions and comply with Article XXVIII, Section 15 of the Colorado Constitution. Vendor certifies, warrants, and agrees that (he) (she) (it) has knowledge of the Keep Jobs in Colorado Act of 2013 codified at Sections , et seq. of the Colorado Revised Statutes and that Colorado labor shall be employed to perform at least eighty percent (80%) of the work. 1

2 Larimer County reserves the right to reject any and or all proposals, to further negotiate with successful proposer and to waive informalities and minor irregularities in proposals received, and to accept any portion of the proposal if deemed to be in the best interest of Larimer County to do so. If, in the sole judgment of the Board of County Commissioners, the proposals are substantially equal, the Board may grant the contract to companies located in Larimer County. The total cost of proposal preparation and submission shall be borne by the proposer. All information submitted in response to this request for proposal (RFP) is public after the Notice of Award has been issued. The proposer should not include as part of the response to the RFP any information which the proposer believes to be a trade secret or other privileged or confidential data. If the proposer wishes to include such material with a proposal, then the material should be supplied under separate cover and identified as confidential. Statements that the entire proposal is confidential will not be honored. Larimer County will endeavor to keep that information confidential, separate and apart from the proposal subject to the provisions of the Colorado Open Records Act or order of court. No telephone, or facsimile proposals will be accepted. Proposals must be clearly identified on the front of the envelope by proposal number and title. Responsibility for timely submittal and routing of proposals, prior to recording, lies solely with the proposer. Proposals received after the closing time specified will not be considered. Larimer County strongly encourages the use of small and minority firms, women's business enterprises, and labor surplus area firm services. In accordance with Federal and State laws, Larimer County does not discriminate. The Contractor certifies that by signing the contract, neither the contractor nor subcontractors, the organization nor its principals are suspended or debarred or otherwise excluded from procurement by the Federal government and do not appear on the Excluded Parties List System (EPLS) maintained by the General Services Administration (GSA). PROJECT OVERVIEW Larimer County is seeking proposals from consultants interested in completing an economic development asset assessment and competitive analysis for Larimer County. Larimer County is in the process of implementing its Revised Strategic Plan. One of the goals identified in the plan states that Larimer County is a recognized center for supporting business by turning innovation into reality. We plan for improvement by encouraging smart business growth, more and better jobs. The County views this asset assessment project as one of the first steps towards completing this goal. The Larimer County Economic Development Assessment will provide data, analysis, priorities, and a strategy for maximizing future investments to enhance the competitiveness of the region. The successful consultant for this project will work in collaboration with local economic development partners (identified in the next paragraph) to identify the regional physical and non-physical assets, both within and outside of Larimer County s control, that impact economic development. The assets will be benchmarked, analyzed, and prioritized. The priorities identified in the study will help guide Larimer County s economic development activities and investments. Our local economic development partners include: Municipal Economic Development Staff Region Economic Development Organizations, i.e. Northern Colorado Economic Development Corporation, Northern Colorado Economic Alliance Chambers of Commerce Small Business Development Center Business Incubators, i.e. Innosphere, Warehouse Business Accellerator 2

3 Background Larimer County is located in north-central Colorado. It is the sixth largest county in Colorado based on population. Larimer County had a population of 301,000 in The estimated 2014 population is 322,000. The two largest cities of Fort Collins and Loveland had 2010 populations of 144,000 and 67,000 respectively. The rest of the County is comprised of unincorporated areas and the towns of Estes Park, Berthoud, Timnath, Wellington, and portions of Johnstown and Windsor. Larimer County extends to the Continental Divide and includes several mountain communities and portions of Rocky Mountain National Park. The County encompasses 2,640 square miles that include some of the finest irrigated farmland in the state, as well as vast stretches of scenic ranch lands, forests and high mountain peaks. Over 50% of Larimer County is publicly owned, most of which is land within Roosevelt National Forest and Rocky Mountain National Park. In addition to these federal lands, Colorado State Parks and Recreation, and Larimer County Parks and Open Spaces combine to provide a wide spectrum of recreational opportunities that are enjoyed by both residents and visitors. Larimer County is also home to Colorado s land grant university, Colorado State University, which has over 23,000 students in a wide variety of academic programs. CSU is a top tier research institution. To learn more about Larimer County, please visit Larimer County Government Services Larimer County provides a broad range of services including the following: Assessor Services The Assessor is responsible for valuing all real and personal property, including mobile homes, residential and commercial properties and agricultural land for property tax purposes. The Assessor provides businesses the option to view and file their asset listings online. Criminal Justice Services The Criminal Justice Division includes Criminal Justice Planning, Alternative Sentencing and Community Corrections. Criminal Justice Services is responsible for analyzing crime trends, providing alternatives to incarceration for nonviolent offenders and the safe integration of ex-offenders into the community. Community Development Division Services Community Development is responsible for the administration of land use regulations, development review, building inspection and code enforcement in the unincorporated areas of the County. The Community Development Division is also responsible for writing and enforcing the Comprehensive Master Plan. Cooperative Extension Services The Extension staff distributes research-based information and conducts educational programs about family and consumer issues, horticulture, agriculture, personal finance, food safety & nutrition, 4-H youth development, resource management, small acreage management, and community safety issues. Engineering Services Engineering is responsible for planning and designing public works projects that include road and bridge, parks, and natural resources improvements; reviewing and enforcing engineering standards; providing surveying, construction, right-of-way, traffic and support engineering; overseeing floodplain administration and improvement district administration; and coordinating right-of-way (utility), special transport, and access permits. Health & Environment Services The Health & Environment Department provides community health and environmental health services, communicable disease control, health education, vital records management, health data assessment, 3

4 development of policies that advance the public's health, and advocacy for community-based services that provide needed health care. Natural Resources Services Natural Resources manages Larimer County's many outdoor places, including open spaces and waterbased recreation areas, and fosters responsible land stewardship through weed management and healthy forest practices. Road & Bridge Services The Road and Bridge Department is responsible for the maintenance and construction of those roadway and drainage structure assets sustained through the direct and indirect efforts of Larimer County. The Larimer County transportation system maintains approximately 1,000 miles of both paved and unpaved roads. Sheriff Services The Sheriff's Office is responsible for a wide variety of public safety services that include providing law enforcement services in the unincorporated areas of the county as well as operating the county jail, disaster response, wild land fire suppression, search and rescue, and civil process service. Solid Waste/Recycling Services The Solid Waste Department is responsible for solid and hazardous waste management, recycling, and a variety of environmental and resource management functions. The Ranch/Fairgrounds The Ranch is a multipurpose event center, fairgrounds, and meeting space that is host to over 2,000 local, national, and international events annually. Workforce Center Services The Workforce Center provides employment and training services through partnerships with county, state and local agencies. The Workforce Center strives to enhance the employability of individuals competing in the labor force, reduce duplication of services, and maintain a strong partnership with the business community. The Larimer County Workforce Center is also actively engaged in two successful Sector Partnerships: Advanced Manufacturing and Healthcare. Sector Partnerships are a collaborative effort from companies within the same industry, economic development, workforce development, education, and community organizations to address issues and opportunities related to their specific industry within their region. Larimer County s Economy Larimer County has a diverse and resilient economy. Innovation occurs across industry sectors in Larimer County and Northern Colorado. Craft brewers, bioscience, software, hardware, and clean energy companies contribute ideas, inventions, and products that positively affect the local economy. Colorado State University s innovation culture directly benefits Larimer County s economy through technology transfer and globallyfocused research in clean energy, water innovation, disease prevention & treatment, and other areas. Below are some examples of Larimer County s economy: Agriculture Agriculture is a cultural and economic cornerstone of Larimer County. There are approximately 1,760 farms and ranches covering nearly a half-million acres or thirty percent of the county s total land area. Strategic growth opportunities for agriculture including a range of emerging activities such as: recreation & tourism, development of energy resources, direct local marketing, and technological innovation. Advanced Manufacturing From world-class beer to industrial engine controls, Larimer County is home to a thriving manufacturing sector that boasts breadth and depth. Dozens of diverse manufacturing companies pepper the 4

5 commercial and industrial areas of the County. Many of the manufacturing companies can be found in other industries that have a strong presence in Larimer County. Bioscience The Bioscience Cluster is comprised of companies that research, produce & distribute medical devices, medical instruments, pharmaceuticals, and biofuels. With dozens of companies in growth mode, close associations with research scientists at Colorado State University, and a diverse product base, this cluster plays an important role in economic development and health in Northern Colorado. Clean Energy The Colorado Clean Energy Cluster is a business-led, project-oriented group of regional partners seeking to have a global impact on energy efficiencies. Focusing on workforce development and economic opportunities, the cluster is at the forefront of the new energy economy. Health & Wellness Mirroring national trends healthcare is playing an increasingly important role in our economy. In 2005 health & wellness jobs accounted for 10.1 percent of jobs in the economy. The industry-led Northern Colorado Healthcare Sector Partnership is working to establish collaborative workforce strategies and educational programs that reflect the current and future needs of health and wellness employers and support the growth of this booming industry. Software/Hardware Despite the ups and downs of the technology sector, Larimer County remains an attractive location for new businesses. Companies that specialize in data mapping, computer programming, internet services, software development, and computer facilities management are grouped in the software/hardware cluster. Water Innovation The future of water safety, water supply and water management is a global issue. Northern Colorado area companies and industry partners around the state are ready to take on challenges and discover solutions that are best for the planet, for business and our society. Colorado State University s expertise in water research and technology innovation is world-renowned. Combined, these companies and organizations contribute to the economic vitality of our area and beyond. 5

6 SCOPE OF WORK: The Larimer County Economic Development Assessment project will be the responsibility of the Larimer County Economic Development Manager, who will also serve as the contact person for providing support and direction to the consultant firm. The Economic Development Manager will be supported by an internal economic development team. The consultant will be responsible for producing a comprehensive, complete and approved Larimer County Economic Development Assessment. The final study will include, at a minimum, the following elements: 1) Conduct an economic assessment of both the incorporated and unincorporated Larimer County region. This assessment should include: Identification and map of economic development infrastructure and amenities, both physical and non-physical, that are present in Larimer County. This section of the assessment needs to be in a format that county staff can maintain and update. The assessment should include: - Services provided by Larimer County, including Natural Resources, Planning, Public Safety, and Road & Bridge - Open spaces/other natural resources available to the community - Public Infrastructure including transportation (aviation, rail, and road), water, solid waste, telecommunication (including broadband), energy and sewer - Buildable land inventory - Recreational opportunities - Tourism and cultural assets - Business/entrepreneurial support services including; economic incentives, access to capital, research & development, accelerators/incubators and training and consulting program - Educational infrastructure - Workforce supply and workforce development programs - Health and wellness assets - Other assets as may be determined to impact regional economic development Evaluation and integration of salient information from regional sources including recently completed community studies, such as the City of Fort Collins Workforce Study, the United Way of Larimer County State of the Community Report, and the Larimer County Natural Resources stud entitled, Our Lands Our Future. A strengths, weaknesses, opportunities, threats (SWOT) analysis of the infrastructure and amenities identified. The analysis should include current economic trends and their impact(s) on Larimer County s competitiveness, identification of our position in, and relationship with, the surrounding regions (Counties of: Weld, Boulder, and Denver) and a list of Larimer County s comparative advantages and disadvantages to similar, competitive markets such as: Portland, Oregon; Phoenix, Arizona; Raleigh- Durham, North Carolina and Austin, Texas (benchmark analysis). Conduct additional quantitative and qualitative analysis to determine both the community s competitive position and opportunities for diversification of the existing economy. This analysis should include a business survey on reasons why firms have selected to locate or expand in Larimer County. Conversely, we would like to understand why businesses opted to locate or expand in other areas. 6

7 Conduct additional analysis of tourism assets including both private and public owned assets. Analysis should include: - Current and projected economic impacts of tourism - Ranking of the most valued (by visitors and economic impact) tourism assets - Identification of the top five underutilized sites - Identify key gaps (including site linkage) in tourism development - Recommendations on tourism investment attraction strategy Review and make recommendations for improvements to the County s development review process that protect Larimer County and citizen interest while making the process as streamlined and predictable as possible for projects that contribute to the achievement of Larimer County s long-term economic development. Evaluate existing economic development incentives offered at the county government level throughout the region (including: Weld, Boulder, El Paso, and Denver) to determine Larimer County's competitive position. Make recommendations for improvement in both process and incentives. The final element of this project is data-supported priority development, strategy, implementation and metrics. This should, at a minimum, include: Provide prioritized recommendations of infrastructure and amenities within the County s control that inhibit or enhance economic development potential impact and urgency to address. Provide prioritized recommendations of regional infrastructure and amenities by importance / relevance to economic development and urgency to address. Strategy development including the identification of incremental improvements that address the unique challenges, both large and small, that are limiting the community s economic potential. Identify forward looking strategic initiatives that can catalyze the community and bring diverse constituent groups together in pursuit of transformational projects. Create an operational plan that provides guidance on step-by-step actions that will bring identified priorities and strategic initiatives to fruition. Recommend meaningful metrics to gauge progress toward, and success in, achieving each recommendation in the plan and a timeline for implementation. Deliverables The consultant(s) shall deliver the following items, at a minimum: 1. The consultants will be responsible for producing a comprehensive, complete and approved Larimer County Economic Development Assessment that addresses the requirements as identified in the Scope of Services. 2. The final report documents shall be delivered in hard copy (12 copies) and digital versions (Microsoft Word format or other agreed-upon format). Project Timeline The consultant must be able to commence work on the project no later than June 15, The project must be concluded and the final, approved report given to the Larimer County Economic Development Manager by October 1, Project Budget Larimer County has allocated between $60, $75, for the completion of this study. 7

8 PROPOSAL SUBMITTAL REQUIREMENTS: Vendors are to provide the following information, in the order requested, by submitting one (1) physical Proposal, and one electronic copy supplied on one (1) flash drive (please provide your proposal as ONE (1) file on the flash drive). Please label all items clearly and provide an index. Should the physical proposal and the electronic copy differ, the electronic proposal shall supersede the physical copy. The proposal shall contain, at a minimum, the following sections: 1) Signed Signature Page (located on page 13 of this RFP) 2) Consultant/Firm Introduction - On your organization s letterhead, introduce your organization, list the contents of your submittal, including the required elements and any additional items relevant to this RFP. - This letter must be signed by an individual authorized to commit the respondent s personnel and financial resources to the project s work tasks and to execute legal documents for your organization. 3) Consultant/Firm Information - Description of firm background, history, and areas of expertise - Provide a minimum of two (2) work samples from the past three (3) years of relevant experience of the firm in similar projects. - Provide a list of at least three (3) previous clients for which similar services have been provided. Include current contact names, physical address, address, and telephone number(s). 4) Project Personnel - Identify the Project Manager and responsibilities of all project team members, including any subcontractors and their personnel. Indicate key personnel and amount of dedicated management time for the Project Manager. - Provide resumes, experience, and any other appropriate information regarding the work team s qualifications for all personnel who will work on his project. - Identify where the team will be physically located during the time they are engaged in the work on this project. - Please note: Larimer County reserves the right to interview the key personnel assigned by the contractor to this project and recommend reassignment of personnel deemed unsatisfactory. 5) Project Plan - Based on your understanding of and approach to the project, outline the general tasks your organization would undertake to complete the Scope of Services along with any additional tasks and/or products you believe are necessary. Include the methods and means by which your firm will perform the services outlined in the RFP. - Prepare a work schedule/ timeline outlining the major tasks, phases, timeframes, milestones, and work product necessary to complete the project. All major outputs/deliverables and meetings should be included on work schedule. Please identify the personnel that will be involved in each task. 6) Project Budget - Provide a fixed cost for performing all work required to satisfy requirements in the scope of work as detailed in each component identified in the work plan/timeline. Please be specific with costs. - Proposal must include an itemized breakdown of the cost of any options being proposed beyond the minimum specifications. 8

9 - Rates quoted in response to this RFP are firm for the duration of the contract; no price increases will be permitted. - Allowances for expenses, travel, etc. must be quantified and included in the fixed price. These charges cannot be submitted later. - Larimer County is tax exempt. Costs shall be exclusive of all taxes. 9

10 INSURANCE REQUIREMENTS: Prior to commencement of any work, contractor shall forward Certificates of Insurance to Larimer County Purchasing, 200 W. Oak St., #4000, Fort Collins, Colorado The insurance required shall be procured and maintained in full force and effect for the duration of the Contract and shall be written for not less than the following amounts, or greater if required by law. Certificate Holder should be Larimer County at the above address. I. Workers' Compensation and Employers' Liability II. A. State of Colorado: Statutory B. Applicable Federal: Statutory C. Employer's Liability: $100,000 Each Accident $500,000 Disease-Policy Limit $100,000 Disease-Each Employee D. Waiver of Subrogation Commercial General Liability on an Occurrence Form including the following coverages: Premises Operations; Products and Completed Operations; Personal and Advertising Injury; Medical Payments; Contractual Liability; Independent Contractors; and Broad Form Property Damage. Coverage provided should be at least as broad as found in Insurance Services Office (ISO) form CG0001. Minimum limits to be as follows: A. Bodily Injury & Property Damage General Aggregate Limit $2,000,000 B. Products & Completed Operations Aggregate Limit $2,000,000 C. Personal & Advertising Injury Limit $1,000,000 D. Each Occurrence Limit $1,000,000 Other General Liability Conditions: 1. Products and Completed Operations to be maintained for one year after final payment. Contractor shall continue to provide evidence of such coverage to the County on an annual basis during the aforementioned period (as appropriate). 2. Contractor agrees that the insurance afforded the County is primary. 3. If coverage is to be provided on Claims Made forms, contractor must refer policy to Risk Management Department for approval and additional requirements. III. Professional Liability: Each Occurrence Limit $1,000,000 Aggregate Limit $1,000,000 IV. Commercial Automobile Liability coverage to be provided on Business Auto, Garage, or Truckers form. Coverage provided should be at least as broad as found in ISO form CA0001 (BAP), CA0005 (Garage) or CA0012 (Trucker) including coverage for owned, non-owned, & hired autos. Limits to be as follows: A. Bodily Injury & Property Damage Combined Single Limit $1,000,000 B. Medical Payment Coverage $5,000 C. Uninsured/Underinsured Motorist Colorado Statutory Limit $1,000,000 V. All Insurance policies (except Workers Compensation and Professional Liability) shall include Larimer County and its elected and appointed officials and employees as additional insureds as their interests may appear. The additional insured endorsement should be at least as broad as ISO form CG2010 for General Liability coverage and similar forms for Commercial Auto and Umbrella Liability. Additional Insured endorsement(s) shall be attached to the certificate of insurance that is provided to the county. VI. The County reserves the right to reject any insurer it deems not financially acceptable by insurance industry standards. Property and Liability Insurance Companies shall be licenses to do business in Colorado and shall have an AM Best rating of not less than B+ and/or VII. 10

11 VII. VIII. Notice of Cancellation: Each insurance policy required by the insurance provision of this Contract shall provide the required coverage and shall not be suspended, voided or canceled except after thirty (30) days prior written notice has been given to the County, except when cancellation is for nonpayment of premium, then ten (10) days prior notice may be given. Such notice shall be sent directly to Larimer County Risk Management, 200 W. Oak St., #4000, Ft. Collins, CO If the insurance company refuses to provide the required notice, the contractor or its insurance broker shall notify the County of any cancellation, suspension, non-renewal of any insurance within seven (7) days of receipt of insurers notification to that effect. Contractor shall furnish Larimer County certificates of insurance. Contractor will receive all subcontractors certificates of insurance. Such certificate must meet all requirements listed above. ANY DEVIATIONS FROM THE STANDARDS GIVEN ABOVE MUST BE APPROVED BY THE LARIMER COUNTY RISK MANAGEMENT DEPARTMENT. 11

12 EVALUATION CRITERIA: The proposals will be evaluated by an evaluation committee on the criteria. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. An Evaluation Committee will review the proposals and evaluate them against the criteria as set forth below in this Request for Proposal, and determine the best value for Larimer County. An oral interview process may be used to assist in the decision for award. The rating scale shall be from 1 to 5, with 1 being the lowest rating and 5 being the highest. You will be rated based upon the following criteria: CRITERIA Quality of Proposal / Understanding of Work to be Performed Consultant Qualifications STANDARD How well has this firm demonstrated a clear understanding of work to be performed, and have they submitted a well thought out work plan & approach to completing this section of the RFP? 1. Economic Development Assessment (10 points) 2. Information from Regional Sources (10 points) 3. SWOT Analysis (10 points) 4. Competitive position and opportunities for Diversification (10 points) 5. Tourism Assets (5 points) 6. Development Review Process (5 points) 7. Economic Development Incentives (5 points) 8. Realistic work plan & time estimates of each major segment of the assessment (To what degree has this firm provided realistic time estimates of each major segment of the work plan?) (10 points) 1. Experience with similar projects. (10 points) 2. Demonstrated Technical Ability (10 points) 3. Project Team (5 points) AVAILABLE POINTS Budget Rank fees compared to those of other proposals received

13 SIGNATURE PAGE ADDENDA: The proposer acknowledges the receipt of the following Addenda: Addendum Number Date of Addendum Date Received The undersigned certifies that he/she has examined the specifications and instructions to proposers and has submitted a proposal in full compliance and without collusion with any other person, individual or corporation. The undersigned further certifies that he/she is or is trying to participate in the Basic Pilot Employment Verification Program (Basic Pilot) as detailed as a part of the Systematic Alien Verification for Entitlements (SAVE) Program as found on the U.S. Citizenship and Immigration Services website at ( The entire URL for the SAVE program is: The undersigned certifies that you have verified that you do not employ illegal aliens, and that you shall not knowingly employ an illegal alien to perform work. SIGNED: TITLE: PRINTED NAME: FIRM: ADDRESS: CITY: STATE: ZIP: DATE: TELEPHONE NUMBER: ADDRESS: For further information regarding this request for proposal, please contact Heather MacMillan, CPPB, M.Ed., Purchasing Director, at (970) , or hmacmillan@larimer.org. PLEASE SUBMIT YOUR PROPOSAL WITH THE FOLLOWING AFFIXED TO THE FRONT OF THE ENVELOPE: Proposal Number: _P15-09 Economic Development & Assessment Proposal Closing Date: Vendor Name: Return Proposal to: LARIMER COUNTY PURCHASING DIRECTOR 200 W. OAK STREET, SUITE 4000, PO BOX 1190 FORT COLLINS, COLORADO NOTE: Use the label to the left on packages when returning your proposal response. 13

REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO

REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO PROPOSAL NUMBER: 13-02 DESCRIPTION: Administration of 401(a) and 457 Plans RECORDING DATE: 2/25/2013 The Board

More information

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control City of Boulder, Colorado Request for Proposals RFQ #74-2012 The City of Boulder is soliciting Statements of Qualification and hourly billing rates from contractors with experience in General Scope of

More information

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits The City of Louisville, Colorado is accepting proposals for the purpose of performing sales and use tax, and franchise fee compliance

More information

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT The Town of Avon is seeking written responses to a Request for Proposal (RFP) for services of a landscape architect

More information

New Hanover County. Request for Qualifications. Crime Scene Investigation (CSI) Building Expansion

New Hanover County. Request for Qualifications. Crime Scene Investigation (CSI) Building Expansion New Hanover County Request for Qualifications Crime Scene Investigation (CSI) Building Expansion General Information The purpose of this Request for Qualifications is to solicit qualifications from qualified

More information

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT Proposals will be received in the New Hanover County Finance, 230 Government Center

More information

Town of Somers, Connecticut Geographic Information Consulting Services Request for Proposals

Town of Somers, Connecticut Geographic Information Consulting Services Request for Proposals Town of Somers, Connecticut Geographic Information Consulting Services Request for Proposals The Town of Somers invites proposals for Geographic Information System consultation/ implementation services.

More information

Schedule Q (Revised 1/5/15)

Schedule Q (Revised 1/5/15) Schedule Q (Revised 1/5/15) CONSTRUCTION CONTRACTOR INSURANCE REQUIREMENTS Section 0.0 Introduction of the Owner-Controlled Insurance Program The City of Oakland (City) has implemented an Owner-Controlled

More information

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS Jail Boiler Replacement Project For the Facilities Management Department PROPOSALS DUE: 2:00 p.m., Thursday, November 20, 2014 1 P age P:\Jail Boiler Replacement

More information

GENERAL INSTRUCTIONS AND REQUIREMENTS

GENERAL INSTRUCTIONS AND REQUIREMENTS CHICAGO TRANSIT AUTHORITY INSURANCE AND BOND REQUIREMENTS [Short Form rev. 12/04/02] REQUISITION NUMBER: SPECIFICATION NUMBER CTA: PART I. GENERAL INSTRUCTIONS AND REQUIREMENTS A. WAYS TO COMPLY WITH CTA

More information

INDEPENDENT CONTRACTOR SERVICES AGREEMENT

INDEPENDENT CONTRACTOR SERVICES AGREEMENT INDEPENDENT CONTRACTOR SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 2010, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal corporation, whose

More information

REQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015

REQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015 REQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT August 10, 2015 The City of Rome, Georgia is requesting proposals from qualified firms to provide Check Processing

More information

SAMPLE SERVICES CONTRACT

SAMPLE SERVICES CONTRACT SAMPLE SERVICES CONTRACT The parties to this contract are the SAN DIEGO COUNTY WATER AUTHORITY, a county water authority, (the Water Authority) and, [a / an], having its principal place of business at

More information

CONSULTANT AGREEMENT

CONSULTANT AGREEMENT Douglas County School District Re.1 Castle Rock, Colorado CONSULTANT AGREEMENT This agreement, dated effective as of is made and entered into by and between the Douglas County School District Re.1, Douglas

More information

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT WOODY WHITE, CHAIRMAN BETH DAWSON, VICE-CHAIRMAN JONATHAN BARFIELD, JR. BRIAN BERGER THOMAS WOLFE CHRIS COUDRIET, COUNTY

More information

TOWN OF GLASTONBURY PROFESSIONAL SERVICES PROCUREMENT NOTICE REQUEST FOR PROPOSAL MERCHANT PAYMENT PROCESSING SERVICES RPGL # 2010-36

TOWN OF GLASTONBURY PROFESSIONAL SERVICES PROCUREMENT NOTICE REQUEST FOR PROPOSAL MERCHANT PAYMENT PROCESSING SERVICES RPGL # 2010-36 TOWN OF GLASTONBURY PROFESSIONAL SERVICES PROCUREMENT NOTICE REQUEST FOR PROPOSAL MERCHANT PAYMENT PROCESSING SERVICES RPGL # 2010-36 The Town of Glastonbury will be accepting proposals from qualified

More information

GENERAL INSTRUCTIONS AND REQUIREMENTS

GENERAL INSTRUCTIONS AND REQUIREMENTS CHICAGO TRANSIT AUTHORITY INSURANCE AND BOND REQUIREMENTS [FOR CONSTRUCTION RELATED CONTRACTS rev. 12/04/02] REQUISITION NUMBER: SPECIFICATION NUMBER CTA: PART I. GENERAL INSTRUCTIONS AND REQUIREMENTS

More information

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 Sealed bids are due by 10:30 am on Friday, January 30, 2015 Bid Specs are

More information

Issue Date: November 3, 2014. Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to:

Issue Date: November 3, 2014. Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to: REQUEST FOR PROPOSALS (RFP) 15762A FOR DENVER WATER S Snow Removal and Ice Abatement Issue Date: November 3, 2014 Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to: Denver Water Main Administration

More information

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES 951 MARTIN LUTHER KING BLVD. KISSIMMEE, FL 34741 TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES LEGAL ADVERTISEMENT TOHO WATER AUTHORITY RFQ 11-003 RATE CONSULTING

More information

Request for Statements of Qualifications # 27676 for Electric Motor Repair

Request for Statements of Qualifications # 27676 for Electric Motor Repair Request for Statements of Qualifications # 27676 for Electric Motor Repair PURPOSE: The City is requesting Statements of Qualifications (SOQ s) from Qualified and Fully Equipped Electric Motor Repair shops

More information

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING

More information

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments COUNTY OF SARPY, NEBRASKA SPECIFICATIONS VOIP Phones For the Various County Departments PROPOSALS DUE: Thursday, 2:00 p.m., June 13, 2013 1 P age P:\VOIP Phones\RFP_VOIP.docx General Information Notice

More information

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Website Design & Development For the. Tourism Department

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Website Design & Development For the. Tourism Department SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS Website Design & Development For the Tourism Department PROPOSALS DUE: 12:00 p.m., Tuesday, April 22, 2014 1 P age P:\Tourism Website RFQ\RFQ_Website.docx General

More information

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT Contract #: Total Obligation: AGREEMENT BETWEEN: The Georgia Department of Transportation s location identified in Paragraph 101A

More information

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule

More information

Request for Qualifications

Request for Qualifications Request for Qualifications Architectural and Engineering Services associated with WINDSOR ANIMAL SHELTER DESIGN TOWN OF WINDSOR, CT 06095 GENERAL The Town of Windsor is accepting qualification proposals

More information

INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS

INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS Without limiting CONTRACTOR's indemnification of COUNTY, and in the performance of this Contract and until all of its obligations pursuant to this

More information

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES The Trustees of the Governor William Stoughton Trust (hereinafter the Trustees ) issue this

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS THE JOB COUNCIL REQUEST FOR PROPOSALS PROFESSIONAL PROPERTY/CASUALTY AND WORKERS COMPENSATION INSURANCE BROKER OF RECORD The purpose of the Request for Proposal is to select the broker best qualified to

More information

Mansfield Independent School District Business Procedures Manual Section 7 Risk Management

Mansfield Independent School District Business Procedures Manual Section 7 Risk Management Mansfield Independent School District Business Procedures Manual Section 7 Risk Management 7. INSURANCE REQUIREMENT INFORMATION 7.1. Facility Rentals 7.1.1. This category applies to any individual or organization

More information

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION

More information

THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS

THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS INSURER POLICY No. ENDORSEMENT NO: ISO FORM CG 20 10 11 85 (MODIFIED) COMMERCIAL GENERAL LIAIBILITY THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR

More information

CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION

CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION The City of San Jose is seeking to contract with a law firm or attorney licensed by

More information

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM NO.

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM NO. SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Joseph Ramon Date Issued: June 15, 2015 BID NO.: 15-0118 FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM

More information

INDEPENDENT CONTRACTOR AGREEMENT (On Call Real Estate Broker Services)

INDEPENDENT CONTRACTOR AGREEMENT (On Call Real Estate Broker Services) INDEPENDENT CONTRACTOR AGREEMENT (On Call Real Estate Broker Services) THIS AGREEMENT (Contract") is made this 14th day of December, 2010, between the Board of County Commissioners of Sumter County, Florida

More information

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office JBrown@santa-ana.org

More information

SANTA BARBARA METROPOLITAN TRANSIT DISTRICT. Invitation for Bids for Architectural & Engineering Services. Addendum Number 1 Issued August 5, 2013

SANTA BARBARA METROPOLITAN TRANSIT DISTRICT. Invitation for Bids for Architectural & Engineering Services. Addendum Number 1 Issued August 5, 2013 SANTA BARBARA METROPOLITAN TRANSIT DISTRICT Invitation for Bids for Architectural & Engineering Services Addendum Number 1 Issued August 5, 2013 The Santa Barbara Metropolitan Transit District (MTD) herewith

More information

EXHIBIT A (of Request for Proposal)

EXHIBIT A (of Request for Proposal) EXHIBIT A (of Request for Proposal) INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES This Independent Contractor Agreement for Services ( Agreement ) is made as of, 2016 between the Dublin Unified

More information

CURRENT SPECIAL PROVISIONS FOR LIABILITY INSURANCE

CURRENT SPECIAL PROVISIONS FOR LIABILITY INSURANCE CURRENT SPECIAL PROVISIONS FOR LIABILITY INSURANCE NDOR Projects The special provision which begins on the following page ---- (A-55-0414) --- became effective beginning with projects let in the letting

More information

Request for Proposal Hewlett Packard Network Switches and Peripherals

Request for Proposal Hewlett Packard Network Switches and Peripherals Request for Proposal Hewlett Packard Network Switches and Peripherals Vernon Public Schools, Connecticut BID # VPS-FY16-003 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov

More information

Request for Quotation (RFQ) Property/Casualty Insurance

Request for Quotation (RFQ) Property/Casualty Insurance SECTION A GENERAL INFORMATION 1. Purpose Mesa County Public Library District (MCPLD) requests written quotations for coverages to be effective January 1, 2016. The selected firm will act as advisor, consultant

More information

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES 1. STATEMENTS OF QUALIFICATIONS REQUESTED The San Bernardino Community College District (District) Facilities

More information

CURRENT SPECIAL PROVISIONS FOR LIABILITY INSURANCE

CURRENT SPECIAL PROVISIONS FOR LIABILITY INSURANCE CURRENT SPECIAL PROVISIONS FOR LIABILITY INSURANCE Local Public Agency (LPA) Projects The special provision which begins on the following page ---- (A-54-0414) --- became effective beginning with projects

More information

ARTICLE 11. INSURANCE AND BONDS

ARTICLE 11. INSURANCE AND BONDS Provide submittals to Architect / Engineer that are required by any governing body or other authorities. Upon receipt of the Contractor s list, the Architect will make an inspection to determine whether

More information

Page 1 of 12 Document Effective Date Solicitation Terms & Conditions 08/08/2008 Purchase Order Terms and Conditions 01/01/2009 Special Provisions 01/01/2009 STATE OF COLORADO SOLICITATION INSTRUCTIONS/

More information

REQUEST FOR QUALIFICATIONS By Town of Apex, NC For Architectural Services For The Design of a Senior Services Facility

REQUEST FOR QUALIFICATIONS By Town of Apex, NC For Architectural Services For The Design of a Senior Services Facility REQUEST FOR QUALIFICATIONS By Town of Apex, NC For Architectural Services For The Design of a Senior Services Facility Introduction In accordance with NCGS 143-64.31, the Town of Apex requests statements

More information

AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER (Small Projects-Construction Costs Generally Under $100,000)

AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER (Small Projects-Construction Costs Generally Under $100,000) AISD PROJECT NO. PROJECT TITLE AND ADDRESS: AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER (Small Projects-Construction Costs Generally Under $100,000) This Agreement ( Agreement ) is made as of the day

More information

TOWN OF SCITUATE MASSACHUSETTS

TOWN OF SCITUATE MASSACHUSETTS TOWN OF SCITUATE MASSACHUSETTS REQUEST FOR SERVICES Marketing Services for Town of Scituate Economic Development Commission NOVEMBER 2014 GENERAL INFORMATION The Town of Scituate, acting through its Economic

More information

Berkeley Unified School District ROUTING FORM Contract, MOU and Amendment Approval

Berkeley Unified School District ROUTING FORM Contract, MOU and Amendment Approval ROUTING FORM Contract, MOU and Amendment Approval All Independent Contractor Agreement, MOU and Amendment Forms should be routed to Purchasing Department first for tracking. Purchasing will send the documents

More information

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1 Invitation to Bid Asphalt Restoration and Spot Repairs For Hardin County Water District No. 1 Prepared by: Hardin County Water District No. 1 1400 Rogersville Road Radcliff, KY 40160 Phone: 270-351-3222

More information

5. Preparation of the State and Federal Single Audit Reports.

5. Preparation of the State and Federal Single Audit Reports. THE CITY OF GROTON REQUEST FOR PROPOSAL FOR AUDITING SERVICES RFP 15-01 (Revised 5/28/15) 1. Introduction The City of Groton, Connecticut (the City) is soliciting proposals for purpose of obtaining the

More information

Issue Date: March 4, 2014. Proposal Due Date: Tuesday, March 18, 2014 by 11:00 AM Mountain Time to:

Issue Date: March 4, 2014. Proposal Due Date: Tuesday, March 18, 2014 by 11:00 AM Mountain Time to: REQUEST FOR PROPOSALS (RFP) 15378A FOR DENVER WATER S Information Technology Third Party Patch Management Software Issue Date: March 4, 2014 Proposal Due Date: Tuesday, March 18, 2014 by 11:00 AM Mountain

More information

CITY OF LEAWOOD. Independent Contractor Agreement

CITY OF LEAWOOD. Independent Contractor Agreement #3 Small Indep Contractor Agreement with Ins Optional, for use with small agreements less than $15k [e.g., entertainment, 4 th of July projects, sports] CITY OF LEAWOOD Independent Contractor Agreement

More information

2001 Main, Kansas City, MO 64108 Hilton Home 2 Suites

2001 Main, Kansas City, MO 64108 Hilton Home 2 Suites REQUEST FOR PROPOSALS 2001 Main, Kansas City, MO 64108 Hilton Home 2 Suites This RFP is open only to contractors prequalified by Port KC at the time of RFP issuance DATE OF ISSUANCE: January 8 th, 2016

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Interim Director REQUEST FOR E-QUOTE NUMBER: 12CT86224YA PROJECT TITLE: Maintenance contract for MicroStation Software for Water

More information

The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision.

The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision. May 19th, 2016 RE: REQUEST FOR QUOTES 2016 Sidewalk Replacement The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision. The enclosed Quote

More information

INSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4

INSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4 1THE PHILADELPHIA PARKING AUTHORITY RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4 Prior to commencement of the contract and until completion of your work, shall, at its sole expense,

More information

AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401

AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401 AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401 The Arapahoe Library District (ALD) is seeking competitive proposals from qualified, reliable Vendors to hire a professional audio/visual company.

More information

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

Request For Price. Work Schedule The project shall commence within a reasonable time of the request. Request For Price The Town of Somers is soliciting two (2) year contract proposals for emergency and non-emergency plumbing work at the following locations in Somers, New York 10589: Somers Town House,

More information

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR INDEPENDENT FINANCIAL ADVISOR. Issued by the Town of Bedford

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR INDEPENDENT FINANCIAL ADVISOR. Issued by the Town of Bedford REQUEST FOR PROPOSAL/QUALIFICATIONS FOR INDEPENDENT FINANCIAL ADVISOR Issued by the Town of Bedford Chris Burdick, Supervisor David Gabrielson, Deputy Supervisor Francis Corcoran Marybeth Kass Lisbeth

More information

1. Applicants must provide information requested in the section titled Required Information.

1. Applicants must provide information requested in the section titled Required Information. Lane County Health & Human Services Strategic Plan Development REQUEST FOR QUOTES Introduction Lane County Health & Human Services is interested in contracting with a consultant to help develop an updated

More information

Price quotes must be received no later than October 16, 2015 at 3:00 p.m. at the above address.

Price quotes must be received no later than October 16, 2015 at 3:00 p.m. at the above address. Request for Price Quotes For the provision of technical writing for the delivery of a policy and procedural manual for the Dutchess County Workforce Investment Board Issue Date September 24, 2015 Deadline

More information

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,

More information

REQUEST FOR QUALIFICATIONS HVAC CONTRACTOR FOR RESIDENTIAL ENERGY PROGRAMS 02/27/2015

REQUEST FOR QUALIFICATIONS HVAC CONTRACTOR FOR RESIDENTIAL ENERGY PROGRAMS 02/27/2015 REQUEST FOR QUALIFICATIONS HVAC CONTRACTOR FOR RESIDENTIAL ENERGY PROGRAMS 02/27/2015 The Mid-Ohio Regional Planning Commission (MORPC) requests interested and qualified companies to submit a Statement

More information

-1- -2- -3- -4- -5- INSURANCE REQUIREMENTS FOR DEVELOPER EXTENSION AGREEMENTS 1.1 The developer shall obtain and keep in force during the term of the contract, Commercial General Liability insurance policies

More information

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016 1. Bid Delivery Instructions for State Procurement: Fax quotations may be submitted either: Via fax to: (225) 342-9756 OR Delivered by hand or courier service to: Office of State Procurement Claiborne

More information

Request for Quotation RFQ 591-14 ID Card Printers

Request for Quotation RFQ 591-14 ID Card Printers Request for Quotation RFQ 591-14 ID Card Printers Due: April 4, 2014 at 2:00PM MOUNTAIN TIME Buyer: Amy Stull Purchasing 802 Grand Avenue astull@coloradomtn.edu COLORADO MOUNTAIN JUNIOR COLLEGE DISTRICT

More information

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon. COUNTY OF MUSKEGON REQUEST FOR QUOTES (RFQ) FOR PROFESSIONAL REAL ESTATE SERVICES The County of Muskegon, through its County Administration Department, Office of Grant Services, is seeking contractors

More information

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS MAIL BIDS TO: STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 RFP 14-08 REQUESTING DEPT: PURCHASING TITLE OF RFP: E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC

More information

The University of Procurement Services Department, N.S.F.A.A.F.A.F.F.F.F.F.F.A.F.F.A.

The University of Procurement Services Department, N.S.F.A.A.F.A.F.F.F.F.F.F.A.F.F.A. MONTCLAIR STATE UNIVERSITY STANDARD CONTRACT TERMS AND CONDITIONS I. The contractor certifies that it understands and agrees that the following terms and conditions (collectively the "University s Standard

More information

COC-Insurance Requirements Page 1 of 9

COC-Insurance Requirements Page 1 of 9 CITY OF CONCORD INSURANCE AND INDEMNIFICATION REQUIREMENTS (The 1 st two pages provide basic insurance requirements information.) Insurance Required: See below Sample in Contract Limits of Coverage: Additional

More information

greatstreets.dc.gov Application for Great Streets Small Business Capital Improvement Grants

greatstreets.dc.gov Application for Great Streets Small Business Capital Improvement Grants Office of the Deputy Mayor for Planning and Economic Development Great Streets Initiative greatstreets.dc.gov Application for Great Streets Small Business Capital Improvement Grants Application Deadline:

More information

REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION

REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION Architectural Design Services RFQ October 30, 2015 Shoreline Fire Station & Headquarters Modifications REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION A. Purpose of Request:

More information

Request for Qualifications (RFQ)

Request for Qualifications (RFQ) Request for Qualifications (RFQ) East Central College is seeking qualifications for architectural and engineering services required to support the development of a campus wide master plan, as well as architectural

More information

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent September 12, 2011 Re: 11ITB80101A-CJC-Locum Tenens Positions Staffing Services Dear Bidders: Attached is one (1) copy of Addendum 1, hereby made a part of the above referenced ITB. Except as provided

More information

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 CITY OF FLORENCE Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 REQUEST FOR QUALIFICATIONS NO. 2014-08 ARCHITECTURAL SERVICES FOR COMMUNITY GYMNASIUM DESIGN PROPOSAL

More information

IMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you!

IMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you! ` SUBCONTRACTOR: PHONE PROJECT: LOCATION: Page 1 of 6 SUBCONTRACT (SHORT FORM) JOB NO.: COST CODE: PRICE: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC.

More information

GENERAL TERMS & CONDITIONS OF QUOTE

GENERAL TERMS & CONDITIONS OF QUOTE Quote #: MS-77-6 (WCSD) is soliciting for formal quotes for certain PRODUCTS identified on the QUOTE PRICE SCHEDULE/SPECIFICATION SHEET included in accordance with all defined terms and conditions in this

More information

How To Write A Contract Between College And Independent Contractor

How To Write A Contract Between College And Independent Contractor Independent Contractor Agreement (Long Form) This Agreement is made between Babson College ("College"), a Massachusetts non-profit corporation with a principal place of business at 231 Forest Street, Babson

More information

Insurance & Bonding Requirements. Eastside Trail Extension

Insurance & Bonding Requirements. Eastside Trail Extension Eastside Trail Extension A. Preamble The following requirements apply to all work under the Agreement. Compliance is required by all Bidder/Contractors. To the extent permitted by applicable law, (ABI)

More information

CERTIFICATE OF INSURANCE TO CITY OF NEWARK CALIFORNIA ( the City ) A Municipal Corporation

CERTIFICATE OF INSURANCE TO CITY OF NEWARK CALIFORNIA ( the City ) A Municipal Corporation CERTIFICATE OF INSURANCE TO CALIFORNIA ( the City ) A Municipal Corporation Page 1 of 2 Only this Certificate of Insurance form will be accepted This certifies to the City of Newark that the following

More information

NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP

NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP Insurance Recommendations for Consultant Contracts For contracts providing professional services by Accountants, Architects, Attorneys, Counselors, Consultants,

More information

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM 200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM

More information

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT Date original issued: September 28, 2015 Qualifications Statements due: The City of Vallejo will consider Proposals submitted in response

More information

TYPE INSURANCE COVERAGE. 1. Workers Compensation Statutory Employer's Liability

TYPE INSURANCE COVERAGE. 1. Workers Compensation Statutory Employer's Liability INSURANCE REQUIREMENTS 7/19/13 Insurance: The bidder/offeror shall maintain adequate liability insurance, which shall protect and save harmless the City of Newport News, Virginia, its officials, employees,

More information

CONTRACTING OPPORTUNITY DESCRIPTION AND APPLICATION FORM

CONTRACTING OPPORTUNITY DESCRIPTION AND APPLICATION FORM CONTRACTING OPPORTUNITY DESCRIPTION AND APPLICATION FORM RFP #30394 Title: Goods/Services to be Provided: Applicant Tracking System PGW seeks a vendor to provide a hosted Applicant Tracking System, as

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL PURCHASING DEPARTMENT P.O. BOX 1349 300 N. PATTERSON ST. VALDOSTA, GEORGIA 31601 #LC-2016-09R FOR: Security Guard Services DUE DATE: April 20, 2016 Proposals Due By: 10:00 am EST Amy

More information

CURRENT SPECIAL PROVISIONS FOR LIABILITY INSURANCE

CURRENT SPECIAL PROVISIONS FOR LIABILITY INSURANCE CURRENT SPECIAL PROVISIONS FOR LIABILITY INSURANCE NDOR Projects The special provision which begins on the following page ---- (A-55-0611) --- became effective beginning with projects let in the letting

More information

Request for Proposals

Request for Proposals City of Sonora Request for Proposals City of Sonora Microenterprise Technical Assistance Program Lead Technical Assistance Consultant City of Sonora Community Development Department 94 N. Washington Street

More information

City of Union, Missouri Request for Proposal Audit Services

City of Union, Missouri Request for Proposal Audit Services City of Union, Missouri Request for Proposal Audit Services The City of Union is seeking proposals for qualified firms of certified public accountants to audit the City s financial statements for the fiscal

More information

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY Revised: February 23, 2008 EXHIBIT C INSURANCE REQUIREMENTS Without limiting Consultant s indemnification, Consultant shall

More information

14RFP00721B-WL, Small Business Market Availability Study

14RFP00721B-WL, Small Business Market Availability Study August 12, 2014 Re: 14RFP00721B-WL, Small Business Market Availability Study Dear Proposers: Attached is one (1) copy of Addendum 1, hereby made a part of the above referenced Request for Proposal #14RFP00721B-WL,

More information

THE GLOCESTER SCHOOL DEPARTMENT Request for Proposals G-2015-01 Architectural Services RIDE 5 Year Capital Plan

THE GLOCESTER SCHOOL DEPARTMENT Request for Proposals G-2015-01 Architectural Services RIDE 5 Year Capital Plan The Glocester School Department is accepting sealed proposals for Architectural Services RIDE 5 Year Capital Plan. Proposals for Architectural Services -RIDE 5 Year Capital Plan are due at the Treasurer

More information

TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES

TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES The Town of Canton is soliciting proposals from professional architectural/engineering consultants for

More information

Attachment A Terms and Conditions

Attachment A Terms and Conditions Bidder: BID DELIVERY INSTRUCTIONS FOR STATE PROCUREMENT: BIDDERS ARE HEREBY ADVISED THAT THE U.S. POSTAL SERVICE DOES NOT MAKE DELIVERIES TO OUR PHYSICAL LOCATION: BIDS MAY BE MAILED THROUGH THE U.S. POSTAL

More information

Town of Maiden. Request for Proposals For Sign Replacement Project

Town of Maiden. Request for Proposals For Sign Replacement Project Town of Maiden 19 N. Main Avenue Maiden, NC 28650 (828) 428-5000 Request for Proposals For Sign Replacement Project Section I Introduction and Intent of RFP: Pursuant to the General Statutes of North Carolina

More information

SHORT TERM SPECIAL EVENT PERMIT

SHORT TERM SPECIAL EVENT PERMIT Florida Department of Environmental Protection SHORT TERM SPECIAL EVENT PERMIT Required Signatures: Adobe Signature DEP Contract # Upon payment of the proper fees, the Florida Department of Environmental

More information

REQUEST FOR PROPOSAL OFFICE OF THE NEVADA ATTORNEY GENERAL GRANTEE- FORECLOSURE RELIEF PROGRAM MAY 20, 2011

REQUEST FOR PROPOSAL OFFICE OF THE NEVADA ATTORNEY GENERAL GRANTEE- FORECLOSURE RELIEF PROGRAM MAY 20, 2011 REQUEST FOR PROPOSAL OFFICE OF THE NEVADA ATTORNEY GENERAL GRANTEE- FORECLOSURE RELIEF PROGRAM MAY 20, 2011 SCOPE OF WORK: The Office of the Attorney General (AGO) recently received a settlement from Wells

More information

REQUEST FOR PROPOSALS FOR PINE GROVE ELEMENTARY SCHOOL PLAYGROUND REPLACEMENT PROJECT TOWN OF AVON, CONNECTICUT

REQUEST FOR PROPOSALS FOR PINE GROVE ELEMENTARY SCHOOL PLAYGROUND REPLACEMENT PROJECT TOWN OF AVON, CONNECTICUT REQUEST FOR PROPOSALS FOR PINE GROVE ELEMENTARY SCHOOL PLAYGROUND REPLACEMENT PROJECT TOWN OF AVON, CONNECTICUT The Town of Avon and Avon Board of Education are seeking written responses to a Request for

More information